You are on page 1of 266

REQUEST FOR BIDS GOODS

(One-Envelope Bidding Process)


Bidding Document 3

Request for Bids


Goods
(One-Envelope Bidding Process)

Country: Socialist Republic of Vietnam


Name of Project: Support for Autonomous Higher Education Project - SAHEP
Contract Title: Provide research equipment in the field of Materials Science (HUST-G03).
Credit No.: 6036-VN
RFB Reference No.: HUST-G03
1. The Socialist Republic of Vietnam (hereinafter called “Borrower”) has received financing
from the World Bank toward the cost of the Support for Autonomous Higher Education
Project - SAHEP, and intends to apply part of the proceeds toward payments under the
contract for HUST-G03 - Provide research equipment in the field of Materials Science.
2. The Hanoi university of Science and Technology now invites sealed Bids from eligible
Bidders to provide research equipment in the field of Materials Science.
3. Bidding will be conducted through international competitive procurement using a Request
for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF
Borrowers” dated July 2016. (“Procurement Regulations”), and is open to all eligible Bidders
as defined in the Procurement Regulations.
4. Interested eligible Bidders may obtain further information from Project Management Unit of
SAHEP, Mr. Tran Ngoc Khiem and inspect the bidding document during office hours 09:00
am to 5:00 pm at the address given below at the address given below.
5. The bidding document in English may be purchased by interested Bidders upon the
submission of a written application to the address below and upon payment of a nonrefundable
fee of 300USD. The method of payment will be by cash or bank transfer. The document will
be sent by airmail.
Bank’s account details as follows:
Account Number: 12210370030018 (for USD transaction)
Account Number: 12210000070302 (for VND transaction)
Beneficiary: HUST (Address: No.1 Dai Co Viet Street, Hai Ba Trung District, Hanoi,
Vietnam)
Bank name: Joint Stock Commercial Bank for Investment and Development of
Vietnam-Ha Thanh Branch (BIDV)
Swift Code: BIDVVNVX
Bank Address: 74 Tho Nhuom Street, Hoan Kiem District, Hanoi, Vietnam

6. Bids must be delivered to the address below on or before 16:00 local time 30 December 2021.
Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly
4 Bidding Document

opened in the presence of the Bidders’ designated representatives and anyone who chooses to
attend at the address below.
7. All Bids must be accompanied by a Bid Security 160,000 USD (in words: one hundred and
sixty thousand US dollars) or an equivalent amount in Vietnam Dong or another freely
convertible foreign currency.
8. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose
information on the successful bidder’s beneficial ownership, as part of the Contract Award
Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
9. The address referred to above is:

Attention: Mr. Tran Ngoc Khiem


Address: Hanoi University of Science and Technology - No 01 Dai Co Viet Street, Hai Ba Trung
Dist., Hanoi, Vietnam
Room number 213- Ta Quang Buu Library Building
City: Hanoi
ZIP Code: 10000
Country: Vietnam
Telephone: (+84) 24 38684055
Email: khiem.tranngoc@hust.edu.vn
Bidding Document 5

REQUEST FOR BIDS GOODS


(One-Envelope Bidding Process)

PROCUREMENT OF
PROVIDE RESEARCH EQUIPMENT IN THE FIELD OF MATERIALS SCIENCE.
RFB NO: HUST - G03
PROJECT: SUPPORT FOR AUTONOMOUS HIGHER EDUCATION
PROJECT - SAHEP
PURCHASER: HANOI UNIVERSITY OF SCIENCE AND TECHNOLOGY
COUNTRY: SOCIALIST REPUBLIC OF VIETNAM
ISSUED ON: 17 NOVEMBER 2021
1

Standard Procurement Document

Table of Contents
PART 1 – Bidding Procedures ............................................................................................... 3
Section I - Instructions to Bidders .............................................................................................5
Section II - Bid Data Sheet (BDS) ...........................................................................................35
Section III - Evaluation and Qualification Criteria ..................................................................41
Section IV - Bidding Forms .....................................................................................................47
Section V - Eligible Countries .................................................................................................63
Section VI - Fraud and Corruption ..........................................................................................65

PART 2 – Supply Requirements .......................................................................................... 69


Section VII - Schedule of Requirements .................................................................................71

PART 3 - Contract .............................................................................................................. 211


Section VIII - General Conditions of Contract ......................................................................212
Section IX - Special Conditions of Contract..........................................................................237
Section X - Contract Forms ...................................................................................................247
3

PART 1 – Bidding Procedures


Section I – Instructions to Bidders (ITB) 5

Section I - Instructions to Bidders

Contents
A. General ............................................................................................................................... 7
1. Scope of Bid ...................................................................................................................7
2. Source of Funds .............................................................................................................7
3. Fraud and Corruption .....................................................................................................8
4. Eligible Bidders .............................................................................................................8
5. Eligible Goods and Related Services ...........................................................................11

B. Contents of Request for Bids Document ........................................................................ 11


6. Sections of Bidding Document ....................................................................................11
7. Clarification of Bidding Document .............................................................................12
8. Amendment of Bidding Document ..............................................................................12

C. Preparation of Bids .......................................................................................................... 13


9. Cost of Bidding ............................................................................................................13
10. Language of Bid ...........................................................................................................13
11. Documents Comprising the Bid ...................................................................................13
12. Letter of Bid and Price Schedules ................................................................................14
13. Alternative Bids ...........................................................................................................14
14. Bid Prices and Discounts .............................................................................................14
15. Currencies of Bid and Payment ...................................................................................16
16. Documents Establishing the Eligibility and Conformity of the Goods and Related
Services ........................................................................................................................17
17. Documents Establishing the Eligibility and Qualifications of the Bidder ...................17
18. Period of Validity of Bids ............................................................................................18
19. Bid Security .................................................................................................................19
20. Format and Signing of Bid ...........................................................................................20

D. Submission and Opening of Bids .................................................................................... 21


21. Sealing and Marking of Bids .......................................................................................21
22. Deadline for Submission of Bids .................................................................................22
23. Late Bids ......................................................................................................................22
24. Withdrawal, Substitution, and Modification of Bids ...................................................22
25. Bid Opening .................................................................................................................23

E. Evaluation and Comparison of Bids ............................................................................... 24


26. Confidentiality .............................................................................................................24
27. Clarification of Bids .....................................................................................................24
28. Deviations, Reservations, and Omissions ....................................................................25
29. Determination of Responsiveness ................................................................................25
Section I – Instructions to Bidders (ITB) 6

30. Nonconformities, Errors and Omissions ......................................................................26


31. Correction of Arithmetical Errors ................................................................................26
32. Conversion to Single Currency ....................................................................................27
33. Margin of Preference ..................................................................................................27
34. Evaluation of Bids........................................................................................................27
35. Comparison of Bids .....................................................................................................28
36. Abnormally Low Bids..................................................................................................29
37. Qualification of the Bidder ..........................................................................................29
38. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids ........................30
39. Standstill Period ...........................................................................................................30
40. Notification of Intention to Award ..............................................................................30

F. Award of Contract ............................................................................................................ 30


41. Award Criteria .............................................................................................................30
42. Purchaser’s Right to Vary Quantities at Time of Award .............................................31
43. Notification of Award ..................................................................................................31
44. Debriefing by the Purchaser.........................................................................................32
45. Signing of Contract ......................................................................................................32
46. Performance Security ...................................................................................................33
47. Procurement Related Complaint ..................................................................................33
Section I – Instructions to Bidders (ITB) 7

Section I. Instructions to Bidders

A. General
1. Scope of Bid 1.1 In connection with the Specific Procurement Notice, Request
for Bids (RFB), specified in the Bid Data Sheet (BDS), the
Purchaser, as specified in the BDS, issues this bidding
document for the supply of Goods and, if applicable, any
Related Services incidental thereto, as specified in Section VII,
Schedule of Requirements. The name, identification and
number of lots (contracts) of this RFB are specified in the
BDS.
1.2 Throughout this bidding document:
(a) the term “in writing” means communicated in written
form (e.g. by mail, e-mail, fax, including if specified
in the BDS, distributed or received through the
electronic-procurement system used by the Purchaser)
with proof of receipt;
(b) if the context so requires, “singular” means “plural”
and vice versa; and
(c) “Day” means calendar day, unless otherwise specified
as “Business Day”. A Business Day is any day that is
an official working day of the Borrower. It excludes
the Borrower’s official public holidays.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”)


specified in the BDS has applied for or received financing
(hereinafter called “funds”) from the International Bank for
Reconstruction and Development or the International
Development Association (hereinafter called “the Bank”) in
an amount specified in the BDS, toward the project named
in the BDS. The Borrower intends to apply a portion of the
funds to eligible payments under the contract for which this
bidding document is issued.
2.2 Payment by the Bank will be made only at the request of the
Borrower and upon approval by the Bank in accordance with
the terms and conditions of the Loan (or other financing)
Agreement. The Loan (or other financing) Agreement
prohibits a withdrawal from the Loan account for the
purpose of any payment to persons or entities, or for any
import of goods, if such payment or import is prohibited by
Section I – Instructions to Bidders (ITB) 8

decision of the United Nations Security Council taken under


Chapter VII of the Charter of the United Nations. No party
other than the Borrower shall derive any rights from the
Loan (or other financing) Agreement or have any claim to
the proceeds of the Loan (or other financing).

3. Fraud and 3.1 The Bank requires compliance with the Bank’s Anti-
Corruption Corruption Guidelines and its prevailing sanctions policies
and procedures as set forth in the WBG’s Sanctions
Framework, as set forth in Section VI.
3.2 In further pursuance of this policy, Bidders shall permit and
shall cause their agents (where declared or not),
subcontractors, subconsultants, service providers, suppliers,
and personnel, to permit the Bank to inspect all accounts,
records and other documents relating to any initial selection
process, prequalification process, bid submission, proposal
submission, and contract performance (in the case of award),
and to have them audited by auditors appointed by the Bank.

4. Eligible Bidders 4.1 A Bidder may be a firm that is a private entity, a state-owned
enterprise or institution subject to ITB 4.6, or any combination
of such entities in the form of a joint venture (JV) under an
existing agreement or with the intent to enter into such an
agreement supported by a letter of intent. In the case of a joint
venture, all members shall be jointly and severally liable for the
execution of the entire Contract in accordance with the
Contract terms. The JV shall nominate a Representative who
shall have the authority to conduct all business for and on
behalf of any and all the members of the JV during the Bidding
process and, in the event the JV is awarded the Contract, during
contract execution. Unless specified in the BDS, there is no
limit on the number of members in a JV.
4.2 A Bidder shall not have a conflict of interest. Any Bidder found
to have a conflict of interest shall be disqualified. A Bidder may
be considered to have a conflict of interest for the purpose of
this Bidding process, if the Bidder:
(a) directly or indirectly controls, is controlled by or is
under common control with another Bidder; or
(b) receives or has received any direct or indirect subsidy
from another Bidder; or
(c) has the same legal representative as another Bidder; or
(d) has a relationship with another Bidder, directly or
through common third parties, that puts it in a position
to influence the Bid of another Bidder, or influence the
Section I – Instructions to Bidders (ITB) 9

decisions of the Purchaser regarding this Bidding


process; or
(e) or any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of
the works that are the subject of the Bid; or
(f) or any of its affiliates has been hired (or is proposed to
be hired) by the Purchaser or Borrower for the Contract
implementation; or
(g) would be providing goods, works, or non-consulting
services resulting from or directly related to consulting
services for the preparation or implementation of the
project specified in the BDS ITB 2.1 that it provided or
were provided by any affiliate that directly or indirectly
controls, is controlled by, or is under common control
with that firm; or
(h) has a close business or family relationship with a
professional staff of the Borrower (or of the project
implementing agency, or of a recipient of a part of the
loan) who: (i) are directly or indirectly involved in the
preparation of the bidding document or specifications
of the Contract, and/or the Bid evaluation process of
such Contract; or (ii) would be involved in the
implementation or supervision of such Contract unless
the conflict stemming from such relationship has been
resolved in a manner acceptable to the Bank throughout
the Bidding process and execution of the Contract.
4.3 A firm that is a Bidder (either individually or as a JV member)
shall not participate in more than one Bid, except for permitted
alternative Bids. This includes participation as a subcontractor.
Such participation shall result in the disqualification of all Bids
in which the firm is involved. A firm that is not a Bidder or a
JV member, may participate as a subcontractor in more than
one Bid.
4.4 A Bidder may have the nationality of any country, subject to
the restrictions pursuant to ITB 4.8. A Bidder shall be deemed
to have the nationality of a country if the Bidder is constituted,
incorporated or registered in and operates in conformity with
the provisions of the laws of that country, as evidenced by its
articles of incorporation (or equivalent documents of
constitution or association) and its registration documents, as
the case may be. This criterion also shall apply to the
determination of the nationality of proposed subcontractors or
Section I – Instructions to Bidders (ITB) 10

subconsultants for any part of the Contract including related


Services.
4.5 A Bidder that has been sanctioned by the Bank, pursuant to
the Bank’s Anti-Corruption Guidelines, in accordance with
its prevailing sanctions policies and procedures as set forth in
the WBG’s Sanctions Framework as described in Section VI
paragraph 2.2 d., shall be ineligible to be prequalified for,
initially selected for, bid for, propose for, or be awarded a
Bank-financed contract or benefit from a Bank-financed
contract, financially or otherwise, during such period of time
as the Bank shall have determined. The list of debarred firms
and individuals is available at the electronic address specified
in the BDS.
4.6 Bidders that are state-owned enterprises or institutions in the
Purchaser’s Country may be eligible to compete and be
awarded a Contract(s) only if they can establish, in a manner
acceptable to the Bank, that they (i) are legally and financially
autonomous (ii) operate under commercial law, and (iii) are not
under supervision of the Purchaser.
4.7 A Bidder shall not be under suspension from Bidding by the
Purchaser as the result of the operation of a Bid–Securing
Declaration or Proposal-Securing Declaration.
4.8 Firms and individuals may be ineligible if so indicated in
Section V and (a) as a matter of law or official regulations, the
Borrower’s country prohibits commercial relations with that
country, provided that the Bank is satisfied that such exclusion
does not preclude effective competition for the supply of goods
or the contracting of works or services required; or (b) by an act
of compliance with a decision of the United Nations Security
Council taken under Chapter VII of the Charter of the United
Nations, the Borrower’s country prohibits any import of goods
or contracting of works or services from that country, or any
payments to any country, person, or entity in that country.
4.9 A Bidder shall provide such documentary evidence of
eligibility satisfactory to the Purchaser, as the Purchaser shall
reasonably request.
4.10 A firm that is under a sanction of debarment by the Borrower
from being awarded a contract is eligible to participate in this
procurement, unless the Bank, at the Borrower’s request, is
satisfied that the debarment;
(a) relates to fraud or corruption; and
(b) followed a judicial or administrative proceeding that
afforded the firm adequate due process.
Section I – Instructions to Bidders (ITB) 11

5. Eligible Goods 5.1 All the Goods and Related Services to be supplied under the
and Related Contract and financed by the Bank may have their origin in
Services any country in accordance with Section V, Eligible
Countries.
5.2 For purposes of this ITB, the term “goods” includes
commodities, raw material, machinery, equipment, and
industrial plants; and “related services” includes services
such as insurance, installation, training, and initial
maintenance.
5.3 The term “origin” means the country where the goods have
been mined, grown, cultivated, produced, manufactured or
processed; or, through manufacture, processing, or
assembly, another commercially recognized article results
that differs substantially in its basic characteristics from its
components.

B. Contents of Request for Bids Document


6. Sections of 6.1 The bidding document consist of Parts 1, 2, and 3, which
Bidding include all the sections indicated below, and should be read
Document in conjunction with any Addenda issued in accordance with
ITB 8.
PART 1 Bidding Procedures
• Section I - Instructions to Bidders (ITB)
• Section II - Bidding Data Sheet (BDS)
• Section III - Evaluation and Qualification
Criteria
• Section IV - Bidding Forms
• Section V - Eligible Countries
• Section VI - Fraud and Corruption

PART 2 Supply Requirements


• Section VII - Schedule of Requirements
PART 3 Contract
• Section VIII - General Conditions of Contract
(GCC)
• Section IX - Special Conditions of Contract
(SCC)
• Section X - Contract Forms
Section I – Instructions to Bidders (ITB) 12

6.2 The Specific Procurement Notice, Request for Bids (RFB),


issued by the Purchaser is not part of this bidding document.
6.3 Unless obtained directly from the Purchaser, the Purchaser
is not responsible for the completeness of the document,
responses to requests for clarification, the Minutes of the
pre-Bid meeting (if any), or Addenda to the bidding
document in accordance with ITB 8. In case of any
contradiction, documents obtained directly from the
Purchaser shall prevail.
6.4 The Bidder is expected to examine all instructions, forms,
terms, and specifications in the bidding document and to
furnish with its Bid all information or documentation as is
required by the bidding document.

7. Clarification of 7.1 A Bidder requiring any clarification of the bidding document


Bidding shall contact the Purchaser in writing at the Purchaser’s
Document address specified in the BDS. The Purchaser will respond in
writing to any request for clarification, provided that such
request is received prior to the deadline for submission of
Bids within a period specified in the BDS. The Purchaser
shall forward copies of its response to all Bidders who have
acquired the bidding document in accordance with ITB 6.3,
including a description of the inquiry but without identifying
its source. If so specified in the BDS, the Purchaser shall
also promptly publish its response at the web page identified
in the BDS. Should the clarification result in changes to the
essential elements of the bidding document, the Purchaser
shall amend the bidding document following the procedure
under ITB 8 and ITB 22.2.

8. Amendment of 8.1 At any time prior to the deadline for submission of Bids, the
Bidding Purchaser may amend the bidding document by issuing
Document addenda.
8.2 Any addendum issued shall be part of the bidding document
and shall be communicated in writing to all who have
obtained the bidding document from the Purchaser in
accordance with ITB 6.3. The Purchaser shall also promptly
publish the addendum on the Purchaser’s web page in
accordance with ITB 7.1.
8.3 To give prospective Bidders reasonable time in which to take
an addendum into account in preparing their Bids, the
Purchaser may, at its discretion, extend the deadline for the
submission of Bids, pursuant to ITB 22.2.
Section I – Instructions to Bidders (ITB) 13

C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the
preparation and submission of its Bid, and the Purchaser
shall not be responsible or liable for those costs, regardless
of the conduct or outcome of the Bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents
relating to the Bid exchanged by the Bidder and the
Purchaser, shall be written in the language specified in the
BDS. Supporting documents and printed literature that are
part of the Bid may be in another language provided they are
accompanied by an accurate translation of the relevant
passages into the language specified in the BDS, in which
case, for purposes of interpretation of the Bid, such
translation shall govern.

11. Documents 11.1 The Bid shall comprise the following:


Comprising the (a) Letter of Bid prepared in accordance with ITB 12;
Bid
(b) Price Schedules: completed in accordance with ITB 12
and ITB 14;
(c) Bid Security or Bid-Securing Declaration, in
accordance with ITB 19.1;
(d) Alternative Bid: if permissible, in accordance with
ITB 13;
(e) Authorization: written confirmation authorizing the
signatory of the Bid to commit the Bidder, in
accordance with ITB 20.3;
(f) Qualifications: documentary evidence in accordance
with ITB 17 establishing the Bidder’s qualifications to
perform the Contract if its Bid is accepted;
(g) Bidder’s Eligibility: documentary evidence in
accordance with ITB 17 establishing the Bidder’s
eligibility to bid;
(h) Eligibility of Goods and Related Services:
documentary evidence in accordance with ITB 16,
establishing the eligibility of the Goods and Related
Services to be supplied by the Bidder;
(i) Conformity: documentary evidence in accordance
with ITB 16 and 30, that the Goods and Related
Services conform to the bidding document; and
Section I – Instructions to Bidders (ITB) 14

(j) any other document required in the BDS.


11.2 In addition to the requirements under ITB 11.1, Bids
submitted by a JV shall include a copy of the Joint Venture
Agreement entered into by all members. Alternatively, a
letter of intent to execute a Joint Venture Agreement in the
event of a successful Bid shall be signed by all members and
submitted with the Bid, together with a copy of the proposed
Agreement.
11.3 The Bidder shall furnish in the Letter of Bid information on
commissions and gratuities, if any, paid or to be paid to agents
or any other party relating to this Bid.

12. Letter of Bid and 12.1. The Letter of Bid and Price Schedules shall be prepared
Price Schedules using the relevant forms furnished in Section IV, Bidding
Forms. The forms must be completed without any alterations
to the text, and no substitutes shall be accepted except as
provided under ITB 20.3. All blank spaces shall be filled in
with the information requested.

13. Alternative Bids 13.1. Unless otherwise specified in the BDS, alternative Bids shall
not be considered.

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter
Discounts of Bid and in the Price Schedules shall conform to the
requirements specified below.
14.2 All lots (contracts) and items must be listed and priced
separately in the Price Schedules.
14.3 The price to be quoted in the Letter of Bid in accordance with
ITB 12.1 shall be the total price of the Bid, excluding any
discounts offered.
14.4 The Bidder shall quote any discounts and indicate the
methodology for their application in the Letter of Bid, in
accordance with ITB 12.1.
14.5 Prices quoted by the Bidder shall be fixed during the
Bidder’s performance of the Contract and not subject to
variation on any account, unless otherwise specified in the
BDS. A Bid submitted with an adjustable price quotation
shall be treated as nonresponsive and shall be rejected,
pursuant to ITB 29. However, if in accordance with the
BDS, prices quoted by the Bidder shall be subject to
adjustment during the performance of the Contract, a Bid
submitted with a fixed price quotation shall not be rejected,
but the price adjustment shall be treated as zero.
Section I – Instructions to Bidders (ITB) 15

14.6 If so specified in ITB 1.1, Bids are being invited for


individual lots (contracts) or for any combination of lots
(packages). Unless otherwise specified in the BDS, prices
quoted shall correspond to 100 % of the items specified for
each lot and to 100% of the quantities specified for each item
of a lot. Bidders wishing to offer discounts for the award of
more than one Contract shall specify in their Bid the price
reductions applicable to each package, or alternatively, to
individual Contracts within the package. Discounts shall be
submitted in accordance with ITB 14.4 provided the Bids for
all lots (contracts) are opened at the same time.
14.7 The terms EXW, CIP, and other similar terms shall be
governed by the rules prescribed in the current edition of
Incoterms, published by the International Chamber of
Commerce, as specified in the BDS.
14.8 Prices shall be quoted as specified in each Price Schedule
included in Section IV, Bidding Forms. The disaggregation
of price components is required solely for the purpose of
facilitating the comparison of Bids by the Purchaser. This
shall not in any way limit the Purchaser’s right to contract on
any of the terms offered. In quoting prices, the Bidder shall
be free to use transportation through carriers registered in
any eligible country, in accordance with Section V, Eligible
Countries. Similarly, the Bidder may obtain insurance
services from any eligible country in accordance with
Section V, Eligible Countries. Prices shall be entered in the
following manner:
(a) For Goods manufactured in the Purchaser’s Country:
(i) the price of the Goods quoted EXW (ex-works,
ex-factory, ex warehouse, ex showroom, or off-
the-shelf, as applicable), including all customs
duties and sales and other taxes already paid or
payable on the components and raw material used
in the manufacture or assembly of the Goods;
(ii) any Purchaser’s Country sales tax and other taxes
which will be payable on the Goods if the
Contract is awarded to the Bidder; and
(iii) the price for inland transportation, insurance, and
other local services required to convey the Goods to
their final destination (Project Site) specified in the
BDS.
(b) For Goods manufactured outside the Purchaser’s
Country, to be imported:
Section I – Instructions to Bidders (ITB) 16

(i) the price of the Goods, quoted CIP named place


of destination, in the Purchaser’s Country, as
specified in the BDS;
(ii) the price for inland transportation, insurance, and
other local services required to convey the Goods
from the named place of destination to their final
destination (Project Site) specified in the BDS;
(c) For Goods manufactured outside the Purchaser’s
Country, already imported:
(i) the price of the Goods, including the original
import value of the Goods; plus any mark-up (or
rebate); plus any other related local cost, and
custom duties and other import taxes already paid
or to be paid on the Goods already imported;
(ii) the custom duties and other import taxes already
paid (need to be supported with documentary
evidence) or to be paid on the Goods already
imported;
(iii) the price of the Goods, obtained as the difference
between (i) and (ii) above;
(iv) any Purchaser’s Country sales and other taxes
which will be payable on the Goods if the
Contract is awarded to the Bidder; and
(v) the price for inland transportation, insurance, and
other local services required to convey the Goods
to their final destination (Project Site) specified
in the BDS.
(d) for Related Services, other than inland transportation
and other services required to convey the Goods to
their final destination, whenever such Related Services
are specified in the Schedule of Requirements, the
price of each item comprising the Related Services
(inclusive of any applicable taxes).

15. Currencies of Bid 15.1 The currency(ies) of the Bid and the currency(ies) of payments
and Payment shall be the same. The Bidder shall quote in the currency of
the Purchaser’s Country the portion of the Bid price that
corresponds to expenditures incurred in the currency of the
Purchaser’s Country, unless otherwise specified in the BDS.
15.2 The Bidder may express the Bid price in any currency. If the
Bidder wishes to be paid in a combination of amounts in
different currencies, it may quote its price accordingly but
Section I – Instructions to Bidders (ITB) 17

shall use no more than three foreign currencies in addition to


the currency of the Purchaser’s Country.

16. Documents 16.1 To establish the eligibility of the Goods and Related Services
Establishing the in accordance with ITB 5, Bidders shall complete the
Eligibility and country of origin declarations in the Price Schedule Forms,
Conformity of the included in Section IV, Bidding Forms.
Goods and 16.2 To establish the conformity of the Goods and Related
Related Services Services to the bidding document, the Bidder shall furnish as
part of its Bid the documentary evidence that the Goods
conform to the technical specifications and standards
specified in Section VII, Schedule of Requirements.
16.3 The documentary evidence may be in the form of literature,
drawings or data, and shall consist of a detailed item by item
description of the essential technical and performance
characteristics of the Goods and Related Services,
demonstrating substantial responsiveness of the Goods and
Related Services to the technical specification, and if
applicable, a statement of deviations and exceptions to the
provisions of the Section VII, Schedule of Requirements.
16.4 The Bidder shall also furnish a list giving full particulars,
including available sources and current prices of spare parts,
special tools, etc., necessary for the proper and continuing
functioning of the Goods during the period specified in the
BDS following commencement of the use of the goods by
the Purchaser.
16.5 Standards for workmanship, process, material, and
equipment, as well as references to brand names or catalogue
numbers specified by the Purchaser in the Schedule of
Requirements, are intended to be descriptive only and not
restrictive. The Bidder may offer other standards of quality,
brand names, and/or catalogue numbers, provided that it
demonstrates, to the Purchaser’s satisfaction, that the
substitutions ensure substantial equivalence or are superior
to those specified in the Section VII, Schedule of
Requirements.

17. Documents 17.1 To establish Bidder’s eligibility in accordance with ITB 4,


Establishing the Bidders shall complete the Letter of Bid, included in Section
Eligibility and IV, Bidding Forms.
Qualifications of 17.2 The documentary evidence of the Bidder’s qualifications to
the Bidder perform the Contract if its Bid is accepted shall establish to
the Purchaser’s satisfaction:
Section I – Instructions to Bidders (ITB) 18

(a) that, if required in the BDS, a Bidder that does not


manufacture or produce the Goods it offers to supply
shall submit the Manufacturer’s Authorization using the
form included in Section IV, Bidding Forms to
demonstrate that it has been duly authorized by the
manufacturer or producer of the Goods to supply these
Goods in the Purchaser’s Country;
(b) that, if required in the BDS, in case of a Bidder not
doing business within the Purchaser’s Country, the
Bidder is or will be (if awarded the Contract)
represented by an Agent in the country equipped and
able to carry out the Supplier’s maintenance, repair and
spare parts-stocking obligations prescribed in the
Conditions of Contract and/or Technical
Specifications; and
(c) that the Bidder meets each of the qualification criterion
specified in Section III, Evaluation and Qualification
Criteria.

18. Period of Validity of 18.1. Bids shall remain valid until the date specified in the BDS or
Bids any extended date if amended by the Purchaser in accordance
with ITP 8. A Bid that is not valid until the date specified in
the BDS, or any extended date if amended by the Purchaser in
accordance with ITP 8, shall be rejected by the Purchaser as
nonresponsive.
18.2. In exceptional circumstances, prior to the expiry of the Bid
validity, the Purchaser may request Bidders to extend the
period of validity of their Bids. The request and the
responses shall be made in writing. If a Bid Security is
requested in accordance with ITB 19, it shall also be
extended for a corresponding period. A Bidder may refuse
the request without forfeiting its Bid Security. A Bidder
granting the request shall not be required or permitted to
modify its Bid, except as provided in ITB 18.3.
18.3. If the award is delayed by a period exceeding fifty-six (56) days
beyond the expiry of the initial Bid validity period, the Contract
price shall be determined as follows:
(a) in the case of fixed price contracts, the Contract price
shall be the Bid price adjusted by the factor specified in
the BDS;
(b) in the case of adjustable price contracts, no adjustment
shall be made;
Section I – Instructions to Bidders (ITB) 19

(c) in any case, Bid evaluation shall be based on the Bid


price without taking into consideration the applicable
correction from those indicated above.

19. Bid Security 19.1. The Bidder shall furnish as part of its Bid, either a Bid-
Securing Declaration or a Bid Security, as specified in the
BDS, in original form and, in the case of a Bid Security, in
the amount and currency specified in the BDS.
19.2. A Bid Securing Declaration shall use the form included in
Section IV, Bidding Forms.
19.3. If a Bid Security is specified pursuant to ITB 19.1, the Bid
Security shall be a demand guarantee in any of the following
forms at the Bidder’s option:
(a) an unconditional guarantee issued by a bank or non-
bank financial institution (such as an insurance,
bonding or surety company);
(b) an irrevocable letter of credit;
(c) a cashier’s or certified check; or
(d) another security specified in the BDS,
from a reputable source, and an eligible country. If an
unconditional guarantee is issued by a non-bank financial
institution located outside the Purchaser’s Country, the issuing
non-bank financial institution shall have a correspondent
financial institution located in the Purchaser’s Country to make
it enforceable unless the Purchaser has agreed in writing, prior
to Bid submission, that a correspondent financial institution is
not required. In the case of a bank guarantee, the Bid Security
shall be submitted either using the Bid Security Form included
in Section IV, Bidding Forms, or in another substantially
similar format approved by the Purchaser prior to Bid
submission. The Bid Security shall be valid for twenty-eight
(28) days beyond the original date of expiry of the Bid validity,
or beyond any extended date if requested under ITB 18.2.
19.4. If a Bid Security is specified pursuant to ITB 19.1, any Bid
not accompanied by a substantially responsive Bid Security
shall be rejected by the Purchaser as non-responsive.
19.5. If a Bid Security is specified pursuant to ITB 19.1, the Bid
Security of unsuccessful Bidders shall be returned as
promptly as possible upon the successful Bidder’s signing
the Contract and furnishing the Performance Security
pursuant to ITB 46.
Section I – Instructions to Bidders (ITB) 20

19.6. The Bid Security of the successful Bidder shall be returned


as promptly as possible once the successful Bidder has
signed the Contract and furnished the required Performance
Security.
19.7. The Bid Security may be forfeited:
(a) if a Bidder withdraws its Bid prior to the expiry date of
Bid validity specified by the Bidder on the Letter of
Bid or any extended date provided by the Bidder; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 45; or
(ii) furnish a Performance Security in accordance
with ITB 46.
19.8. The Bid Security or Bid- Securing Declaration of a JV must
be in the name of the JV that submits the Bid. If the JV has
not been legally constituted into a legally enforceable JV at
the time of Bidding, the Bid Security or Bid-Securing
Declaration shall be in the names of all future members as
named in the letter of intent referred to in ITB 4.1 and ITB
11.2.
19.9. If a Bid Security is not required in the BDS, pursuant to ITB
19.1, and
(a) if a Bidder withdraws its Bid during the period of Bid
validity specified by the Bidder on the Letter of Bid, or
any extended date provided by the Bidder; or
(b) if the successful Bidder fails to: sign the Contract in
accordance with ITB 45; or furnish a performance
security in accordance with ITB 46;
the Borrower may, if provided for in the BDS, declare the
Bidder ineligible to be awarded a contract by the Purchaser
for a period of time as stated in the BDS.

20. Format and Signing 20.1 The Bidder shall prepare one original of the documents
of Bid comprising the Bid as described in ITB 11 and clearly mark
it “ORIGINAL.” Alternative Bids, if permitted in accordance
with ITB 13, shall be clearly marked “ALTERNATIVE.” In
addition, the Bidder shall submit copies of the Bid, in the
number specified in the BDS and clearly mark them “COPY.”
In the event of any discrepancy between the original and the
copies, the original shall prevail.
20.2 Bidders shall mark as “CONFIDENTIAL” information in their
Bids which is confidential to their business. This may include
Section I – Instructions to Bidders (ITB) 21

proprietary information, trade secrets, or commercial or


financially sensitive information.
20.3 The original and all copies of the Bid shall be typed or
written in indelible ink and shall be signed by a person duly
authorized to sign on behalf of the Bidder. This authorization
shall consist of a written confirmation as specified in the BDS
and shall be attached to the Bid. The name and position held
by each person signing the authorization must be typed or
printed below the signature. All pages of the Bid where entries
or amendments have been made shall be signed or initialed by
the person signing the Bid.
20.4 In case the Bidder is a JV, the Bid shall be signed by an
authorized representative of the JV on behalf of the JV, and so
as to be legally binding on all the members as evidenced by a
power of attorney signed by their legally authorized
representatives.
20.5 Any inter-lineation, erasures, or overwriting shall be valid
only if they are signed or initialed by the person signing the
Bid.

D. Submission and Opening of Bids


21. Sealing and 21.1. The Bidder shall deliver the Bid in a single, sealed envelope
Marking of Bids (one-envelope Bidding process). Within the single envelope
the Bidder shall place the following separate, sealed envelopes:
(a) in an envelope marked “ORIGINAL”, all documents
comprising the Bid, as described in ITB 11; and
(b) in an envelope marked “COPIES”, all required copies of
the Bid; and,
(c) if alternative Bids are permitted in accordance with ITB
13, and if relevant:
i. in an envelope marked “ORIGINAL -ALTERNATIVE”,
the alternative Bid; and
ii. in the envelope marked “COPIES – ALTERNATIVE
BID” all required copies of the alternative Bid.
21.2. The inner and outer envelopes, shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Purchaser in accordance with ITB
22.1;
(c) bear the specific identification of this Bidding process
indicated in ITB 1.1; and
Section I – Instructions to Bidders (ITB) 22

(d) bear a warning not to open before the time and date for
Bid opening.
21.3 If all envelopes are not sealed and marked as required, the
Purchaser will assume no responsibility for the
misplacement or premature opening of the Bid.

22. Deadline for 22.1. Bids must be received by the Purchaser at the address and no
Submission of Bids later than the date and time specified in the BDS. When so
specified in the BDS, Bidders shall have the option of
submitting their Bids electronically. Bidders submitting Bids
electronically shall follow the electronic Bid submission
procedures specified in the BDS.
22.2. The Purchaser may, at its discretion, extend the deadline for
the submission of Bids by amending the bidding document
in accordance with ITB 8, in which case all rights and
obligations of the Purchaser and Bidders previously subject
to the deadline shall thereafter be subject to the deadline as
extended.

23. Late Bids 23.1. The Purchaser shall not consider any Bid that arrives after
the deadline for submission of Bids, in accordance with ITB
22. Any Bid received by the Purchaser after the deadline for
submission of Bids shall be declared late, rejected, and
returned unopened to the Bidder.

24. Withdrawal, 24.1. A Bidder may withdraw, substitute, or modify its Bid after it
Substitution, and has been submitted by sending a written notice, duly signed
Modification of Bids by an authorized representative, and shall include a copy of
the authorization (the power of attorney) in accordance with
ITB 20.3, (except that withdrawal notices do not require
copies). The corresponding substitution or modification of
the Bid must accompany the respective written notice. All
notices must be:
(a) prepared and submitted in accordance with ITB 20 and
21 (except that withdrawal notices do not require
copies), and in addition, the respective envelopes shall
be clearly marked “WITHDRAWAL,” “SUBSTITUTION,”
or “MODIFICATION;” and
(b) received by the Purchaser prior to the deadline
prescribed for submission of Bids, in accordance with
ITB 22.
24.2. Bids requested to be withdrawn in accordance with ITB 24.1
shall be returned unopened to the Bidders.
Section I – Instructions to Bidders (ITB) 23

24.3. No Bid may be withdrawn, substituted, or modified in the


interval between the deadline for submission of Bids and the
expiration of the period of Bid validity specified by the
Bidder on the Letter of Bid or any extension thereof.

25. Bid Opening 25.1. Except as in the cases specified in ITB 23 and ITB 24.2, the
Purchaser shall, at the Bid opening, publicly open and read
out all Bids received by the deadline at the date, time and
place specified in the BDS in the presence of Bidders’
designated representatives and anyone who chooses to attend
Any specific electronic Bid opening procedures required if
electronic bidding is permitted in accordance with ITB 22.1,
shall be as specified in the BDS.
25.2. First, envelopes marked “WITHDRAWAL” shall be opened
and read out and the envelope with the corresponding Bid
shall not be opened, but returned to the Bidder. If the
withdrawal envelope does not contain a copy of the “power
of attorney” confirming the signature as a person duly
authorized to sign on behalf of the Bidder, the corresponding
Bid will be opened. No Bid withdrawal shall be permitted
unless the corresponding withdrawal notice contains a valid
authorization to request the withdrawal and is read out at Bid
opening.
25.3. Next, envelopes marked “SUBSTITUTION” shall be opened
and read out and exchanged with the corresponding Bid
being substituted, and the substituted Bid shall not be
opened, but returned to the Bidder. No Bid substitution shall
be permitted unless the corresponding substitution notice
contains a valid authorization to request the substitution and
is read out at Bid opening.
25.4. Next, envelopes marked “MODIFICATION” shall be opened
and read out with the corresponding Bid. No Bid
modification shall be permitted unless the corresponding
modification notice contains a valid authorization to request
the modification and is read out at Bid opening.
25.5. Next, all remaining envelopes shall be opened one at a time,
reading out: the name of the Bidder and whether there is a
modification; the total Bid Prices, per lot (contract) if
applicable, including any discounts and alternative Bids; the
presence or absence of a Bid Security, if required; and any
other details as the Purchaser may consider appropriate.
25.6. Only Bids, alternative Bids and discounts that are opened and
read out at Bid opening shall be considered further in the
evaluation. The Letter of Bid and the Price Schedules are to
Section I – Instructions to Bidders (ITB) 24

be initialed by representatives of the Purchaser attending Bid


opening in the manner specified in the BDS.
25.7. The Purchaser shall neither discuss the merits of any Bid nor
reject any Bid (except for late Bids, in accordance with ITB
23.1).
25.8. The Purchaser shall prepare a record of the Bid opening that
shall include, as a minimum:
(a) the name of the Bidder and whether there is a
withdrawal, substitution, or modification;
(b) the Bid Price, per lot (contract) if applicable, including
any discounts;
(c) any alternative Bids;
(d) the presence or absence of a Bid Security or Bid-
Securing Declaration, if one was required.
25.9. The Bidders’ representatives who are present shall be
requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents and
effect of the record. A copy of the record shall be distributed
to all Bidders.

E. Evaluation and Comparison of Bids


26. Confidentiality 26.1 Information relating to the evaluation of Bids and
recommendation of contract award, shall not be disclosed to
Bidders or any other persons not officially concerned with
the Bidding process until the information on Intention to
Award the Contract is transmitted to all Bidders in
accordance with ITB 40.
26.2 Any effort by a Bidder to influence the Purchaser in the
evaluation or contract award decisions may result in the
rejection of its Bid.
26.3 Notwithstanding ITB 26.2, from the time of Bid opening to
the time of Contract Award, if any Bidder wishes to contact
the Purchaser on any matter related to the Bidding process,
it should do so in writing.

27. Clarification of Bids 27.1 To assist in the examination, evaluation, comparison of the
Bids, and qualification of the Bidders, the Purchaser may, at
its discretion, ask any Bidder for a clarification of its Bid.
Any clarification submitted by a Bidder in respect to its Bid
and that is not in response to a request by the Purchaser shall
not be considered. The Purchaser’s request for clarification
and the response shall be in writing. No change, including
Section I – Instructions to Bidders (ITB) 25

any voluntary increase or decrease, in the prices or substance


of the Bid shall be sought, offered, or permitted, except to
confirm the correction of arithmetic errors discovered by the
Purchaser in the Evaluation of the Bids, in accordance with
ITB 31.
27.2 If a Bidder does not provide clarifications of its Bid by the
date and time set in the Purchaser’s request for clarification,
its Bid may be rejected.

28. Deviations, 28.1 During the evaluation of Bids, the following definitions
Reservations, and apply:
Omissions (a) “Deviation” is a departure from the requirements
specified in the bidding document;
(b) “Reservation” is the setting of limiting conditions or
withholding from complete acceptance of the
requirements specified in the bidding document; and
(c) “Omission” is the failure to submit part or all of the
information or documentation required in the bidding
document.

29. Determination of 29.1 The Purchaser’s determination of a Bid’s responsiveness is


Responsiveness to be based on the contents of the Bid itself, as defined in
ITB 11.
29.2 A substantially responsive Bid is one that meets the
requirements of the bidding document without material
deviation, reservation, or omission. A material deviation,
reservation, or omission is one that:
(a) if accepted, would:
(i) affect in any substantial way the scope, quality, or
performance of the Goods and Related Services
specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the
bidding document, the Purchaser’s rights or the
Bidder’s obligations under the Contract; or
(b) if rectified, would unfairly affect the competitive
position of other Bidders presenting substantially
responsive Bids.
29.3 The Purchaser shall examine the technical aspects of the Bid
submitted in accordance with ITB 16 and ITB 17, in particular,
to confirm that all requirements of Section VII, Schedule of
Requirements have been met without any material deviation or
reservation, or omission.
Section I – Instructions to Bidders (ITB) 26

29.4 If a Bid is not substantially responsive to the requirements


of bidding document, it shall be rejected by the Purchaser
and may not subsequently be made responsive by correction
of the material deviation, reservation, or omission.

30. Nonconformities, 30.1 Provided that a Bid is substantially responsive, the Purchaser
Errors and may waive any nonconformities in the Bid.
Omissions 30.2 Provided that a Bid is substantially responsive, the Purchaser
may request that the Bidder submit the necessary
information or documentation, within a reasonable period of
time, to rectify nonmaterial nonconformities or omissions in
the Bid related to documentation requirements. Such
omission shall not be related to any aspect of the price of the
Bid. Failure of the Bidder to comply with the request may
result in the rejection of its Bid.
30.3 Provided that a Bid is substantially responsive, the Purchaser
shall rectify quantifiable nonmaterial nonconformities related
to the Bid Price. To this effect, the Bid Price shall be adjusted,
for comparison purposes only, to reflect the price of a missing
or non-conforming item or component, by adding the average
price of the item or component quoted by substantially
responsive Bidders. If the price of the item or component
cannot be derived from the price of other substantially
responsive Bids, the Purchaser shall use its best estimate.

31. Correction of 31.1 Provided that the Bid is substantially responsive, the Purchaser
Arithmetical Errors shall correct arithmetical errors on the following basis:
(a) if there is a discrepancy between the unit price and the
line item total that is obtained by multiplying the unit
price by the quantity, the unit price shall prevail and
the line item total shall be corrected, unless in the
opinion of the Purchaser there is an obvious
misplacement of the decimal point in the unit price, in
which case the line item total as quoted shall govern
and the unit price shall be corrected;
(b) if there is an error in a total corresponding to the
addition or subtraction of subtotals, the subtotals shall
prevail and the total shall be corrected; and
(c) if there is a discrepancy between words and figures, the
amount in words shall prevail, unless the amount
expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject
to (a) and (b) above.
Section I – Instructions to Bidders (ITB) 27

31.2 Bidders shall be requested to accept correction of arithmetical


errors. Failure to accept the correction in accordance with ITB
31.1, shall result in the rejection of the Bid.

32. Conversion to Single 32.1 For evaluation and comparison purposes, the currency(ies)
Currency of the Bid shall be converted in a single currency as specified
in the BDS.

33. Margin of Preference 33.1 Unless otherwise specified in the BDS, a margin of
preference shall not apply.

34. Evaluation of Bids 34.1 The Purchaser shall use the criteria and methodologies listed
in this ITB and Section III, Evaluation and Qualification
criteria. No other evaluation criteria or methodologies shall
be permitted. By applying the criteria and methodologies,
the Purchaser shall determine the Most Advantageous Bid.
This is the Bid of the Bidder that meets the qualification
criteria and whose Bid has been determined to be:
(a) substantially responsive to the bidding document; and
(b) the lowest evaluated cost.
34.2 To evaluate a Bid, the Purchaser shall consider the
following:
(a) evaluation will be done for Items or Lots (contracts),
as specified in the BDS; and the Bid Price as quoted
in accordance with ITB 14;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB 31.1;
(c) price adjustment due to discounts offered in
accordance with ITB 14.4;
(d) converting the amount resulting from applying (a) to
(c) above, if relevant, to a single currency in
accordance with ITB 32;
(e) price adjustment due to quantifiable nonmaterial
nonconformities in accordance with ITB 30.3; and
(f) the additional evaluation factors are specified in
Section III, Evaluation and Qualification Criteria.
34.3 The estimated effect of the price adjustment provisions of the
Conditions of Contract, applied over the period of execution of
the Contract, shall not be taken into account in Bid evaluation.
34.4 If this bidding document allows Bidders to quote separate
prices for different lots (contracts), the methodology to
determine the lowest evaluated cost of the lot (contract)
Section I – Instructions to Bidders (ITB) 28

combinations, including any discounts offered in the Letter of


Bid, is specified in Section III, Evaluation and Qualification
Criteria.
34.5 The Purchaser’s evaluation of a Bid will exclude and not
take into account:
(a) in the case of Goods manufactured in the Purchaser’s
Country, sales and other similar taxes, which will be
payable on the goods if a contract is awarded to the
Bidder;
(b) in the case of Goods manufactured outside the
Purchaser’s Country, already imported or to be
imported, customs duties and other import taxes levied
on the imported Good, sales and other similar taxes,
which will be payable on the Goods if the contract is
awarded to the Bidder;
(c) any allowance for price adjustment during the period
of execution of the contract, if provided in the Bid.
34.6 The Purchaser’s evaluation of a Bid may require the
consideration of other factors, in addition to the Bid Price
quoted in accordance with ITB 14. These factors may be
related to the characteristics, performance, and terms and
conditions of purchase of the Goods and Related Services.
The effect of the factors selected, if any, shall be expressed
in monetary terms to facilitate comparison of Bids, unless
otherwise specified in the BDS from amongst those set out
in Section III, Evaluation and Qualification Criteria. The
criteria and methodologies to be used shall be as specified in
ITB 34.2(f).

35. Comparison of Bids 35.1 The Purchaser shall compare the evaluated costs of all
substantially responsive Bids established in accordance with
ITB 34.2 to determine the Bid that has the lowest evaluated
cost. The comparison shall be on the basis of CIP (place of
final destination) prices for imported goods and EXW prices,
plus cost of inland transportation and insurance to place of
destination, for goods manufactured within the Borrower’s
country, together with prices for any required installation,
training, commissioning and other services. The evaluation
of prices shall not take into account custom duties and other
taxes levied on imported goods quoted CIP and sales and
similar taxes levied in connection with the sale or delivery
of goods.
Section I – Instructions to Bidders (ITB) 29

36. Abnormally Low 36.1 An Abnormally Low Bid is one where the Bid price, in
Bids combination with other constituent elements of the Bid,
appears unreasonably low to the extent that the Bid price
raises material concerns with the Purchaser as to the
capability of the Bidder to perform the Contract for the
offered Bid price.
36.2 In the event of identification of a potentially Abnormally
Low Bid, the Purchaser shall seek written clarification from
the Bidder, including a detailed price analyses of its Bid
price in relation to the subject matter of the contract, scope,
delivery schedule, allocation of risks and responsibilities and
any other requirements of the bidding document.
36.3 After evaluation of the price analyses, in the event that the
Purchaser determines that the Bidder has failed to
demonstrate its capability to perform the contract for the
offered Bid price, the Purchaser shall reject the Bid.

37. Qualification of the 37.1 The Purchaser shall determine, to its satisfaction, whether
Bidder the eligible Bidder that is selected as having submitted the
lowest evaluated cost and substantially responsive Bid,
meets the qualifying criteria specified in Section III,
Evaluation and Qualification Criteria.
37.2 The determination shall be based upon an examination of the
documentary evidence of the Bidder’s qualifications
submitted by the Bidder, pursuant to ITB 17. The
determination shall not take into consideration the
qualifications of other firms such as the Bidder’s
subsidiaries, parent entities, affiliates, subcontractors (other
than specialized subcontractors if permitted in the bidding
document), or any other firm(s) different from the Bidder.
37.3 Prior to Contract award, the Purchaser will verify that the
successful Bidder (including each member of a JV) is not
disqualified by the Bank due to noncompliance with
contractual SEA/SH prevention and response obligations. The
Purchaser will conduct the same verification for each
subcontractor proposed by the successful Bidder. If any
proposed subcontractor does not meet the requirement, the
Purchaser will require the Bidder to propose a replacement
subcontractor.
37.4 An affirmative determination shall be a prerequisite for
award of the Contract to the Bidder. A negative
determination shall result in disqualification of the Bid, in
which event the Purchaser shall proceed to the Bidder who
offers a substantially responsive Bid with the next lowest
Section I – Instructions to Bidders (ITB) 30

evaluated cost to make a similar determination of that


Bidder’s qualifications to perform satisfactorily.

38. Purchaser’s Right to 38.1 The Purchaser reserves the right to accept or reject any Bid,
Accept Any Bid, and and to annul the Bidding process and reject all Bids at any
to Reject Any or All time prior to Contract Award, without thereby incurring any
Bids liability to Bidders. In case of annulment, all Bids submitted
and specifically, bid securities, shall be promptly returned to
the Bidders.

39. Standstill Period 39.1 The Contract shall not be awarded earlier than the expiry of the
Standstill Period. The Standstill Period shall be ten (10)
Business Days unless extended in accordance with ITB 44. The
Standstill Period commences the day after the date the
Purchaser has transmitted to each Bidder the Notification of
Intention to Award the Contract. Where only one Bid is
submitted, or if this contract is in response to an emergency
situation recognized by the Bank, the Standstill Period shall not
apply.

40. Notification of 40.1 The Purchaser shall send to each Bidder the Notification of
Intention to Award Intention to Award the Contract to the successful Bidder.
The Notification of Intention to Award shall contain, at a
minimum, the following information:
(a) the name and address of the Bidder submitting the
successful Bid;
(b) the Contract price of the successful Bid;
(c) the names of all Bidders who submitted Bids, and their
Bid prices as readout, and as evaluated;
(d) a statement of the reason(s) the Bid (of the
unsuccessful Bidder to whom the notification is
addressed) was unsuccessful, unless the price
information in c) above already reveals the reason;
(e) the expiry date of the Standstill Period;
(f) instructions on how to request a debriefing and/or
submit a complaint during the standstill period.

F. Award of Contract
41. Award Criteria 41.1 Subject to ITB 38, the Purchaser shall award the Contract to
the Bidder offering the Most Advantageous Bid. The Most
Advantageous Bid is the Bid of the Bidder that meets the
qualification criteria and whose Bid has been determined to
be:
Section I – Instructions to Bidders (ITB) 31

(a) substantially responsive to the bidding document; and


(b) the lowest evaluated cost.

42. Purchaser’s Right to 42.1 At the time the Contract is awarded, the Purchaser reserves
Vary Quantities at the right to increase or decrease the quantity of Goods and
Time of Award Related Services originally specified in Section VII,
Schedule of Requirements, provided this does not exceed the
percentages specified in the BDS, and without any change
in the unit prices or other terms and conditions of the Bid
and the bidding document.

43. Notification of 43.1 Prior to the date of expiry of the Bid validity and upon expiry
Award of the Standstill Period, specified in ITB 39.1 or any
extension thereof, and upon satisfactorily addressing any
complaint that has been filed within the Standstill Period,
the Purchaser shall notify the successful Bidder, in writing,
that its Bid has been accepted. The notification of award
(hereinafter and in the Contract Forms called the “Letter of
Acceptance”) shall specify the sum that the Purchaser will
pay the Supplier in consideration of the execution of the
Contract (hereinafter and in the Conditions of Contract and
Contract Forms called “the Contract Price”).
43.2 Within ten (10) Business Days after the date of transmission
of the Letter of Acceptance, the Purchaser shall publish the
Contract Award Notice which shall contain, at a minimum,
the following information:
(a) name and address of the Purchaser;
(b) name and reference number of the contract being
awarded, and the selection method used;
(c) names of all Bidders that submitted Bids, and their Bid
prices as read out at Bid opening, and as evaluated;
(d) names of all Bidders whose Bids were rejected either
as nonresponsive or as not meeting qualification
criteria, or were not evaluated, with the reasons
therefor;
(e) the name of the successful Bidder, the final total
contract price, the contract duration and a summary of
its scope; and
(f) successful Bidder’s Beneficial Ownership Disclosure
Form, if specified in BDS ITB 45.1.
43.3 The Contract Award Notice shall be published on the
Purchaser’s website with free access if available, or in at
least one newspaper of national circulation in the
Section I – Instructions to Bidders (ITB) 32

Purchaser’s Country, or in the official gazette. The


Purchaser shall also publish the contract award notice in
UNDB online.
43.4 Until a formal Contract is prepared and executed, the Letter
of Acceptance shall constitute a binding Contract.

44. Debriefing by the 44.1 On receipt of the Purchaser’s Notification of Intention to


Purchaser Award referred to in ITB 40.1, an unsuccessful Bidder has
three (3) Business Days to make a written request to the
Purchaser for a debriefing. The Purchaser shall provide a
debriefing to all unsuccessful Bidders whose request is
received within this deadline.
44.2 Where a request for debriefing is received within the
deadline, the Purchaser shall provide a debriefing within five
(5) Business Days, unless the Purchaser decides, for
justifiable reasons, to provide the debriefing outside this
timeframe. In that case, the standstill period shall
automatically be extended until five (5) Business Days after
such debriefing is provided. If more than one debriefing is
so delayed, the standstill period shall not end earlier than
five (5) Business Days after the last debriefing takes place.
The Purchaser shall promptly inform, by the quickest means
available, all Bidders of the extended standstill period
44.3 Where a request for debriefing is received by the Purchaser
later than the three (3)-Business Day deadline, the Purchaser
should provide the debriefing as soon as practicable, and
normally no later than fifteen (15) Business Days from the
date of publication of Public Notice of Award of contract.
Requests for debriefing received outside the three (3)-day
deadline shall not lead to extension of the standstill period.
44.4 Debriefings of unsuccessful Bidders may be done in writing
or verbally. The Bidders shall bear their own costs of
attending such a debriefing meeting.

45. Signing of Contract 45.1 The Purchaser shall send to the successful Bidder the Letter
of Acceptance including the Contract Agreement, and, if
specified in the BDS, a request to submit the Beneficial
Ownership Disclosure Form providing additional
information on its beneficial ownership. The Beneficial
Ownership Disclosure Form, if so requested, shall be
submitted within eight (8) Business Days of receiving this
request.
Section I – Instructions to Bidders (ITB) 33

45.2 The successful Bidder shall sign, date and return to the
Purchaser, the Contract Agreement within twenty-eight (28)
days of its receipt.
45.3 Notwithstanding ITB 45.2 above, in case signing of the
Contract Agreement is prevented by any export restrictions
attributable to the Purchaser, to the country of the Purchaser,
or to the use of the products/goods, systems or services to be
supplied, where such export restrictions arise from trade
regulations from a country supplying those products/goods,
systems or services, the Bidder shall not be bound by its Bid,
always provided however, that the Bidder can demonstrate
to the satisfaction of the Purchaser and of the Bank that
signing of the Contact Agreement has not been prevented by
any lack of diligence on the part of the Bidder in completing
any formalities, including applying for permits,
authorizations and licenses necessary for the export of the
products/goods, systems or services under the terms of the
Contract.

46. Performance 46.1 Within twenty-eight (28) days of the receipt of Letter of
Security Acceptance from the Purchaser, the successful Bidder, if
required, shall furnish the Performance Security in
accordance with the GCC 18, using for that purpose the
Performance Security Form included in Section X, Contract
Forms, or another Form acceptable to the Purchaser. If the
Performance Security furnished by the successful Bidder is
in the form of a bond, it shall be issued by a bonding or
insurance company that has been determined by the
successful Bidder to be acceptable to the Purchaser. A
foreign institution providing a bond shall have a
correspondent financial institution located in the Purchaser’s
Country, unless the Purchaser has agreed in writing that a
correspondent financial institution is not required.
46.2 Failure of the successful Bidder to submit the above-
mentioned Performance Security or sign the Contract shall
constitute sufficient grounds for the annulment of the award
and forfeiture of the Bid Security. In that event the Purchaser
may award the Contract to the Bidder offering the next Most
Advantageous Bid.

47. Procurement Related 47.1 The procedures for making a Procurement-related


Complaint Complaint are as specified in the BDS.
Section II – Bid Data Sheet (BDS) 35

Section II - Bid Data Sheet (BDS)


The following specific data for the goods to be procured shall complement, supplement, or
amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the
provisions herein shall prevail over those in ITB.

ITB A. General
Reference

ITB 1.1 The reference number of the Request for Bids (RFB) is: HUST-G03
The Purchaser is: Hanoi University of Science and Technology
The name of the RFB is: Provide research equipment in the field of
Materials Science.
The number and identification of lots (contracts) comprising this RFB is:
01 contract.

ITB 2.1 The Borrower is: The Socialist Republic of Vietnam


Loan or Financing Agreement amount: 155,000,000 USD
The name of the Project is: Support for Autonomous Higher Education
Project – SAHEP

ITB 4.1 Maximum number of members in the Joint Venture (JV) shall be: 03

ITB 4.5 A list of debarred firms and individuals is available on the Bank’s external
website: http://www.worldbank.org/debarr.

B. Contents of Bidding Document


ITB 7.1 For Clarification of Bid purposes only, the Purchaser’s address is:
Attention: Mr. Tran Ngoc Khiem
Address: Hanoi University of Science and Technology - No 01 Dai Co Viet
str, Hai Ba Trung dist, Hanoi, Vietnam
Room number/Building: 213- Ta Quang Buu Library Building
City: Hanoi
ZIP Code: 10000
Country: Vietnam
Telephone: 024 38684055
Electronic mail address: khiem.tranngoc@hust.edu.vn
Requests for clarification should be received by the Purchaser no later than
10 days
Website: https://www.hust.edu.vn/web/vi/du-an-SAHEP
Section II – Bid Data Sheet (BDS) 36

Telephone: +84 2438684055

C. Preparation of Bids
ITB 10.1 The language of the Bid is: English
All correspondence exchange shall be in English language.
Language for translation of supporting documents and printed literature is
English.
The Bidder shall submit the following additional documents in its Bid -
ITB 11.1 (j)
Decision to establish
- Business registration certificate
- Company rules
- The relationship between members of the Board of Directors, Board of
Directors, Board of Supervisors (if any) and senior management with Hanoi
University of Science and Technology, Ministry of Education and Trainining
- Updated list of shareholders (if any)
- Other relevant documents to determine the eligibility of the company.
All Bidders shall submit the following additional documents in their bids:
1. Notarized copy of the bidder’s company business registration in the
bidder’s country (in case of a joint venture, the company business
registration in each JV member’s country);
2. Notarized Audited Financial Statement as required in Section III;
3. Bidder’s and/ or Manufacturer’s Experience in Supplying the Product in
this Bid: Notarized copy of related contract, acceptance certificate, and/or
other documents including the list of the supplied equipment as required. In
case of the experience as a Sub-supplier, the bidder shall submit the
certificate with the evidence document which can prove its sub-contract
amount and its scope of work including the list of supplied equipment as
required issued by both its purchaser and main supplier.
4. A Description of the Service & Maintenance Plan for all equipment
offered, in accordance with Warranty and Maintenance requirements in
Section VII - Schedule of Requirement.
5. A List of Bidders’ and/or Manufacturers’ Service Facilities in the
Purchaser’s Country;
6. A List of Technical Staff with their Certificates;
7. Acknowledgement of Addendum, if any Addendum issued;
8. Other relating documents set forth in the requirements of the RFB;
9. In case of a joint venture, an original of Agreement entered into by the
joint venture partners shall be submitted with the Bid. Role, Responsibility,
Scope of work, by each partner, joint and several liability of each partner in
executing the contract under procurement if being awarded shall be stated in
the JV Agreement
Section II – Bid Data Sheet (BDS) 37

ITB 13.1 Alternative Bids shall not be considered.

ITB 14.5 The prices quoted by the Bidder shall not be subject to adjustment during
the performance of the Contract.

ITB 14.6 Prices quoted for each lot (contract) shall correspond at least to 100 percent
of the items specified for package.
Prices quoted for each item of a lot shall correspond at least to 100 percent of
the quantities specified for this item.

ITB 14.7 The Incoterms edition is: 2010


Place of destination: Hanoi University of Science and Technology
ITB 14.8
(b)(i) Add: No 01 Dai Co Viet str, Hai Ba Trung Dist, Hanoi, Vietnam
Final Destination (Project Site): Hanoi University of Science and
ITB 14.8
Technology
(a)(iii), (b)(ii)
and (c)(v) Add: No 01 Dai Co Viet str, Hai Ba Trung Dist, Hanoi, Vietnam

ITB 15.1 The Bidder is required to quote in the currency of the Purchaser’s Country
the portion of the Bid price that corresponds to expenditures incurred in
that currency.

ITB 16.4 Period of time the Goods are expected to be functioning (for the purpose of
spare parts): for the list of equipment in attached Annex 1 The Bidder is
bound to supply spare parts for the period of at least 05 years at the request
and expenses of the Purchaser

ITB 17.2 (a) Manufacturer’s authorization is required for equipment in Annex 2 of this
RFB document

ITB 17.2 (b) After sales service is: required

ITB 18.1 The Bid shall be: The Bid shall be valid until June 30, 2022 which is 180
days from the bid submission deadline.

ITB 18.3 (a) The Bid price shall be adjusted by the following factor(s):
The local currency portion of the Contract price shall be adjusted by a factor
reflecting local inflation during the period of extension, and the foreign
currency portion of the Contract price shall be adjusted by a factor reflecting
the international inflation (in the country of the foreign currency) during the
period of extension.

ITB 19.1 A Bid Security shall be required.


Bid Security shall be required, the amount and currency of the Bid Security
shall be: USD 160,000 (in words: one hundred and sixty thousand US
Section II – Bid Data Sheet (BDS) 38

dollars), or an equivalent amount in Vietnam Dong or another freely


convertible foreign currency.
If the bidder is a JV, the Bid Security must be in JV name.

ITB 19.3 (d) Other types of acceptable securities: Not applicable

ITB 20.1 In addition to the original of the Bid, the number of copies is 05 copies
(Total: 01 original and 05 copies)

ITB 20.3 The written confirmation of authorization to sign on behalf of the Bidder
shall consist of an organizational document, board resolution or its
equivalent, or power of attorney specifying the representative’s authority to
sign the Bid on behalf of the Bidder. If the Bidder is an existing joint venture,
the power of attorney should be signed by all partners and specify the
authority of the named representative of the joint venture to sign on behalf
of the existing joint venture.

D. Submission and Opening of Bids


Attention: Mr. Tran Ngoc Khiem
ITB 22.1
Address: Hanoi University of Science and Technology - No 01 Dai Co Viet
str, Hai Ba Trung Dist, Hanoi, Vietnam
Room number/Building: 213- Ta Quang Buu Library Building
City: Hanoi
ZIP Code: 10000
Country: Vietnam
Telephone: (+84) 24 38684055
Electronic mail address: khiem.tranngoc@hust.edu.vn
The deadline for Bid submission is:
Date: 30th December, 2021
Time: 16:00 local time
Bidders shall not have the option of submitting their Bids electronically.

ITB 25.1 The Bid opening shall take place at:


Street Address: Hanoi University of Science and Technology - No 01 Dai
Co Viet str, Hai Ba Trung Dist, Hanoi, Vietnam
Floor/ Room number: 213- Ta Quang Buu Library Building
City: Hanoi
Country: Vietnam
Date: 30th December, 2021
Time: 16:30 Local time
The electronic Bid opening procedures shall be: not applicable
Section II – Bid Data Sheet (BDS) 39

ITB 25.6 The Letter of Bid and Price Schedules shall be initialed by at least two (2)
representatives of the Purchaser conducting Bid opening. Each Bid shall be
initialed by at least two (2) representatives and shall be numbered, any
modification to the unit or total price shall be initialed by at least two
representatives of the Purchaser

E. Evaluation and Comparison of Bids

ITB 32.1 The currency that shall be used for Bid evaluation and comparison purposes
to convert at the selling exchange rate all Bid prices expressed in various
currencies into a single currency is: Vietnam Dong (VNĐ)
The source of exchange rate shall be: Vietcombank
The date for the exchange rate shall be: 28 days prior to the deadline for
submission of the Bids

ITB 33.1 A margin of domestic preference shall not apply.


If a margin of preference applies, the application methodology shall be
defined in Section III – Evaluation and Qualification Criteria.

ITB 34.2(a) Evaluation will be done for all items of the package
Bids will be evaluated item by item. If a Price Schedule shows items listed
but not priced, their prices shall be assumed to be included in the prices of
other items. An item not listed in the Price Schedule shall be assumed to be
not included in the Bid, and provided that the Bid is substantially responsive,
the average or highest price (as specified in the BDS) of the item quoted by
substantially responsive Bidders will be added to the Bid price and the
equivalent total cost of the Bid so determined will be used for price
comparison.

ITB 34.6 The adjustments shall be determined using the following criteria, from
amongst those set out in Section III, Evaluation and Qualification Criteria:
[refer to Section III, Evaluation and Qualification Criteria; insert
complementary details if necessary]
(a) Deviation in Delivery schedule: No.
(b) Deviation in payment schedule: No.
(c) The cost of major replacement component, mandatory spare parts,
and service: No.
(d) The availability in the Purchaser’s Country of spare parts and after-
sales services for the equipment offered in the Bid: No.
(e) Life cycle costs: the costs during the life of the goods or equipment:
No.
Section II – Bid Data Sheet (BDS) 40

(f) the performance and productivity of the equipment offered: No

F. Award of Contract
ITB 42 The maximum percentage by which quantities may be increased is: 15
percentage
The maximum percentage by which quantities may be decreased is: 15
percentage

ITB 45. 1 The successful Bidder shall submit the Beneficial Ownership Disclosure
Form.

ITB 47.1 The procedures for making a Procurement-related Complaint are detailed in
the “Procurement Regulations for IPF Borrowers (Annex III).” If a Bidder
wishes to make a Procurement-related Complaint, the Bidder should submit
its complaint following these procedures, in writing (by the quickest means
available, that is either by email or fax), to:
For the attention: Mr. Tran Ngoc Khiem
Title/position: Director
Purchaser: Hanoi University of Science and Technology
Email address: khiem.tranngoc@hust.edu.vn
In summary, a Procurement-related Complaint may challenge any of the
following:
1. The terms of the Bidding Documents; and
2. The Purchaser’s decision to award the contract.
Section III – Evaluation and Qualification Criteria 41

Section III - Evaluation and Qualification


Criteria

Contents
1. Margin of Preference (ITB 33) ........................................................................................ 42

2. Evaluation (ITB 34) .......................................................................................................... 42

3. Qualification (ITB 37)....................................................................................................... 42


Section III – Evaluation and Qualification Criteria 42

1. Margin of Preference (ITB 33): Not applicable

2. Evaluation (ITB 34)

2.1. Evaluation Criteria (ITB 34.6)


The Purchaser’s evaluation of a Bid may take into account, in addition to the Bid Price quoted
in accordance with ITB 14.8, one or more of the following factors as specified in ITB 34.2(f)
and in BDS referring to ITB 34.6, using the following criteria and methodologies.
(a) Delivery schedule. (As per Incoterms specified in the BDS): not applicable
(b) Deviation in payment schedule specified in the bidding document is: not acceptable
(c) Cost of major replacement components, mandatory spare parts, and service: not
required
(d) Availability in the Purchaser’s Country of spare parts and after sales services for
equipment offered in the Bid: not applicable
(e) Life Cycle Costs: not applicable
(f) Performance and productivity of the equipment: not applicable
2.2. Multiple Contracts (ITB 34.4): Not applicable
2.3. Alternative Bids (ITB 13.1): Not applicable
3. Qualification (ITB 37)

3.1 Qualification Criteria (ITB 37.1)


After determining the substantially responsive Bid which offers the lowest-evaluated cost in
accordance with ITB 34, and, if applicable, the assessment of any Abnormally Low Bid (in
accordance with ITB 36) the Purchaser shall carry out the post-qualification of the Bidder in
accordance with ITB 37, using only the requirements specified. Requirements not included in
the text below shall not be used in the evaluation of the Bidder’s qualifications.
a) Financial Capability:
(i) The Bidder shall submit audited financial statements for the last 03 (three) years
(2018;2019;2020) prior to bid submission deadline, demonstrating the current soundness of
the Bidder’s financial position. As a minimum, a Bidder's net worth for the last year, calculated
as the difference between total assets and total liabilities should be positive (notarized copies
of Audited financial Statements included).
In the case of a Joint venture, each JV partner must meet this requirement by itself (notarized
copies of Audited financial Statements included). Bidder (s) are not in the status of bankruptcy
or suspended by any relating authorities both in Purchaser’s country and their own nation.
(ii) Average Annual Turnover:
Average annual turnover from production and business activities over the last 03 (three) years
(2018;2019;2020) of USD 16,000,000 or equivalent;
Section III – Evaluation and Qualification Criteria 43

In the case of a Joint venture, all partners combined must meet the requirement, while one
partner must meet at least 50% of the requirement and each partner must meet at least 25% of
the requirement.
(iii) Financial Resources
Bidder must demonstrate access to, or availability of, liquid assets, lines of credit, credit
commitment of bank or other financial resources, net of current commitments to meet the
financial resources requirement of USD 2,400,000 or equivalent. This financial resource will
have to be confirmed by the related Bank (s) or financial institution (s) that will be spent (i.e.,
blocked) only for this Project till the completion (if being awarded).
Note: Liquid assets means cash and cash equivalents, short-term financial instruments, short-term available-
for-sale-securities, marketable securities, trade receivables, short-term financing receivables and other assets
that can be converted into cash within ONE YEAR

(b) Specific Experience: The Bidder shall demonstrate that it has successfully completed
at least 02 number of contracts within the last 05 (five) years prior to bid submission deadline,
each with a value of at least 5.5 million USD that have been successfully and substantially
completed and that are similar in nature and complexity (relating to technical, scientific and
educational equipment supply) to the Goods and Related Services under the Contract. If the
bidder has completed more than 02 contracts, it must ensure that one contract has its
participation value of not less than 5.5 million USD and total participation value of those
contracts must be at least 11 million USD or equivalent. If the bidder has completed less
than 02 contracts, the total participation value of those contracts must be at least 11 million
USD or equivalent. In case of Joint venture, all Joint venture members shall collectively meet
the above requirement (The value of contracts completed by JV members shall not be
aggregated to determine whether the requirement of the minimum value of a single contract
has been met). In addition, each member of the Joint Venture shall demonstrate that it has
successfully supplied the equipment of similar type and nature with the aggregate value of such
equipment not less than 50% of the equipment value this Joint Venture member will be
responsible for supplying in the proposed this contract

(c) Documentary Evidence: The Bidder shall furnish documentary evidence to


demonstrate that the goods it offers meet the following usage requirement:
- The Bidder is required to submit the specification sheet for each item consisting of three
columns. The first column will list the required specifications the second column will list the
corresponding specifications of the equipment. The bid and third column will list the
referenced documents that can find evidence of conformity submitted with the bid.
- Technical Specifications in Section VII. Schedule of Requirements duly filled in with item-
by-item commentary demonstrating substantial responsiveness of the required Technical
Specifications and the original catalogues or brochures (Scanning version is not accepted) for
each item showing pictures and technical specification shall be attached.
- And if any deviation between the required Technical Specifications and proposed items, a
Statement of Deviations including the reason and remedy for each deviation, if applicable,
shall be included in the Bid. Technical Proposal is modern technology or higher specification
compared with the required technical specification within the tender document.
Section III – Evaluation and Qualification Criteria 44

- Technical Specifications and Statement of Deviation submitted by the Bidder will be the
ground of technical evaluation. If any incorrect information related to the basic and important
functions of equipment is found in the Technical Specifications and Statement of Deviation
during the evaluation process or after the Contract signing, it may result in the rejection of its
Bid or termination of the Contract, respectively
For example:
No Requirement of Bidder offer Reference to the
specification document
attach
1 (a) (b) (c)

- Authorized technical sources are (i) technical documentation, (ii) instruction manual, (iii)
service manual, (iv) manufacturer's design and / or production documentation, (v) quality
certificate (ISO, CE, DIN, JIS….), (vi) manufacturer's statement and (vii) official technical
documents (catalogues…) issued by the equipment manufacturer
- After sale service: The Bidder shall demonstrate that it is capable of carrying out the required
after-sale services including maintenance, repair, and spare part stocking obligations
prescribed in the Conditions of Contract and/or Technical Specifications.
In the case the Bidder is not doing business in Vietnam, the Bidder shall demonstrate that it
is or will be represented by a qualified and eligible Agent in Vietnam sufficiently equipped
and staffed to carry out such after-sale service requirement.

(d) Manufacturing experience and Technical Capacity: For the items as at Annex 3 under
the Contract that the bidder is a manufacturer, the Bidder shall furnish documentary evidence
to demonstrate that:

(i) it has manufactured goods of similar nature and complexity for at least 05 (five)
years, prior to the bid submission deadline; and

(ii) Its production capacity of goods of similar nature and complexity for the last 05
(five) years prior to the bid submission deadline, is at least 5 (five) times the
quantities specified under the contract.

(iii) A list of end-users and contact details for the Purchaser's reference shall be
submitted.
(e) Manufacturer’s authorization: A Bidder who does not manufacture an item/s where a
manufacturer authorization is required in accordance with BDS ITB 17.2 (a), the Bidder shall
provide evidence of being duly authorized by a manufacturer (Manufacturer’s Authorization
Form, Section IV, Bidding Forms), meeting the criteria in (d) (i) and (ii) above, to supply the
Goods;

(f) A bidder who does not manufacture an item/s where a manufacturer authorization is not
required in accordance with BDS ITB 17.2 (a), the bidder shall submit documentation on as
Section III – Evaluation and Qualification Criteria 45

authorized dealer/ distributor of the items, its status as a supplier, to the satisfaction of the
Purchaser
(g) Technical personnel.
Total
working Experiences in
No. Position Quantity
experiences similar work (year)
(year)
At least 02 ODA
Project Manager
projects have been
(provide CV, copies of
implemented in the
01 relevant certificates to 01 ≥20 years
same position. At
approve for these
least have the
experiences)
Bachelor Degree
University degree or
higher in material
Science, material
Training experts engineering,
(provide the list of engineers mechanical
attached with the CVs, copies engineering,
02 03 ≥10 years
of relevant degrees, electronics,
certificates, effective electricity,
contracts with the Bidder (s)) telecomunication.
Have done at least 02
projects in the same
position

University degree or
higher in material
Engineers for installation
Science, material
(provide the list of engineers
engineering,
attached with the CVs, copies
03 05 >10 years mechanical
of relevant degrees,
engineering,
certificates, effective
electronics,
contracts with the Bidder)
electricity,
telecomunication.

At the time of Contract Award, the Bidder (including each subcontractor proposed by the
Bidder) shall not be subject to disqualification by the Bank for non-compliance with SEA/
SH obligations.
Section IV – Bidding Forms 47

Section IV - Bidding Forms


Table of Forms

Letter of Bid.........................................................................................................................48

Bidder Information Form ..................................................................................................51

Bidder’s JV Members Information Form ........................................................................52

Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment Performance


Declaration...........................................................................................................................53

Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be


Imported ..............................................................................................................................55

Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already


imported* .............................................................................................................................56

Price Schedule: Goods Manufactured in the Purchaser’s Country ...............................57

Price and Completion Schedule - Related Services .........................................................58

Form of Bid Security ..........................................................................................................59

Manufacturer’s Authorization ..........................................................................................61


Section IV – Bidding Forms 48

Letter of Bid

INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED


THE DOCUMENT

The Bidder must prepare this Letter of Bid on stationery with its letterhead clearly
showing the Bidder’s complete name and business address.

Note: All italicized text is to help Bidders in preparing this form.

Date of this Bid submission: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process]
Request for Bid No.: [insert identification]
Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

(a) No reservations: We have examined and have no reservations to the bidding


document, including Addenda issued in accordance with Instructions to Bidders (ITB
8);
(b) Eligibility: We meet the eligibility requirements and have no conflict of interest in
accordance with ITB 4;
(c) Bid/Proposal-Securing Declaration: We have not been suspended nor declared
ineligible by the Purchaser based on execution of a Bid-Securing Declaration or
Proposal-Securing Declaration in the Purchaser’s Country in accordance with ITB 4.7;
(d) Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH): [select the
appropriate option from (i) to (iii) below and delete the others. In case of JV members
and/or subcontractors, indicate the status of disqualification by the Bank of each JV
member and/or subcontractor].

We, including any of our subcontractors:


(i) [have not been subject to disqualification by the Bank for non-compliance with
SEA/ SH obligations.]
(ii) [are subject to disqualification by the Bank for non-compliance with SEA/ SH
obligations.]
(iii) [had been subject to disqualification by the Bank for non-compliance with SEA/
SH obligations, and were removed from the disqualification list. An arbitral
award on the disqualification case has been made in our favor.]
Section IV – Bidding Forms 49

(e) Conformity: We offer to supply in conformity with the bidding document and in
accordance with the Delivery Schedules specified in the Schedule of Requirements the
following Goods: [insert a brief description of the Goods and Related Services];
(f) Bid Price: The total price of our Bid, excluding any discounts offered in item (f)
below is:
Option 1, in case of one lot: Total price is: [insert the total price of the Bid in
words and figures, indicating the various amounts and the respective
currencies];

Or

Option 2, in case of multiple lots: (a) Total price of each lot [insert the total
price of each lot in words and figures, indicating the various amounts and the
respective currencies]; and (b) Total price of all lots (sum of all lots) [insert the
total price of all lots in words and figures, indicating the various amounts and
the respective currencies];
(g) Discounts: The discounts offered and the methodology for their application are:
(i) The discounts offered are: [Specify in detail each discount offered.]
(ii) The exact method of calculations to determine the net price after application of
discounts is shown below: [Specify in detail the method that shall be used to apply
the discounts];
(h) Bid Validity: Our Bid shall be valid until [insert day, month and year in accordance
with ITP 18.1], and it shall remain binding upon us and may be accepted at any time
before the expiration of that period;
(i) Performance Security: If our Bid is accepted, we commit to obtain a performance
security in accordance with the bidding document;
(j) One Bid per Bidder: We are not submitting any other Bid(s) as an individual Bidder,
and we are not participating in any other Bid(s) as a Joint Venture member, or as a
subcontractor, and meet the requirements of ITB 4.3, other than alternative Bids
submitted in accordance with ITB 13;
(k) Suspension and Debarment: We, along with any of our subcontractors, suppliers,
consultants, manufacturers, or service providers for any part of the contract, are not
subject to, and not controlled by any entity or individual that is subject to, a temporary
suspension or a debarment imposed by the World Bank Group or a debarment imposed
by the World Bank Group in accordance with the Agreement for Mutual Enforcement
of Debarment Decisions between the World Bank and other development banks.
Further, we are not ineligible under the Purchaser’s Country laws or official
regulations or pursuant to a decision of the United Nations Security Council;
Section IV – Bidding Forms 50

(l) State-owned enterprise or institution: [select the appropriate option and delete the
other] [We are not a state-owned enterprise or institution] / [We are a state-owned
enterprise or institution but meet the requirements of ITB 4.6];
(m) Commissions, gratuities, fees: We have paid, or will pay the following commissions,
gratuities, or fees with respect to the Bidding process or execution of the Contract:
[insert complete name of each Recipient, its full address, the reason for which each
commission or gratuity was paid and the amount and currency of each such
commission or gratuity]

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

(n) Binding Contract: We understand that this Bid, together with your written acceptance
thereof included in your Letter of Acceptance, shall constitute a binding contract
between us, until a formal contract is prepared and executed;
(o) Purchaser Not Bound to Accept: We understand that you are not bound to accept the
lowest evaluated cost Bid, the Most Advantageous Bid or any other Bid that you may
receive; and
(p) Fraud and Corruption: We hereby certify that we have taken steps to ensure that no
person acting for us or on our behalf engages in any type of Fraud and Corruption.

Name of the Bidder: *[insert complete name of the Bidder]

Name of the person duly authorized to sign the Bid on behalf of the Bidder: **[insert
complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid: [insert complete title of the person signing the Bid]

Signature of the person named above: [insert signature of person whose name and
capacity are shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder.

**: Person signing the Bid shall have the power of attorney given by the Bidder. The power of attorney shall be attached
with the Bid Schedules.
Section IV – Bidding Forms 51

Bidder Information Form


[The Bidder shall fill in this Form in accordance with the instructions indicated below. No
alterations to its format shall be permitted and no substitutions shall be accepted.]

Date: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process]
Alternative No.: [insert identification No if this is a Bid for an alternative]

Page ________ of_ ______ pages

1. Bidder’s Name [insert Bidder’s legal name]

2. In case of JV, legal name of each member: [insert legal name of each member in JV]

3. Bidder’s actual or intended country of registration: [insert actual or intended country of


registration]

4. Bidder’s year of registration: [insert Bidder’s year of registration]

5. Bidder’s Address in country of registration: [insert Bidder’s legal address in country of


registration]

6. Bidder’s Authorized Representative Information


Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]

7. Attached are copies of original documents of [check the box(es) of the attached
original documents]
 Articles of Incorporation (or equivalent documents of constitution or association), and/or
documents of registration of the legal entity named above, in accordance with ITB 4.4.
 In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
 In case of state-owned enterprise or institution, in accordance with ITB 4.6 documents
establishing:
• Legal and financial autonomy
• Operation under commercial law
• Establishing that the Bidder is not under the supervision of the Purchaser
8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership. [If required under BDS ITB 45.1, the successful Bidder shall provide additional
information on beneficial ownership, using the Beneficial Ownership Disclosure Form.]
Section IV – Bidding Forms 52

Bidder’s JV Members Information Form

[The Bidder shall fill in this Form in accordance with the instructions indicated below. The
following table shall be filled in for the Bidder and for each member of a Joint Venture].
Date: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of Bidding process]
Alternative No.: [insert identification No if this is a Bid for an alternative]

Page ________ of_ ______ pages

1. Bidder’s Name: [insert Bidder’s legal name]

2. Bidder’s JV Member’s name: [insert JV’s Member legal name]

3. Bidder’s JV Member’s country of registration: [insert JV’s Member country of


registration]

4. Bidder’s JV Member’s year of registration: [insert JV’s Member year of registration]

5. Bidder’s JV Member’s legal address in country of registration: [insert JV’s Member


legal address in country of registration]

6. Bidder’s JV Member’s authorized representative information


Name: [insert name of JV’s Member authorized representative]
Address: [insert address of JV’s Member authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Member authorized
representative]
Email Address: [insert email address of JV’s Member authorized representative]

7. Attached are copies of original documents of [check the box(es) of the attached original
documents]
 Articles of Incorporation (or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above, in accordance with ITB 4.4.
 In case of a state-owned enterprise or institution, documents establishing legal and financial
autonomy, operation in accordance with commercial law, and that they are not under the
supervision of the Purchaser, in accordance with ITB 4.6.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
[If required under BDS ITB 45.1, the successful Bidder shall provide additional information on
beneficial ownership for each JV member using the Beneficial Ownership Disclosure Form.]
Section IV – Bidding Forms 53

Sexual Exploitation and Abuse (SEA) and/or Sexual


Harassment Performance Declaration
[The following table shall be filled in by the Bidder, each member of a Joint Venture and each
subcontractor proposed by the Bidder]

Bidder’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member’s or Subcontractor’s Name: [insert full name]
RFB No. and title: [insert RFB number and title]
Page [insert page number] of [insert total number] pages

SEA and/or SH Declaration


in accordance with Section III, Qualification Criteria, and Requirements
We:
 (a) have not been subject to disqualification by the Bank for non-compliance with SEA/ SH
obligations
 (b) are subject to disqualification by the Bank for non-compliance with SEA/ SH obligations
 (c) had been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations,
and were removed from the disqualification list. An arbitral award on the disqualification case
has been made in our favor.
[If (c) above is applicable, attach evidence of an arbitral award reversing the findings on the issues
underlying the disqualification.]
Section IV – Bidding Forms 54

Price Schedule Forms


[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions
indicated. The list of line items in column 1 of the Price Schedules shall coincide with the
List of Goods and Related Services specified by the Purchaser in the Schedule of
Requirements.]
Section IV – Bidding Forms 55

Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported


Date: _________________________
(Group C Bids, goods to be imported) RFB No: _____________________

Alternative No: ________________


Currencies in accordance with ITB 15
Page N ______ of ______
1 2 3 4 5 6 7 8 9
Line Description of Goods Country of Delivery Quantity and Unit price CIP Price per line Price per line item for Total Price per Line item
Item Origin Date as physical unit CIP [insert place of item inland transportation and (Col. 7+8)
N defined by destination] (Col. 5x6) other services required in
Incoterms in accordance with ITB the Purchaser’s Country to
14.8(b)(i) convey the Goods to their
final destination specified
in BDS

[insert [insert name of good] [insert [insert [insert number [insert unit price CIP [insert total CIP [insert the corresponding [insert total price of the line item]
number country of quoted of units to be per unit] price per line item] price per line item]
of the origin of the Delivery supplied and
item] Good] Date] name of the
physical unit]

Total Price

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]
Section IV – Bidding Forms 56

Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already imported*
Date: _________________________
(Group C Bids, Goods already imported) RFB No: _____________________
Alternative No: ________________
Currencies in accordance with ITB 15 Page N ______ of ______

1 2 3 4 5 6 7 8 9 10 11 12
Line Item Description of Goods Country of Delivery Quantity Unit price Custom Duties Unit Price net Price per line Price per line item Sales and other Total Price per line
N Origin Date as and including and Import Taxes of custom item net of for inland taxes paid or item
defined by physical Custom Duties paid per unit in duties and Custom Duties transportation and payable per item (Col. 9+10)
Incoterms unit and Import accordance with import taxes, in and Import other services if Contract is
Taxes paid, in ITB 14.8(c)(ii) , accordance Taxes paid, in required in the awarded (in
accordance [to be supported with ITB 14.8 accordance with Purchaser’s accordance with
with ITB by documents] (c) (iii) ITB 14.8(c)(i) Country to convey ITB 14.8(c)(iv)
14.8(c)(i) (Col. 6 minus (Col. 58) the goods to their
Col.7) final destination, as
specified in BDS in
accordance with
ITB 14.8 (c)(v)
[insert [insert name of [insert [insert [insert [insert unit [insert custom [insert unit [ insert price per [insert price per [insert sales and [insert total price per
number of Goods] country of quoted number of price per unit] duties and taxes price net of line item net of line item for inland other taxes line item]
the item] origin of Delivery units to be paid per unit] custom duties custom duties transportation and payable per item
the Good] Date] supplied and import and import other services if Contract is
and name taxes] taxes] required in the awarded]
of the Purchaser’s
physical Country]
unit]

Total Bid Price

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
* [For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall include
any rebate or mark-up of the local agent or representative and all local costs except import duties and taxes, which have been and/or have to be paid by the
Purchaser. For clarity the Bidders are asked to quote the price including import duties, and additionally to provide the import duties and the price net of import
duties which is the difference of those values.]
Section IV – Bidding Forms 57

Price Schedule: Goods Manufactured in the Purchaser’s Country


Date: _________________________
Purchaser’s Country (Group A and B Bids) RFB No: _____________________
Alternative No: ________________
______________________ Page N ______ of ______
Currencies in accordance with ITB 15

1 2 3 4 5 6 7 8 9 10
Line Description of Goods Delivery Date Quantity Unit price Total EXW Price per line item for Cost of local labor, Sales and other taxes payable Total Price per
Item as defined by and EXW price per line inland transportation and raw materials and per line item if Contract is line item
N Incoterms physical item other services required in components from awarded (in accordance with (Col. 6+7)
unit (Col. 45) the Purchaser’s Country to with origin in the ITB 14.8(a)(ii)
convey the Goods to their Purchaser’s Country
final destination % of Col. 5

[insert [insert name of Good] [insert quoted [insert [insert EXW [insert total [insert the corresponding [Insert cost of local [insert sales and other taxes [insert total
number Delivery number of unit price] EXW price per price per line item] labor, raw material payable per line item if price per item]
of the Date] units to line item] and components Contract is awarded]
item] be from within the
supplied Purchase’s country
and name as a % of the EXW
of the price per line item]
physical
unit]

Total Price

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
Section IV – Bidding Forms 58

Price and Completion Schedule - Related Services


Date: _________________________
Currencies in accordance with ITB 15 RFB No: _____________________
Alternative No: ________________
Page N ______ of ______
1 2 3 4 5 6 7
Service Description of Services (excludes inland transportation Country of Delivery Date at place Quantity and physical unit Unit price Total Price per Service
N and other services required in the Purchaser’s Country Origin of Final destination (Col. 5*6 or estimate)
to convey the goods to their final destination)

[insert [insert name of Services] [insert country [insert delivery date at [insert number of units to be supplied and [insert unit price per [insert total price per
number of of origin of the place of final name of the physical unit] item] item]
the Services] destination per Service]
Service ]

Total Bid Price


Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
Section IV – Bidding Forms 59

Form of Bid Security


(Bank Guarantee)

[The bank shall fill in this Bank Guarantee Form in accordance with the instructions
indicated.]

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Purchaser to insert its name and address]

RFB No.: [Purchaser to insert reference number for the Request for Bids]

Alternative No.: [Insert identification No if this is a Bid for an alternative]

Date: [Insert date of issue]

BID GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that ______ [insert name of the Bidder, which in the case of a joint
venture shall be the name of the joint venture (whether legally constituted or prospective) or
the names of all members thereof] (hereinafter called "the Applicant") has submitted or will
submit to the Beneficiary its Bid (hereinafter called "the Bid") for the execution of
________________ under Request for Bids No. __________ _ (“the RFB”).

Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be


supported by a Bid guarantee.

At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of ___________
(____________) upon receipt by us of the Beneficiary’s complying demand, supported by the
Beneficiary’s statement, whether in the demand itself or a separate signed document
accompanying or identifying the demand, stating that either the Applicant:

(a) has withdrawn its Bid prior to the Bid validity expiry date set forth in the Applicant’s
Letter of Bid, or any extended date provided by the Applicant; or

(b) having been notified of the acceptance of its Bid by the Beneficiary prior to the expiry
date of the Bid validity or any extension thereof provided by the Applicant has failed to:
(i) sign the contract agreement, or (ii) furnish the performance security, in accordance
with the Instructions to Bidders (“ITB”) of the Beneficiary’s bidding document.
Section IV – Bidding Forms 60

This guarantee will expire: (a) if the Applicant is the successful Bidder, upon our receipt of
copies of the Contract agreement signed by the Applicant and the performance security issued
to the Beneficiary in relation to such Contract agreement; or (b) if the Applicant is not the
successful Bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification
to the Applicant of the results of the Bidding process; or (ii) twenty-eight days after the expiry
date of the Bid validity.

Consequently, any demand for payment under this guarantee must be received by us at the
office indicated above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758.

_____________________________

[Signature(s)]

Note: All italicized text is for use in preparing this form and shall be deleted from the final
product.
Section IV – Bidding Forms 61

Manufacturer’s Authorization

[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be on the letterhead of the
Manufacturer and should be signed by a person with the proper authority to sign documents
that are binding on the Manufacturer. The Bidder shall include it in its Bid, if so indicated in
the BDS.]

Date: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process]
Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of [insert type of
goods manufactured], having factories at [insert full address of Manufacturer’s factories], do
hereby authorize [insert complete name of Bidder] to submit a Bid the purpose of which is to
provide the following Goods, manufactured by us [insert name and or brief description of the
Goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General
Conditions of Contract, with respect to the Goods offered by the above firm.

We confirm that we do not engage or employ forced labor or persons subject to trafficking or
child labor, in accordance with Clause 14 of the General Conditions of Contract.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Dated on ____________ day of __________________, _______ [insert date of signing]


Section V – Eligible Countries 63

Section V - Eligible Countries


Eligibility for the Provision of Goods, Works and Non Consulting Services in
Bank-Financed Procurement

In reference to ITB 4.8 and ITB 5.1, for the information of the Bidders, at the present time
firms, goods and services from the following countries are excluded from this Bidding process:

Under ITB 4.8(a) and ITB 5.1: none

Under ITB 4.8(b) and ITB 5.1: none


Section VI – Fraud and Corruption 65

Section VI - Fraud and Corruption


(Section VI shall not be modified)
1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement
under Bank Investment Project Financing operations.
2. Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders
(applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-
consultants, service providers or suppliers; any agents (whether declared or not); and any
of their personnel, observe the highest standard of ethics during the procurement process,
selection and contract execution of Bank-financed contracts, and refrain from Fraud and
Corruption.

2.2 To this end, the Bank:


a. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value to influence improperly the actions of
another party;
ii. “fraudulent practice” is any act or omission, including misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to
obtain financial or other benefit or to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more parties
designed to achieve an improper purpose, including to influence
improperly the actions of another party;
iv. “coercive practice” is impairing or harming, or threatening to impair or
harm, directly or indirectly, any party or the property of the party to
influence improperly the actions of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing of
evidence material to the investigation or making false statements
to investigators in order to materially impede a Bank
investigation into allegations of a corrupt, fraudulent, coercive,
or collusive practice; and/or threatening, harassing, or
intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from
pursuing the investigation; or
Section VI – Fraud and Corruption 66

(b) acts intended to materially impede the exercise of the Bank’s


inspection and audit rights provided for under paragraph 2.2 e.
below.
b. Rejects a proposal for award if the Bank determines that the firm or individual
recommended for award, any of its personnel, or its agents, or its sub-
consultants, sub-contractors, service providers, suppliers and/ or their
employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices in competing for the contract in question;
c. In addition to the legal remedies set out in the relevant Legal Agreement, may
take other appropriate actions, including declaring misprocurement, if the Bank
determines at any time that representatives of the Borrower or of a recipient of
any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices during the procurement process, selection
and/or execution of the contract in question, without the Borrower having taken
timely and appropriate action satisfactory to the Bank to address such practices
when they occur, including by failing to inform the Bank in a timely manner at
the time they knew of the practices;
d. Pursuant to the Bank’s Anti- Corruption Guidelines, and in accordance with the
Bank’s prevailing sanctions policies and procedures, may sanction a firm or
individual, either indefinitely or for a stated period of time, including by
publicly declaring such firm or individual ineligible (i) to be awarded or
otherwise benefit from a Bank-financed contract, financially or in any other
manner;1 (ii) to be a nominated2 sub-contractor, consultant, manufacturer or
supplier, or service provider of an otherwise eligible firm being awarded a
Bank-financed contract; and (iii) to receive the proceeds of any loan made by
the Bank or otherwise to participate further in the preparation or implementation
of any Bank-financed project;
e. Requires that a clause be included in bidding/request for proposals documents
and in contracts financed by a Bank loan, requiring (i) bidders
(applicants/proposers), consultants, contractors, and suppliers, and their sub-
contractors, sub-consultants, service providers, suppliers, agents personnel,
permit the Bank to inspect3 all accounts, records and other documents relating
1
For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation,
(i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-
contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such
contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
2
A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider
(different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder
in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the
bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
3
Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities
undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits,
such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms.
Such activity includes but is not limited to: accessing and examining a firm's or individual's financial records and
information, and making copies thereof as relevant; accessing and examining any other documents, data and information
(whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as
Section VI – Fraud and Corruption 67

to the procurement process, selection and/or contract execution, and to have


them audited by auditors appointed by the Bank.

relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining
third party verification of information.
Part 2 – Supply Requirements 69

PART 2 – Supply Requirements


Section VII – Schedule of Requirements 71

Section VII - Schedule of Requirements

Contents

1. List of Goods and Delivery Schedule ...................................Error! Bookmark not defined.

2. List of Related Services and Completion Schedule .............Error! Bookmark not defined.

3. Technical Specifications ................................................................................................... 82

4. Drawings .......................................................................................................................... 205

5. Inspections and Tests ...................................................................................................... 206


Section VII – Schedule of Requirements 72

1- List of Goods and Delivery schedule

Line Description of Goods Quantity Physical Final Destination Delivery (as per Incoterms) Date
Item unit (Project site) as Earliest Latest Bidder’s
No specified in BDS Delivery Delivery offered
Date Date Delivery date
[to be
provided by
the Bidder]
I
1 Heat of hydration calorimeter Pcs 1 Hanoi University of 4 months 6 months
Science and technology
2 High pressure cement autoclave Pcs 1 Hanoi University of 4 months 6 months
Science and technology
3 Planetary Ball Mill Pcs 1 Hanoi University of 4 months 6 months
Science and technology
4 Precision sectioning saw Pcs 1 Hanoi University of 4 months 6 months
Science and technology
5 Grinder Polisher Pcs 1 Hanoi University of 4 months 6 months
Science and technology
6 Polarizing microscope Pcs 1 Hanoi University of 4 months 6 months
Science and technology
7 High temperature furnace Pcs 2 Hanoi University of 4 months 6 months
Science and technology
8 Abrasimeter Pcs 1 Hanoi University of 4 months 6 months
Science and technology
9 120ml Platinum crucible Pcs 2 Hanoi University of 4 months 6 months
Science and technology
10 Muffle furnace Pcs 1 Hanoi University of 4 months 6 months
Science and technology
Section VII – Schedule of Requirements 73

11 Material Universal Testing Pcs 1 Hanoi University of 4 months 6 months


Machine Science and technology
12 50ml Platinum crucible Pcs 3 Hanoi University of 4 months 6 months
Science and technology
13 100ml Platinum crucible Pcs 3 Hanoi University of 4 months 6 months
Science and technology
14 Spectrophotometer Pcs 1 Hanoi University of 4 months 6 months
Science and technology
15 Rotational Rheometer Pcs 1 Hanoi University of 4 months 6 months
Science and technology
16 Drop shape analyzer Pcs 1 Hanoi University of 4 months 6 months
Science and technology
17 Spin coater Pcs 1 Hanoi University of 4 months 6 months
Science and technology
18 Film Coating Machine Pcs 1 Hanoi University of 4 months 6 months
Science and technology
19 Centrifuge Pcs 1 Hanoi University of 4 months 6 months
Science and technology
20 Destructive paint inspection gauge Pcs 1 Hanoi University of 4 months 6 months
Science and technology
21 UV Lamp Photochem Reactor System 1 Hanoi University of 4 months 6 months
System Science and technology
22 Vacuum oven Pcs 1 Hanoi University of 4 months 6 months
Science and technology
23 Thermal Conductibity Meter Pcs Hanoi University of 4 months 6 months
1
Science and technology
24 Pcs Hanoi University of 4 months 6 months
Resitivity meter 1
Science and technology
25 Dielectric breakdown testing Pcs Hanoi University of 4 months 6 months
1
equipment Science and technology
II
Section VII – Schedule of Requirements 74

26 Dynamic Mechanical Analyzer Pcs 1 Hanoi University of 4 months 6 months


Science and technology
27 Thermogravimetric Analyzer - System 1 Hanoi University of 4 months 6 months
Mass spectrometer - FTIR Science and technology
spectrometer system
27.1 Thermogravimetric Analyzer
27.2 Mass spectrometer
27.3 FTIR spectrometer
28 Differential Scanning Calorimeter Pcs 1 Hanoi University of 4 months 6 months
Science and technology
29 Twin screw extruder Pcs 1 Hanoi University of 4 months 6 months
Science and technology
III
30 UV-Vis-NIR spectrophotometer System 1 Hanoi University of 4 months 6 months
Science and technology
31 Single quadrupole GC-MS system System 1 Hanoi University of 4 months 6 months
Science and technology
32 FTIR Spectrometer System 1 Hanoi University of 4 months 6 months
Science and technology
33 Accelerated Surface Area and System 1 Hanoi University of 4 months 6 months
Porosimetry system Science and technology
34 Gas Chromatograph System 1 Hanoi University of 4 months 6 months
Science and technology
35 Fume hood Pcs 1 Hanoi University of 4 months 6 months
Science and technology
36 Laser Particle Counter Pcs 1 Hanoi University of 4 months 6 months
Science and technology
37 Oven Pcs 2 Hanoi University of 4 months 6 months
Science and technology
IV
Section VII – Schedule of Requirements 75

38 System 1 Hanoi University of 4 months 6 months


Scanning Electron Microscope
Science and technology
39 Compact Vacuum Arc Melting System 1 Hanoi University of 4 months 6 months
System Science and technology
40 System 1 Hanoi University of 4 months 6 months
Spark Plasma Sintering Systems
Science and technology
41 System 1 Hanoi University of 4 months 6 months
PVD Coating Vacuum Evaporator
Science and technology
42 Pcs 1 Hanoi University of 4 months 6 months
Fume hood
Science and technology
43 Pcs 2 Hanoi University of 4 months 6 months
Ultrasonic Cleaner
Science and technology
44 Pcs 2 Hanoi University of 4 months 6 months
Analytical Balance
Science and technology
45 Pcs 3 Hanoi University of 4 months 6 months
Laboratory table
Science and technology
46 Chemical storage cabinet with Pcs 2 Hanoi University of 4 months 6 months
absorption filter Science and technology
47 Pcs 1 Hanoi University of 4 months 6 months
Universal Oven
Science and technology
48 Pcs 2 Hanoi University of 4 months 6 months
Laboratory table with wash basin
Science and technology
49 Pcs 1 Hanoi University of 4 months 6 months
Rockwell hardness tester
Science and technology
50 Pcs 1 Hanoi University of 4 months 6 months
Pendulum impact tester
Science and technology
51 Pcs 2 Hanoi University of 4 months 6 months
TV 75" + Hanger
Science and technology
52 Pcs 20 Hanoi University of 4 months 6 months
Working chairs
Science and technology
Section VII – Schedule of Requirements 76

53 Pcs 10 Hanoi University of 4 months 6 months


Working table
Science and technology
54 Set 6 Hanoi University of 4 months 6 months
Desktop Computer
Science and technology
55 Pcs 2 Hanoi University of 4 months 6 months
Cabinet
Science and technology
56 Set 3 Hanoi University of 4 months 6 months
Air conditioner
Science and technology
V
57 High Temperature Furnace System 1 Hanoi University of 4 months 6 months
Science and technology
58 Tube Furnaces System 1 Hanoi University of 4 months 6 months
Science and technology
59 Analytical balance Pcs 1 Hanoi University of 4 months 6 months
Science and technology
60 Analytical balance Pcs 1 Hanoi University of 4 months 6 months
Science and technology
61 Fume hood System 2 Hanoi University of 4 months 6 months
Science and technology
62 Three dimensional mixer System 1 Hanoi University of 4 months 6 months
Science and technology
63 Rotary evaporator System 1 Hanoi University of 4 months 6 months
Science and technology
64 Heating magnetic stirrer Pcs 5 Hanoi University of 4 months 6 months
Science and technology
65 Universal Oven Pcs 2 Hanoi University of 4 months 6 months
Science and technology
66 Load-lock Sputtering System System 1 Hanoi University of 4 months 6 months
Science and technology
67 Spin Coater System 1 Hanoi University of 4 months 6 months
Science and technology
Section VII – Schedule of Requirements 77

68 Microscope (for BF and DF System 1 Hanoi University of 4 months 6 months


techniques in reflected/transmitted Science and technology
light)
69 Stylus Profiler System 1 Hanoi University of 4 months 6 months
Science and technology
70 Wet Bench System 1 Hanoi University of 4 months 6 months
Science and technology
71 Chemical cabinet Pcs 2 Hanoi University of 4 months 6 months
Science and technology
72 Wall table Pcs 1 Hanoi University of 4 months 6 months
Science and technology
73 Semiconductor Device Analyzer System 1 Hanoi University of 4 months 6 months
Science and technology
74 Sub-femtoamp Remote System 1 Hanoi University of 4 months 6 months
SourceMeter Science and technology
75 (Complete Delta Mode system) System 1 Hanoi University of 4 months 6 months
AC and DC Current source, Science and technology
Nanovoltmeter
76 Precision Source (Measure Unit) System 1 Hanoi University of 4 months 6 months
Science and technology
77 Electrometer (High resistance System 1 Hanoi University of 4 months 6 months
meter) Science and technology
78 Dual-channel System SourceMeter System 1 Hanoi University of 4 months 6 months
Science and technology
79 Multiposition Wafer Probe System 1 Hanoi University of 4 months 6 months
Science and technology
80 Automatic Chemisorption System 1 Hanoi University of 4 months 6 months
Analyzer Science and technology
81 PhotoElectrochemical System 1 Hanoi University of 4 months 6 months
Workstation Science and technology
82 Vibrating Sample Magnetometer System 1 Hanoi University of 4 months 6 months
Science and technology
Section VII – Schedule of Requirements 78

83 Quartz crystal microbalance System 1 Hanoi University of 4 months 6 months


Science and technology
84 8 Channel Battery Analyzer System 1 Hanoi University of 4 months 6 months
Science and technology
85 Potentiostat/galvanostat (ZRA System 1 Hanoi University of 4 months 6 months
with integrated impedance Science and technology
analyser)
86 Digital Oscilloscope System 1 Hanoi University of 4 months 6 months
Science and technology
87 Solar Simulator System 1 Hanoi University of 4 months 6 months
Science and technology
88 Imaging Spectrometer System 1 Hanoi University of 4 months 6 months
Science and technology
89 He-Cd laser System 1 Hanoi University of 4 months 6 months
Science and technology
90 Diode laser System 1 Hanoi University of 4 months 6 months
Science and technology
91 Centrifuge Pcs 1 Hanoi University of 4 months 6 months
Science and technology
92 Laboratory equipment Set 1 Hanoi University of 4 months 6 months
Science and technology
92.1 Central laboratory table Pcs 1 Hanoi University of 4 months 6 months
Science and technology
92.2 Laboratory table near the wall Pcs 20 Hanoi University of 4 months 6 months
Science and technology
92.3 Laboratory table near the wall Pcs 30 Hanoi University of 4 months 6 months
Science and technology
92.4 Laboratory table near the wall Pcs 2 Hanoi University of 4 months 6 months
Science and technology
92.5 Cabinet Pcs 2 Hanoi University of 4 months 6 months
Science and technology
Section VII – Schedule of Requirements 79

92.6 Desk Pcs 1 Hanoi University of 4 months 6 months


Science and technology
92.7 Working chairs Pcs 40 Hanoi University of 4 months 6 months
Science and technology
92.8 Cabinet Pcs 2 Hanoi University of 4 months 6 months
Science and technology
93 Cabinet Pcs 2 Hanoi University of 4 months 6 months
Science and technology
94 Desktop Computer Set 3 Hanoi University of 4 months 6 months
Science and technology
95 TV 75" + Hanger Pcs 1 Hanoi University of 4 months 6 months
Science and technology
96 Air conditioner Pcs 2 Hanoi University of 4 months 6 months
Science and technology
VI
97 3D Confocal Laser Scanning System 1 Hanoi University of 4 months 6 months
Microscope Science and technology
98 Bio Clean Bench Class II Pcs 2 Hanoi University of 4 months 6 months
Science and technology
99 CO2 Incubator Pcs 2 Hanoi University of 4 months 6 months
Science and technology
100 Refrigerated (Microcentrifuge) Pcs 1 Hanoi University of 4 months 6 months
Science and technology
101 Autoclave Pcs 1 Hanoi University of 4 months 6 months
Science and technology
102 Culture Microscope Pcs 1 Hanoi University of 4 months 6 months
Science and technology
103 Microplate reader Pcs 1 Hanoi University of 4 months 6 months
Science and technology
104 Deion Water Generator Machine Pcs 1 Hanoi University of 4 months 6 months
Science and technology
Section VII – Schedule of Requirements 80

105 Chemical Fume Hoods Pcs 1 Hanoi University of 4 months 6 months


Science and technology
106 Benchtop Refrigerated Pcs 1 Hanoi University of 4 months 6 months
Microcentrifuge Science and technology
107 Semi-Microbalances Pcs 1 Hanoi University of 4 months 6 months
Science and technology
108 Ultralow temperature freezers Pcs 1 Hanoi University of 4 months 6 months
Science and technology
109 Laboratory table Pcs 1 Hanoi University of 4 months 6 months
Science and technology
110 Liquid Nitrogen Store Tank for Pcs 1 Hanoi University of 4 months 6 months
Cell Preseration Science and technology
VII
111 Multi-purpose X-Ray Diffraction Set 1 Hanoi University of 4 months 6 months
(XRD) Science and technology
112 Raman-AFM and nanoRaman Set 1 Hanoi University of 4 months 6 months
spectroscopy Science and technology
113 X-Ray Analytical Microscope Set 1 Hanoi University of 4 months 6 months
Science and technology
Section VII – Schedule of Requirements 81

2. List of Related Services and Completion Schedule


Line Description of Goods Quantity Physical Place where Services shall Final Completion Date(s)
Item unit be performed of Services
No
1 Furnish to site of all manufacturer’s 1 set/each Set Hanoi University of Science 10 days since equipment has
operations and maintenance manuals, in item for all and Technology been installed
English or origin country’s language List of
accompanied by a true translation in Goods and
English. Electronic versions are Delivery
acceptable, if available. Where an item Schedule
includes repairable proprietary
components, it is the responsibility of the
Supplier to provide the manufacturer’s
Technical Manuals for these
components.
2 Installation and Basic training of the 1 set/each Set Hanoi University of Science 80 days from equipment
Purchaser’s staffs on operation, item for all and Technology delivery. The training
calibration and maintenance for all List of duration may vary for
equipment/items in Package. The Goods and different equipment
supplier shall be bearing all the costs Delivery
associated with the training except Schedule
training venues which will be provided
by the Purchaser.
Section VII – Schedule of Requirements 82

3. Technical Specifications
Item Name of Goods or Technical Specifications and Standards Bidder’s
No Related Service - Purchaser’s Requirements Offer
I CH2.SAHEP02
Heat of hydration calorimeter
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
included:
Heat of hydration
1 + Paraffin wax include: ≥ 1000 g
calorimeter
III. Technical specification:
- Resolution: ≤ 0.001°C
- System accuracy: ≤ 0.05°C
- Instrument memory: ≥ 10000 readings
- Temperature probe measuring range:
from min ≤ -40 °C to max ≥ +300 °C
- Consists of: a Dewar flask, electric
stirrer, a filler funnel, electronic
thermometer at the minimum; Protection
class IP65
High pressure cement autoclave
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
High pressure cement - Main equipment with the accessories
2
autoclave included:
+ Prism mould: 05 pieces (pcs)
+ Contact point: 02 packages (pks)
+ Length comparator: 01 pc
+ Reference bar: 01 pc
III. Technical specification:
- A rack for holding ≥ 10 specimens
- Power: ≥ 1800 W
- Overall dimensions: 450x475x1080 mm
Section VII – Schedule of Requirements 83

- Working pressure: from min ≤ 1950 kPa


to max ≥ 2100 kPa
- Safety valve calibrated: max ≥ 2300 kPa
- Working temperature: max ≥ 215 °C
- Chamber volume: ≥ 7.7 litres
- Complete with pressure gauge, pressure
regulator, temperature regulator, control
switches, safety valve and specimen rack
at the minimum

Planetary Ball Mill


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
included:
+ Grinding jar 250 ml, Zirconium
oxide: 04 pcs
+ Grinding balls, Zirconium oxide,
dia.20 mm: 60 pcs
III. Technical specification:
3 Planetary Ball Mill
- ≥ 10 SOPs
- Dry and wet grindings
- Feed material: soft, hard, brittle, fibrous
- Material feed size: ≤ 10 mm
- Final fineness: < 1 µm
- Max batch size: ≥ 4 x 220 ml
- Number of grinding stations: ≥ 4
- Speed ratio: 1/2
- Sun wheel speed: from min ≤ 50 rpm to
max ≥ 400 rpm
- Effective sun wheel diameter: ≥ 300 mm
- Setting of grinding time: max ≥ 999
mins
- Drive power: ≥ 750 W

Precision sectioning saw


I. General requirement:
4 Precision sectioning saw - Equipment is a completely new product.
Products are manufactured in 2020
onwards.
Section VII – Schedule of Requirements 84

- Power supply: AC, 1 phase, 230V


(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
included:
+ Single Saddle Chuck: 1 pc
+ Bar & Tube Chuck: 1 pc
+ Wafer Chuck: 1 pc
+ Irregular Specimen Chuck: 1 pc
+ Cool 3 Fluid: 4 liters
+ Precision Sectioning Blade 20LC: 2
pcs
+ Precision Sectioning Blade 10LC: 3
pcs
+ Table Saw Attachment: 1 pc
+ Small, Double Saddle Chuck: 1 pc
III. Technical specification:
- Membrane touch-pad control panel and
LED display or equivalent
- Available enclosed cutting chamber with
a transparent hood or equivalent
- Blade Diameter: max ≥ 6 inch
- Motor power: ≥ 0.06 HP
- Wheel speed: from min ≤ 300 rpm to
max ≥ 500 rpm

Grinder Polisher
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
included:
5 Grinder Polisher
+ Single Force Specimen Holder: 1 pc
+ Drive Adapter: 1 pc
+ Magnetic Disc: 1 pc
+ Diamond Grinding Disc 55µm, 10 in:
1 pc
+ UltraPad Polishing Cloth 10 in: 2
boxes
+ ChemoMet Polishing Cloth 10 in: 1
box
+ Diamond Suspension 15 µm, 0.24L: 1
Section VII – Schedule of Requirements 85

bottle
+ Diamond Suspension 6 µm, 0.24L: 1
bottle
+ Diamond Suspension 3 µm, 0.24L: 1
bottle
+ MasterMet Polishing Suspension
1.9L: 1 bottle
+ MetaDi Fluid lubricant 2.5L: 1 bottle
+ Aluminum Platen 10 in: 1 pc
+ MagnoPad Teflon Coated Metallic
Plate: 5 pcs
III. Technical specification:
Control panel: touchscreen
- Platen Diameter: ≥ 250 mm
- Platen Wheel Speed: max ≥ 500 rpm
- Base Motor Power: ≥ 550W
- Head Wheel Speed: from min ≤ 30 to
max ≥ 60 rpm in 10 rpm increments
IV. Other requirement:
- Available function: Reversible Platen
Direction
- Air Supply Pressure: approximate 2.4
bar
Polarizing microscope
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
included:
+ Digital Camera: 1 pc
6 Polarizing microscope + Imaging software: 1 package
+ PC computer and monitor: 1 set
completed by manufacturer
III. Technical specification:
Microscope:
- Illumination: Halogen lamp or
equivalent
- Focusing:
+ Coaxial coarse/fine focus knob
+ Coarse: ≥14mm per rotation
+ Fine: ≤ 0.1mm
- Eyepiece: 10x, F.O.V ≥ 20mm
Section VII – Schedule of Requirements 86

- Intermediate tube: Focusable Bertrand


lens or equivalent
- Analyzer: max. ≥ 90° rotary dial
Minimum reading angle ≤ 0.1°
- Nosepiece: Quadruple nosepiece (or
better)
- Stage:
+ Circular graduated stage
+ Graduated 360° with ≤ 1° increments
(or better)
- Condenser: P Achromat NA 0.9 or
equivalent
- Polarizer: Mounted on the bottom of the
condenser
- Objectives: CFI TU Plan Fluor Epi P 5x,
10x, 20x, 50x, 100x or equivalent
- Compensators : P-CL Standard 1/4λ &
tint plate or equivalent
Digital Camera
- Image sensor : ≥ 1/1.8 inch, Color
CMOS image sensor or equivalent
- Recordable pixels: ≥ 2048 x 1536
- Lens mount: C-mount or equivalent
- Interface: USB 2.0 (or better)

High temperature furnace


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the standard
accessories
High temperature
7 III. Technical specification:
furnace
- Using a high-quality molybdenum
disilicide heating elements, equivalent or
better
- Max. temperature: ≥ 1800 °C
- Inner dimensions (WxDxH):
150x300x150 mm or larger
- Volume: ≥ 8 Litres
- Load: ≤ 10 kW
IV. Other requirement:
- Available controller: 50 programs with
Section VII – Schedule of Requirements 87

each 40 segments at the minimum

Abrasimeter
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the standard
accessories included:
8 Abrasimeter
+ Steels balls and corundum: 1 set
+ Float Glass calibration plate
100x100x6 mm: 1 pc
III. Technical specification:
- Steel structure epoxy powder painted or
equivalent
- Protection cover is available
- Rotating Speed: max ≥ 300 rpm
- Power: ≥ 300W

120ml Platinum crucible


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
120ml Platinum II. Configuration requirement:
9
crucible III. Technical specification:
- Capacity: ≥ 120ml
- Upper diameter: ≥ 64mm
- Depth: ≥ 66mm
- Platinum content: ≥ 96.5%

Muffle furnace
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
10 Muffle furnace II. Configuration requirement:
- Main equipment with the standard
accessories
III. Technical specification:
- Opened lift door
- Max temperature: ≥ 1400 °C
Section VII – Schedule of Requirements 88

- Volume: ≥ 9 L
- Load: ≤ 10 kW
- Electrical connection: 1 phase or 3
phases, 50Hz
IV. Other requirement:
- Available controller: 5 programs with
each 4 segments and LCD-display at the
minimum
Material Universal Testing Machine
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
included:
+ Load cell: 1 set
Force Capacity: ± 5 kN
Automatic recognition and electrical
calibration
+ Elements Control software: 1 set
Can be used with a touch monitor
+ Flexure fixture: 1 set
Maximum Capacity: 5kN
Material Universal Temperature range: -100 to +350°C
11
Testing Machine Span Distance (Adjustable): 10-200mm
+ Compression platen: 1 set
100kN load capacity
150mm diameter
Temperature range: -150 °C to 300 °C
+ PC computer (minimum
configuration: Core i5, RAM 8GB,
128GB SSD, 21.5 inch monitor): 1 set
III. Technical specification:
- Force Capacity: max ≥ 5 kN
- Crosshead Travel: max ≥ 868 mm
- Maximum Speed: ≥ 1016 mm/min
- Minimum Speed: ≤ 0.05 mm/min
- Position Control Resolution: ≤ 0.6μm
- Displacement Measurement Accuracy: ≤
±0.02 mm or ≤ 0.15% of displacement
(whichever is greater)
IV. Other requirement:
- Load Measurement Accuracy: ≤ ±0.5%
Section VII – Schedule of Requirements 89

of reading down to ≤ 1/200th of load cell


capacity
- Testing Speed Accuracy (Zero or
constant load): ≤ ±0.2% of set speed
50ml Platinum crucible
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
12 50ml Platinum crucible
III. Technical specification:
- Capacity: ≥ 50ml
- Upper diameter: ≥ 45mm
- Depth: ≥ 44mm
- Platinum content: ≥ 96.5%

100ml Platinum crucible


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
100ml Platinum II. Configuration requirement:
13
crucible III. Technical specification:
- Capacity: ≥ 100ml
- Upper diameter: ≥ 56mm
- Depth: ≥ 57mm
- Platinum content: ≥ 96.5%

Spectrophotometer
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
14 Spectrophotometer - Main equipment with the standard
accessories included:
+ Software: 1 pakage
+ Cell (10mm): 1 pc
+ Plastic Cell (10mm): 1 set
+ Transmittance Specimen holder: 1 pc
+ Transmittance calibration plate: 1 pc
III. Technical specification:
- Illumination/observation system
Section VII – Schedule of Requirements 90

+ Reflectance; di: 8°, de: 8° or equivalent


+ Transmittance: di: 0°, de: 0° or
equivalent
- Spectral separation device: Diffraction
grating or equivalent
- Wavelength range: from min ≤ 400 nm
to max ≥ 700 nm
- Wavelength pitch: 10 nm
- Reflectance range: 0 to 200% or better
- Light source: ≥ 4 pulsed xenon lamps,
equivalent or higher
- Measurement/illumination area
+ LAV: ø25.4 mm or equivalent
+ MAV: ø8 mm or equivalent
+ SAV: ø4 mm or equivalent
- Repeatability
+ Spectral reflectance: Standard deviation
≤ 0.1%
- UV cut filter: 400 nm and 420 nm cutoff

Rotational Rheometer
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the standard
accessories included:
+ Temperature device, no required
external fluid circulator: ≤0 ºC …≥+180
ºC: 01 pc
15 Rotational Rheometer
+ Measuring system 1: 01 pc
+ Min. sample volume: ≤ 56 mL
+ Min. shear stress: ≤ 1.5 Pa
+ Max. shear stress: ≥ 440 Pa
+ Min. viscosity: ≤ 1x10-3 Pa.s
+ Max. viscosity: ≥ 3.1x105 Pa.s
+ Measuring system 2: 01 pc
+ Min. sample volume: ≤ 19 mL
+ Min. shear stress: ≤ 4 Pa
+ Max. shear stress: ≥ 1400 Pa
+ Min. viscosity: ≤ 3x10-3 Pa.s
+ Max. viscosity: ≥ 105 Pa.s
+ Measuring system 3: 01 pc
Section VII – Schedule of Requirements 91

+ Min. sample volume: ≤ 1 mL


+ Min. shear stress: ≤ 90 Pa
+ Max. shear stress: ≥ 26700 Pa
+ Min. viscosity: ≤ 5x10-2 Pa.s
+ Max. viscosity: ≥ 1.9x106 Pa.s
+ Measuring system 4 - stirrer: 01 pc
+ Diameter: 22mm
+ Wings: 2D, 2V, 2V
+ Length of wings: 30mm
+ Length: 109mm
+ Software: 01 pk
III. Technical specification:
- Speed: from min ≤ 0.01 min-1 to max ≥
1200 min-1
- Max. Torque: ≥ 75 mNm
- Max. shear stress: ≥ 30000 Pa
- Shear rate: from min ≤ 0.013 sec-1 to
max ≥ 1600 sec-1
- Viscosity range: from min ≤ 65 Pa.s to
max ≥ 600000 Pa.s
- Temperature range: from min ≤ 0°C to
max ≥ 160°C
- Internal angle resolution : ≤ 2 µrad

Drop shape analyzer


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
included:
+ Disposable needle: 1 set
16 Drop shape analyzer
+ Software for Contact Angle Module
and Surface and Interfacial Tension
Module: 1 pk
+ Glass cuvette: 1 pc
+ J-Shaped Needle: 1 set
III. Technical specification:
- Camera system
+ Connection: USB
+ Performance: ≥ 160fps at 1200x1200px,
≥ 2300 fps at 1200 x 50 px
+ Dark noise: ≤ 10 electrons
Section VII – Schedule of Requirements 92

+ Dynamic range: ≥ 60 dB
- Optics
+ Field of view: from min ≤ 3.2mm×3.2
mm to max ≥ 9mm×9mm
- Illumination
+ High power monochromatic LED or
equivalent
- Software
+ Contact angle
+ Interfacial and surface tension of liquids
- Sessile drop/Captive bubble
+ Range: 0 to 180°
+ Accuracy: ≤ 0.1°
IV. Other requirement:
- Optic resolution: from min ≤ 2.5 to max
≥ 16.2 µm
Spin coater
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the standard
accessories
17 Spin coater
III. Technical specification:
- Available programs: ≥ 10 programs, up
to ≥ 10 steps each
- Speed stability: ≤ 2%
- Speed: max ≥ 6000 RPM
- Spin time: from min ≤ 1 s to max ≥ 60 s
- Chuck for 20x15x1 mm substrates and
50x50x1 mm substrates, equivalent or
larger

Film Coating Machine


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
18 Film Coating Machine onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
Section VII – Schedule of Requirements 93

included:
+ Vacuum pump: 1 pc
+ Horizontal rod: 1 pc
+ Doctor blade, 100mm width: 1 set
+ Feeding box: 1 pc
+ Socket head wrench: 1 set
III. Technical specification:
- Stroke Range: max ≥ 250mm
- Coating Speed: from min ≤ 10 mm/s to
max ≥ 100 mm/s
- Accuracy: ≤ 10 mm/sec
- Doctor Blade width: ≥ 100mm
- Regulating range of blade: from min ≤
0.02 mm to max ≥ 2 mm
- Heating temperature: max ≥ 100°C
- Digital displayed thermostat, the
accuracy ≤ ±1°C

Centrifuge
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
included:
+ Four-wing Swing rotor: 1 set
+ Fixed Angle Rotor: 1 set
19 Centrifuge III. Technical specification:
- Max. RPM/RCF: ≥ 4000 rpm / ≥ 2400
xg
- Max. capacity
+ With a fixed angle rotor: 16 x 15 ml or
equivalent
+ With a swing out rotor: 4 x 100 ml or
equivalent
- Time control: Timed ≤ 100 min or
continuous
- Program memory: ≥ 10
IV. Other requirement:
- Noise level(dB): ≤ 52
Destructive paint
20 Destructive paint inspection gauge
inspection gauge
Section VII – Schedule of Requirements 94

I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main equipment with the standard
accessories
III. Technical specification:
- Bright white LED lights or equivalent
- Range: from min ≤ 2 microns to max ≥
1800 microns
- Microscope: Magnification ≥ 50X
- Battery: 4 x AG13/LR44 or equivalent
- Material: Titanium anodised aluminium,
equivalent or better

UV Lamp Photochem Reactor System


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the standard
UV Lamp Photochem accessories
21
Reactor System - Digital Magnetic Stirrer
- Digital Lamp Controller
III. Technical specification:
- Quartz Reactor ≥ 1000 ml
- Quartz Jacketed Reactor
- Using cooling water
- 250 Watts UV-Vis Lamp (or better)
- Magnetic Stirrer: from min ≤ 100 to
max ≥ 1500 rpm

Vacuum oven
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
22 Vacuum oven onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
Section VII – Schedule of Requirements 95

included:
+ Vacuum pump: 1 pc
+ Works calibration certificate for
+160°C at 20 mbar pressure
+ 1 thermoshelf of aluminum
III. Technical specification:
- Working temperature range: from min ≤
15°C above ambient to max ≥ 200°C
- Setting accuracy temperature: ≤ 0.1 °C
- Vacuum range: from min ≤ 5 to max ≥
1100 mbar
- Permitted final vacuum: ≤ 1.8 mbar
- Maximum leakage rate: ≤ 0.01 bar/h
- Volume: ≥ 100 L

Thermal Conductivity Meter


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
included:
+ Software: 01 package
+ Sensor: 01 set
+ Laptop (minimum configuration CPU
Thermal Conductivity core i5, 8GB RAM): 01 pc
23
Meter III. Technical specification:
- Suitable for most material types: solids,
liquid and powders
- Thermal Conductivity Range: from min
≤ 0.01 W/m∙K to max ≥ 500 W/m∙K
- Thermal Diffusivity Range: from min ≤
0.05 mm2/s to max ≥ 300 mm2/s
- Specific Heat Capacity: Up to ≥ 5
MJ/m³K
- Measuring precision: ≤ 5 %
- Measuring duration: from min ≤ 1 min
to max ≥ 10 min
- Sample size: ≥ 1.5mm x 1.5mm square

24 Resistivity meter Resistivity meter


Section VII – Schedule of Requirements 96

I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main equipment with the accessories
included:
+ 1 power lead
+ 1 set of 2 x 10 A Kelvin clamps with
cable
+ 1 USB cable
+ 1 software
III. Technical specification:
-Use 4-wire measurement method
- LCD display
- powered by rechargeable battery or
equivalent
- Protection class: IP53 or equivalent
- Measurement range: up to ≥ 390Ω
- Test current: up to ≥ 10 A
- Resolution: min ≤ 1 µΩ (Range 5 to
3,999 µΩ)
- Accuracy: ≤ ± 0.25% ± 2 counts

Dielectric breakdown testing


equipment
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
Dielectric breakdown - Main equipment with the accessories
25
testing equipment included:
+ Electrode: 01 pc
III. Technical specification:
- Ramp rate: variable
- A safety cage with interlock door
- Overcurrent sensitivity: adjustable
- Output voltage: from min ≤ 0.15 kV to
max ≥ 30 kV
- Output current: ≥ 40 mA
- Accuracy: ≤ (± 2% of reading ± 0.2% of
Section VII – Schedule of Requirements 97

full scale)

II CH2.SAHEP03
Dynamic Mechanical Analyzer
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main instrument Dynamic Mechanical
Analyzer (DMA): 1pcs
- Air filter regulator: 01 set
- Air compressor: 01 set
- Cooling system: 01 set
- Sample holders include: tensile clamp
kit, shear sandwich kit, single/ dual
cantilever, 3-point bend
- Software for DMA: 1 package
III. Technical specification:
- Delivers continuous force range from ≤
0.0001 N to ≥ 18 N to measure everything
Dynamic Mechanical from soft to stiff materials.
26
Analyzer - Has air bearing design for superior force
sensitivity and accuracy.
- Using optical encoder technology.
- Uses cold nitrogen gas generated from
controlled evaporation of liquid nitrogen
to extend temperature range to below -
145°C.
- Has touchscreen, enhancing usability
and making it easy to get great data.
- Has calibration routines guide for better
measurement accuracy and less time
maintaining.
- Max force: ≥ 18 N
- Min force: ≤ 0.0001 N
- Best force resolution: ≤ 0.00001 N
- Frequency range: from min ≤ 0.001 Hz
to max ≥ 200 Hz
- Dynamic deformation range: max ≥
10000 µm
- Strain resolution: ≤ 0.2 nm
- Modulus range: from min ≤ 103 to max
Section VII – Schedule of Requirements 98

≥ 3×1012 Pa
- Modulus Precision: ≤ ± 1%
- Tan δ sensitivity: ≤ 0.0001
- Tan δ resolution: ≤ 0.00005
- Temperature range: from min ≤ -150 °C
to max ≥ 600 °C
IV. Other requirement:
- Minimum displacement control: ≤ 5 nm
- PC (minimum configuration: Core i5,
4GB RAM, 500GB HDD, OS Windows
10 Home, 21 inches LCD Monitor) and
A4 monochrome printer
Thermogravimetric Analyzer - Mass
spectrometer - FTIR spectrometer
system
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- TGA-FTIR-MS can run together as
linked system (gas from TGA will go to
FTIR and MS for real time analysis) or
run as single instrument for polymer
materials analysis.
- Power supply: AC, 1 phase 230V
(±10V), 50Hz.
II. Configuration requirement:
Thermogravimetric - Thermogravimetric analyzer (TGA): 1
Analyzer - Mass pc
27
spectrometer - FTIR - Evolved gas analysis (EGA) furnace: 1
spectrometer system pc
- Fourier transform infrared (FTIR)
spectrometer: 1 pc
- Mass spectrometer (MS): 1 pc
- Software for TGA instrument: 1
package
- Software for FTIR instrument: 1
package
- Software for TGA-FTIR/MS evolved
gas analysis: 1 package
- Software for MS instrusment: 1 package
- TGA-IR Module: 1 set
- Spectral library of MS and FTIR
- Attenuated total reflection (ATR) and
Transmission accessories for FTIR: 1 set
III. Technical specification:
Section VII – Schedule of Requirements 99

1. Thermogravimetric analyzer:
- Thermo isolation, high sensitivity/ high
resolution
- Balance has ultra-low drift design
- Balance has auto-ranging capability
- Free-hanging sample for efficient heat
transfer and gas flow around the sample
- TGA software allows system control,
result analysis, report and export
- App-style touch screen with automated
calibration and verification routines
- Temperature range: from min ≤ ambient
(RT) to max ≥ 1000 °C
- Temperature accuracy: ≤ ±1°C
- Temperature precision: ≤ ±0.1°C
- Heating rate: from min ≤ 0.1 °C/min to
max ≥ 100 °C/min
- Furnace cooling rate: from 1000°C to
50°C in ≤ 12 mins (or better)
- Sample weight capacity: ≥ 1000 mg
- Dynamic weighing range: ≥ 1000 mg
- Weighing precision: ≤ ±0.01 %
- Resolution: ≤ 0.1 µg
- Weight baseline drift (Ambient to
1000 ̊C): ≤ 25 µg
2. Evolved Gas Analysis (EGA) furnace:
- Temperature range: from min ≤ ambient
(RT) to max ≥ 1000 °C
3. Mass spectrometer:
- Mass range: from 1 amu to max ≥ 300
amu
- Sensitivity: ≤ 100 ppb (gas-dependent)
- Ionization source: Electron Ionization
(EI)
- Detector: Faraday and Second Electron
Multiplier (SEM) detector
- Data Collection Modes: bar and peak
- Transfer line temperature: ≥ 300 °C
- Filament: Dual filament
- Capillary: Stainless Steel, changeable
(or equivalent)
- Capillary size: I.D. ≥ 0.22 mm
- Data collection controlled by TGA (or
equivalent)
4. FTIR spectrometer:
- Spectral range: covers at least the range
Section VII – Schedule of Requirements 100

from 7,800 cm-1 to 350 cm-1


- Best spectral resolution: ≤ 0.4 cm-1
- Signal-to-noise ratio: ≥ 50000:1 (peak-
to-peak, 1 minute measurement)
- Wavenumber precision: ≤ 0.0008 cm-1 at
2000 cm-1
- Wavenumber accuracy: ≤ 0.02 cm-1 at
2000 cm-1
- Optical system comprises of:
+ Detector: at least standard DTGS
detector
+ Source: hot-spot with long life time (or
equivalent)
+ Beam splitter: KBr/Ge beam splitter (or
equivalent)
- Optical bench is sealed and desiccated.
KBr windows has protective coating.
- Rechargeable desiccant cartridges and
integrated humidity indicator
5. FTIR software:
- Has spectral library and data comparison
tools
- Has Spectral Selection, Cursor, Region,
Peak Height, Peak Area, and Annotation
tools
- Be able to perform data conversions:
absorbance, % transmittance, Kubelka-
Munk, Photoacoustic, % Reflectance, etc.
- Be able to perform data conversion and
corrections: Kubelka Munk, Kramers
Kronig, Photoacoustic, ATR correction
including settings for crystal material,
reflections, angle, and sample refractive
index
- Be able to perform spectrum-to-
spectrum or spectrum-to-multiple spectra
verification; includes correlation, high-
sensitivity compare, and customizable
pass/fail threshold
- Has automatic atmospheric suppression
to remove H2O and CO2 interferences
- Has report template and electronic
laboratory notebook features (or
equivalent)
6. TGA-IR module:
- Includes a sample compartment
Section VII – Schedule of Requirements 101

- Has control software


- Displays the total infrared response in
real-time
- Should include the following
components:
+ Gas cell with ZnSe windows
+ Transfer line ≥ 150 cm
+ Sample Compartment Extension Kit
+ Variable Speed Peristaltic Pump with
Tubing
+ Purge system
7. Libraries:
- Should include at least 8000 spectra in
total
IV. Other requirements:
- PC (minimum configuration: Core i5,
4GB RAM, 500GB HDD, OS Windows
10 Home, 21 inches LCD Monitor) and
A4 monochrome printer
Differential Scanning Calorimeter
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50Hz.
II. Configuration requirement:
- Differential scanning calorimeter
(DSC): 1pcs
- Refrigerated cooling systems: 01 set
- Liquid nitrogen cooling system: 01 set
- DSC software: 01 package
Differential Scanning
28 - Sample encapsulation press: 1 pc
Calorimeter
- Sample pans and lids: 4000 sets
- Standard accessories: 01 set
III. Technical specification:
- Uses a single sensor, no need to
exchange sensors
- Can separate complex and overlapping
transitions into easily interpreted
components
- Allows direct determination of heat
capacity
- Has a touchscreen, which has the
following functions:
+ Enhancing accessibility and
Section VII – Schedule of Requirements 102

productivity
+ Simplifying instrument operation
+ Enhancing user experience
+ Start/stop control
+ Test instrument status
+ Real-time signal plot
+ Active method viewing
+ Calibration
+ System information checking
- Refrigerated cooling system allows the
instrument to work at temperature at least
-70 ˚C or lower
- Liquid nitrogen cooling system allows
the instrument to work at temperature ≤ -
150 °C.
- Can manage to run a large and diverse
sample queue
- Sample pans and lids have maximize
pan flatness and sample contact, uniform
heat flow path from the sample to the
sensor
- Temperature range: from min ≤ -150 °C
to max ≥ 550 °C
- Temperature accuracy: ≤ ±0.05 °C
- Temperature precision: ≤ ±0.008 °C
- Enthalpy precision: ≤ ±0.08%
IV. Other requirement:
- Baseline Flatness (-50 to 300 °C): ≤ 10
µW
- Baseline Repeatability (-50 to 300 °C):
≤ 20 µW
- PC (minimum configuration: Core i5,
4GB RAM, 500GB HDD, OS Windows
10 Home, 21 inches LCD Monitor) and
A4 monochrome printer.
Twin screw extruder
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
29 Twin screw extruder - Power supply: 400V (±5%), 3 phase/PE
50Hz
II. Configuration requirement:
- AC motor: 1 pc
- Motor and gearbox coupling: 1 pc
- Processing section: 1 set
Section VII – Schedule of Requirements 103

- Cooling water manifold: 1 set


- Water cooling system: 1 set
- Oblique die head: 1 set
- Electrical control system: 1 set
- Volumetric feeder: 1 set
- Vacuum system: 1 set
- Pelletizing system: 1 set
III. Technical specification:
- Co-rotating intermeshing twin-screw
extruder type
- Screw diameter: ≥ 20mm
- L/D ≥ 24
- Throughput range: from min ≤ 5kg/h to
max ≥ 10kg/h
- AC motor: maximum permissible
installation height does not exceed 1000
m
+ Power: ≥ 4kW
+ Maximum screw speed: ≥ 1100rpm
+ Cooling method: By fan (or equivalent)
- Gearbox: quiet running properties, even
at high speeds, casing in distortion-
resistant, vibration-free design
+ Gear teeth couplings between the
output shafts and screw shafts
+ Integrated thrust bearing assembly
+ Forced oil lubrication system for
bearings and gear meshings
- Processing section: maximum setting
temperature: ≥ 400°C
+ Screw barrel: flexible modular
principle. Fast, intensive and uniform
heating ensured by electrical heaters. The
barrel sections are cooled with water
+ Screw shafts/screw elements: co-rotate
and wipe each other with narrow
clearance, no residues are left in the screw
flights
- Cooling water manifold: feed barrel is
cooled by means of a manually adjustable
valve
- Oblique die head:
+ Material: nitrided steel
+ 1 exchangeable die plate
+ 1 breaker plate for screen insert
+ 1 measuring point for housing
Section VII – Schedule of Requirements 104

temperature incl. one sensor


+ 1 measuring point, for direct
installation, for melt temperature incl. one
sensor
- Electrical control system: integrated
together with the machine base frame
+ Measure and display: motor speed,
motor current, melt temperature, die head
teamperature, zone temperature control
+ Thermocouple Fe-CuNi type J and
logic outputs for heating and cooling
+ Variable speed drive for main motor
- Water cooling system: control the
barrels temperature, includes:
+ Water pump power ≥ 0.55kw
+ Water tank, made of stainless steel
+ Heat exchanger
+ Pipes and valves
- Pelletizing system: consists of
+ Water bath made of stainless steel, ≥
1.2 meters in length, including guiding
rolls
+ Air knife for drying the material
strands, blowing motor ≥ 0.55kw
+ Strand pelletizer (cutter), cutting motor
≥ 0.75kw

III CH2.SAHEP04
UV-Vis-NIR spectrophotometer
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Operating humidity range: 15-80%
- Operating temperature range: 10-35oC.
UV-Vis-NIR - Power supply: AC, 1 phase 230V
30
spectrophotometer (±10V); 50/60 Hz.
II. Configuration requirement:
- Main spectrophotometer
- Instrument software + desktop computer
- Integrating sphere and PMT+PbS
detectors
- Tungsten halogen + deuterium lamps
- Solid and liquid sample holders
Section VII – Schedule of Requirements 105

III. Technical specification:


- Resolution:
+ UV-Vis: ≤ 0.05 nm
+ NIR: ≤ 0.2 nm
- Stray light:
+ At 220 nm (NaI): ≤ 0.00008%
+ At 340 or 370 nm (NaNO2): ≤
0.00007%
+ At 1420 nm (H2O): ≤ 0.0005%
+ At 2365 nm (CHCl3): ≤ 0.005%
- Wavelength range: min ≤ 185 nm, max
≥ 3300 nm
- Wavelength accuracy: ≤ ±0.08 nm (UV-
Vis); ≤ ±0.8 nm (NIR)
- Wavelength reproducibility:
+ Standard deviation of 10 measurements,
UV-Vis: ≤ 0.008 nm
+ Standard deviation of 10 measurements,
NIR: ≤ 0.02 nm
- Photometric accuracy: ≤ 0.0003 Abs
- Photometric reproducibility:
+ At 0.5 Abs: ≤ 0.00008 Abs (Standard
deviation for 10 measurements)
+ At 1.0 Abs: ≤ 0.00016 Abs (Standard
deviation for 10 measurements)
- Photometric stability after warm up: ≤
0.0002 Abs/hour
- Photometric noise at 0 Abs:
+ UV-Vis (500 nm): ≤ 0.00005 Abs
+ NIR (1500 nm): ≤ 0.00003 Abs
- Baseline flatness (UV-Vis-NIR): ≤
±0.0008 Abs
- Spectral bandwidth:
+ UV-Vis: min ≤ 0.1 nm, max ≥ 5 nm
+ NIR: min ≤ 0.2 nm, max ≥ 20 nm
- Detectors:
+ UV-Vis: Photomultiplier tube (PMT)
+ NIR: Cooled PbS or InGaAs detector
- Intergrating Sphere ≥ 100 mm
Accessories
- Wavelength Range: Reflectance: 200-
2500 nm
IV. Other requirement:
1/ Quartz cuvette 10mm
2/ Diffuse Reflectance Accy Internal
+ Intergrating Sphere: ≥ 110mm, PMT,
Section VII – Schedule of Requirements 106

PbS Detectors
+ Powder Cell Holder
+ 10 mm cuvette holder
+ Depolarizer
3/ Nitrogen gas cylinder and regulator
4/ Table (suiable for instrument)
Single quadrupole GC-MS system
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Operating humidity range: 15-80%
- Operating temperature range: 10-35oC.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz.
II. Configuration requirement:
- Main gas chromatography (GC) system:
01 set
- Split/ Splitless Injector: 01 set
- Automated sampler: 01 set
- Gas Sampling Valve: 01 set
- Single quadrupole mass spectrometry
(MS) detector: 01 set
- Software for control and data analysis +
NIST library: 01 pk
Single quadrupole GC- - Desktop computer + A4 black/white
31
MS system printer: 01 set
- Accessories for system operation: 01 set
- Consumables for GC and MS: 01 set
III. Technical specification:
1. Main GC system:
- Should have touch screen interface
- Typical retention time repeatability: ≤
0.0008 min
- Oven operating temperature range: min
≤ ambient (RT) +4 °C, max ≥ 450 °C
- Maximum heating rate: ≥ 125 °C/min
- Oven cool-down (22°C ambient): 450°C
to 50°C in less than 4.5 minutes
- Maximum number of detector: ≥ 2
- Maximum number of gas control
channel: ≥ 12
2. Split/splitless injector (inlets):
- Maximum split ratio: ≥ 9999:1
- Pressure range: up to ≥ 1000 kPa
- Split flow from min ≤ 5 to max ≥ 1250
Section VII – Schedule of Requirements 107

mL/min
- Maximum operating temperature: ≥ 400
°C
- Suitable for multiple capillary columns
with inner diameter (i.d.) from 50 μm to
530 μm (or equivalent)
3. Automated sampler (autosampler):
- Sample loading capacity: ≥ 100 x 2 mL
vial
- Solvent loading capacity: ≥ 4 x 4 mL
vial
- Waste capacity: ≥ 30 mL
- Standard syringes: 10 µL
- Minimum volume: ≤ 0.01 µL
- Reproducibility: ≤ 0.5 RSD %
4. Gas Sampling Valve:
- Suitable for multiple capillary columns
with inner diameter (i.d.) from 50 μm to
530 μm (or equivalent)
5. Single quadrupole MS detector:
- Emission current: up to ≥ 200 μA
- Maximum source temperature: ≥ 350 °C
- Mass range: from min ≤ 1.2 u (amu) to
max ≥ 1100 u (amu)
- Maximum scanning speed: ≥ 20000 u/s
- Mass stability: ≤ 0.1 u/48 hours
- Scan modes include: full scan (FS),
selected ion monitoring (SIM) and
FS/SIM
- S/N (with EI, 1 μL of 1 pg/μL
octafluoronaphthalene, He): ≥ 2000:1
- Detector with electron multiplier
- Vacuum pump: pumping capacity: ≥
250 L/sec
6. Software:
- Should perform full analysis, data
processing and report.
7. Desktop computer:
- Processor: 3.1 GHz Quad-core processor
or better
- RAM: ≥ 16 GB
- Screen resolution: ≥ 1920 × 1080
IV. Other requirement:
1. Main GC system:
- Typical peak area repeatability: ≤ 0.5 %
RSD
Section VII – Schedule of Requirements 108

- Temperature set point resolution: ≤ 0.1


°C
- Maximum number of ramps: ≥ 30
2. Single quadrupole MS detector:
- Ion source: Electron energy: max ≥ 150
eV
- GC transfer line temperature: max ≥ 400
°C
- Detector electronic dynamic range: ≥109
3. Gas Sampling Valve
Sampling loops: 20 μL, 50 μL, 100 μL,
250 μL (as standard), 500 μL and 1 mL
Suitable for all capillary columns (50 μm
to 530 μm i.d.)
Compatible with 1/8" and 1/16" packed
column using adapters
Maximum temperature: 150 °C (min)
Switching from load sample to inject
sample position (and vice-versa) is
controlled through the user interface
4. Single quadrupole MS detector
Emission current:≥ 200 μA
Dual filaments
Electron Ionization (EI) source:
programmable to ≥300°C
Transfer line temperature: ≥ 350 °C
Mass filter
Mass range: 1.5–1090 amu (or better)
Fast quadrupole scanning up to 20,000 u/s
Mass stability: Better than 0.1 u/48 hours
Acquisition rate: ≥100 scans/s
Scan modes: Full Scan; Selected Ion
Monitoring (SIM) and more
Sensitivity: 1pg Octafluoronaphthalene
(OFN) from m/z50 to 300 for m/z272,
S/N ≥1500:1
Pumping systems
High-capacity (>300 L/s), turbomolecular
pump
5. Software
Instrument controlling, data processing
and reporting
Instrument setup, sequence setup, and
data acquisition, review of results
Designed with the environmental
laboratory that is consistent with the
Section VII – Schedule of Requirements 109

requirements of the U.S. EPA


6. Accessories for system operation
GC Installation Kit: 01 set
Column phase 5% phenyl / 95% dimethyl
arylene polysiloxane, 30m, df: 0.25um,
id. 0.25mm: 02 pcs
Column phase 50% diphenyl / 50%
dimethyl polysiloxane, 30m, df: 0.25um,
id. 0.25mm: 02 pcs
Column separation phase 90%
biscyanopropyl / 10% cyanopropyl
phenyl polysiloxane, 30m, df: 0.2um, id.
0.25mm: 02 pcs
Column phase 14% cyanopropyl phenyl /
86% dimethyl polysiloxane or equivalent:
30m, df: 0.25um, id. 0.25mm: 02 pcs
Column phase Polyethylene Glycol, 30m,
df: 0.25um, id. 0.25mm: 02 pcs
UPS 10KVA: 01 set
02 cylinders of Helium gas, 40 liters, 150
bar, 99,999%, and 01 pc of two-stage
pressure reducing valve
Indicating Triple Filter – Moisture,
Oxygen, Hydrocarbons: 01 set
7. Consumables for GC and MS
Septa, 50 /pk: 03 pk
Liner for split mode, 5/pk: 05 pk
Liner for splitless mode, 5/pk: 05 pk
Ferrule for GC injector side connection,
10/pk: 02 pk
Ferrule for MS side connection, 10/pk: 02
pk
Indicating Triple Filter – Moisture,
Oxygen, Hydrocarbons: 01 set
Syringe 10uL: 06 pcs
Vials 2ml set, 100/pk: 05 pk, P/N: 60180-
599
Dual filaments for Ionization source: 06
pcs
Instrument testing standard PFTBA (FC-
43): 02 bottles
Oil for vacuum pump, 1L / bottle
Instrument sensitivity testing standard:
01bottle
Dehumidifier: 01 set
Table for instrument (LxWxH:
Section VII – Schedule of Requirements 110

180x90x80 cm): 01 set


Air conditioner 12000 BTU/h: 01 set
FTIR Spectrometer
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Operating humidity range: 15-80%
- Operating temperature range: 10-35oC.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz.
II. Configuration requirement:
- Main FTIR spectrometer system
- Software for data collection and analysis
- Attenuated total reflectance (ATR)
accessory
- Transmission accessory
- Libraries for material research
- PC & printer
III. Technical specification:
1. Main FTIR spectrometer system:
- Spectral range: cover at least the range
from 7800 cm-1to 350 cm-1
- Best spectral resolution: ≤ 0.4 cm-1
32 FTIR Spectrometer
- Signal-to-noise: ≥ 50000:1
- Optical system:
+ Detector: Deuterated triglycine sulfate
(DTGS) detector, standard or higher
+ Source: hot-spot single-point (or
equivalent)
+ Beamsplitter: KBr/Ge beam splitter (or
equivalent)
- Optical bench is sealed and desiccated.
KBr windows has protective coating.
- Rechargeable desiccant cartridges and
integrated humidity indicator
2. Software:
- Should have spectral library and data
comparison tools (or equivalent)
- Should have Spectral Selection, Cursor,
Region, Peak Height, Peak Area, and
Annotation tools (or equivalent)
- Be able to perform data conversions:
absorbance, %transmittance, Kubelka-
Munk, Photoacoustic, % Reflectance, etc.
- Be able to perform data conversion and
Section VII – Schedule of Requirements 111

corrections: Kubelka Munk, Kramers


Kronig, Photoacoustic, ATR correction
including settings for crystal material,
reflections, angle, and sample refractive
index
- Be able to perform spectrum-to-
spectrum or spectrum-to-multiple spectra
verification; includes correlation, high-
sensitivity compare, and customizable
pass/fail threshold (or equivalent)
- Has automatic atmospheric suppression
to remove H2O and CO2 interferences
- Has report template and electronic
laboratory notebook features (or
equivalent)
3. Libraries for material research
- Should include in total ≥ 18000 spectra
4. PC & printer
- Processor: CPU Intel® Core™ i5
Processor or equivalent
- RAM: ≥ 8 GB
- Hard drive: ≥ 1 TB
- Optical drive: DVD-RW or equivalent
- OS: Windows 10 Pro or better
- Screen: ≥ 21.5"
- Color printer
IV. Other requirement:
Spectral library and data comparison tools
Peak analysis tools: peak area, peak
height, cursor,
Report template creation, Printing using
report templates.
3. ATR accessory
Single Reflection Diamond Crystal Plate
High pressure tower
Automatic accessory recognition
4. Transmission accessory
The accessory is designed to simplify
analysis of liquid samples in the mid and
near infrared regions. To easier to use and
clean than traditional, vertical liquid
ZnSe Complete Oyster, 100 µm
pathlength
ZnSe Complete Oyster, 200 µm
pathlength
Reagents for extracting oils in water
Section VII – Schedule of Requirements 112

+ Isooctane (2, 2, 4-trimethylpentane),


minimum 98%, 500 ml/bottle
+ Octanoic acid, minimum 98%, 100
ml/bottle
+ Anhydrous silica gel. Dried at 200-250
° C, 1 kg/pk
+ Sodium Sulfate (Na2SO4), ACS,
anhydrous. 0.5 kg
+ Tetrachloroethylene, ACS, used for
spectrophotometer, 1 liter/bottle
+ Hydrochloric acid, ACS, 500 ml/ bottle
5. Libraries for material research
A total infrared spectra in high resolution
format of hydrocarbons, alcohols,
phenols, aldehydes, dyes, esters, alkynes,
indicators, nitro and azo compounds,
inorganics: 18.454 spectra
Hummel Polymer and Additives Library:
2011 spectra
Coatings Technology Library: 2507
spectra
Rubber Compounding Materials Library:
350 spectra
Aldrich Solvents Library: 246 spectra
Lubricants and Oils Library: 1576 spectra
Minerals Library: 600 spectra
Food Additives Library: 519 spectra

Accelerated Surface Area and


Porosimetry system
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Operating humidity range: 15-80%
- Operating temperature range: 10-35oC.
Accelerated Surface
- Power supply: AC, 1 phase
33 Area and Porosimetry
230V(±10V), 50/60Hz.
system
II. Configuration requirement:
- Main analyzer system: 1 set
- Gas Pressure Regulator: 3 sets
- Sample Preparation System: 1 set
- In-situ Degassing: 1 set
- Physisorption operating supplies (for ≥
12 months operation): 1 set
III. Technical specification:
Section VII – Schedule of Requirements 113

- Maximum number of analysis gas inlets:


≥4
- Accurate and reproducible temperature
control
- Superior vacuum performance
- The system is capable of including the
following physisorption reports:
+ Isotherm
+ BET Surface Area
+ Langmuir Surface Area
+ t-Plot
+ Alpha-S Method
+ BJH Adsorption and Desorption
+ Dollimore-Heal Adsorption and
Desorption
+ Temkin and Freundlich
+ Horvath-Kawazoe
+ MP-Method
+ DFT Pore Size and Surface Energy
+ Dubinin-Radushkevich
+ Dubinin-Astakhov
- Dewar volume: ≥ 3 L, Unattended
analysis time: ≥ 72h
- Gases: Argon, carbon dioxide, nitrogen,
krypton, and other suitable gases
- Temperature transducer:
+ Type: Platinum resistance device
+ Accuracy: ≤ 0.02 °C
- Pressure measurement:
+ Range: min ≤ 0, max ≥ 950 mmHg
- Sample tubes should be available for
various size powders
- System capacity: ≥ 1 sample port and ≥
1 saturation pressure tube
IV. Other requirement:
- Pressure measurement: Best resolution:
≤ 0.0000001 mmHg
Accessories:
- Gas Regulator Assembly
- Table (suitable for instrument): 01 pc
Gas Chromatograph
I. General requirement:
- Equipment is a completely new product.
34 Gas Chromatograph
Products are manufactured in 2020
onwards.
- Operating humidity range: 15-80%
Section VII – Schedule of Requirements 114

- Operating temperature range: 10-35oC.


- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz.
II. Configuration requirement:
- Main system gas chromatograph (GC):
01 set
- Split/Splitless injector: 01 set
- Manual sampling: 01 set
- Gas sampling valve: 01 set
- Flame ionization detector (FID): 01 set
- Thermal conductivity detector (TCD):
01 set
- Software for control and data analysis:
01 pk
- Accessories for system operation: 01 set
- Consumables for GC: 01 set
- PC (Intel Core i5; HDD 1TB; Ram
16GB, Screen LCD 21,5''; Microsoft
Windows 10): 01 set
- A4 black/white printer: 01 pc
III. Technical specification:
1. Main GC system:
- Should have touch screen interface
- Typical retention time repeatability:
<0.0008 min
- Typical peak area repeatability: < 1 %
RSD
- Oven operating temperature range: min
≤ ambient (RT) +4 °C, max ≥ 450 °C
- Oven heating rate: max ≥ 125 °C/min
- Oven cool-down (22°C ambient): 450°C
to 50°C in less than 5 minutes
- Number of ramps: ≥ 24
- Maximum number of detectors: ≥ 2
- Maximum number of gas control
channel: ≥ 12
- Pressure set points minimum
increments: ≤ 0.01 kPa
2. Split/splitless injector (inlets):
- Maximum split ratio: ≥ 9000:1
- Pressure range: up to ≥ 1000 kPa
- Split flow from min ≤ 5 to max ≥ 1250
mL/min
- Maximum operating temperature: ≥ 400
°C
- Should be suitable for capillary columns
Section VII – Schedule of Requirements 115

with inner diameters of min ≤ 50 μm to


max ≥ 530 μm
3. Gas Sampling Valve
- Should be suitable for capillary columns
with inner diameters of min ≤ 50 μm to
max ≥ 530 μm
4. Flame Ionization Detector (FID)
- Maximum temperature: ≥ 450 °C
- Minimum detectable level (MDL): ≤ 1.4
pg C/s
- Linear dynamic range: ≥ 106
- Should be able to detect flameout and
re-ignite automatically
- Data acquisition rate: up to ≥ 300 Hz
5. Thermal Conductivity Detector (TCD)
- Maximum temperature: ≥ 400 °C
- Minimum detectable level (MDL): ≤
400 pg tridecane/mL
- Linear dynamic range: ≥ 105
- Data acquisition rate: up to ≥ 300 Hz
6. Software
- Should be able to control instrument,
analyse data and report
- Should be able to easily manage data,
users and resources
IV. Other requirement:
1. Software:
Instrument control, data analysis and
reporting
Easily manage data, users, and resources
2. Accessories for system operation
+ GC Installation Kit for GC: 01 set
+ Column phase 5% phenyl / 95%
dimethyl arylene polysiloxane, 30m, df:
0.25um, id. 0.25mm: 01 pc
+ Column phase 50% diphenyl / 50%
dimethyl polysiloxane, 30m, df: 0.25um,
id. 0.25mm: 01 pc
+ 02 cylinders of nitrogen gas (99.995%;
40L; 150 atm) and 01 pc of pressure
reducing valve
+ Oil-free air compressor, model OF 301-
4B, Jun-Air: 01 pc
+ Indicating Triple Filter – Moisture,
Oxygen, Hydrocarbons: 01 set
+ Hydrogen Generator: 01 pc
Section VII – Schedule of Requirements 116

Hydrogen purity: 99,9995%


Maximum capacity: 200 ml / min
Pressure: 100 psig
Leak detector and automatic shutdown
Required distilled water: > 1 MegaOhm /
cm
3. Consumables for GC
Septa, 50 /pk: 03 pk
Liner for split mode, 5/pk: 02 pk
Liner for splitless mode, 5/pk: 02 pk
Line Seal: 08 pcs
Ferrule for GC injector side connection,
10/pk: 02 pk
Syringe: 05 pcs
Vials 2ml set, 100/pk: 05 pk
Dehumidifier: 01 set
Table for instrument: 01 set

Fume hood
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50Hz.
II. Configuration requirement:
- Cabinet frame system: 01 set
- Sink and faucet: 01 set
- Power socket: 01 set
- Lighting system: 01 set
- Exhaust fan: 01 pc
- Control system: 01 set
35 Fume hood
- Gas pipeline: 02 m
- Exhaust pipe system: 01 set
- Carbon air filter: 01 set
III. Technical specification:
Entire dimensions (WxDxH):
approximately 1800x800x2200 mm
- Materials: stainless steel outer frame
coated with chemical resistant PVCF (or
equivalent)
- Door's materials: ≥ 5mm thick
transparent tempered glass (or equivalent)
- Lifting structure: The pulley and
counterweight can be self-locked at any
height
Section VII – Schedule of Requirements 117

Working table top:


- Dimensions (LxWxT): ≥ 1600x710
x18mm
- Material: Chemical surface Protector (or
equivalent)
Cabinet for tools and chemicals storage:
- Dimensions (WxDxH): ≥
1800x800x800 mm.
- Materials: Outer frame: stainless steel,
inside and door: PVCF (or equivalent)
Sink and faucet:
Sink:
- Dimensions (LxWxH): ≥ 197x135x185
mm
- Materials: High-grade polypropylene
(PPP) (or equivalent)
Faucet:
- Body material: Epoxy coated copper (or
equivalent)
Exhaust fan resistant to chemicals and
solvents:
- Power: ≥ 750 W
- Pot and propeller material: chemical
resistant PP plastic (or equivalent)
Controller
+ Touch buttons
+ Control lights, exhaust fans
- Control wind speed: min ≤ 0.4 m/s, max
≥ 0.8 m/s
- Noise level: ≤ 70 dB
Exhaust pipe diameter ≥ Ø200 mm,
length ≥ 2m

Laser Particle Counter


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
36 Laser Particle Counter - Main equipment
III. Technical specification:
- Pressure range: min ≤ 2 bar, max ≥ 400
bar
- Viscosity range: max ≥ 400 cSt
- Light source: laser
- Channels: at least 4, 6, 14 and 21 µm
Section VII – Schedule of Requirements 118

- Data storage: ≥ 600 tests


- Fluid Compatibility: Mineral oil,
petroleum based liquids or equivalent
- Interface: RS-232 or equivalent

Oven
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Operating humidity range: 15-80%
- Operating temperature range: 10-35oC.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz.
II. Configuration requirement:
III. Technical specification:
- Working temperature range: min ≤
37 Oven ambient (RT) + 10 °C, max ≥ 300 °C
- Temperature accuracy: ≤ 0.5 °C
- Setting temperature range: min ≤ +30°C
to max ≥ +300°C
- PID controller (or equivalent)
- Timer range: min ≤ 1 min, max ≥ 99
hours
- Natural or forced convection
- Interior should be made of stainless steel
- Volume: ≥ 200 L
- Maximum number of internals/ shelf: ≥8
- Electrical load: ≥ 2200 W

IV MS2.SAHEP02
Scanning Electron Scanning Electron Microscope
38
Microscope
38.1 Scanning Electron Microscope
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
1. Scanning Electron Microscope
2. Energy-dispersive X-ray spectroscopy
3. Coater + Targets Pt, Au
4. Electron Backscatter Diffraction
Section VII – Schedule of Requirements 119

(EBSD) Detector
5. Table
6. Standard tool kit and consumable
7. Uninterruptible power supply (UPS) +
necessary transformer
8. Air conditional
9. Dehumidifier and dry cabinet
10. Computer
III. Technical specification:
1. Scanning Electron Microscope
Accelerating Voltage
0.5 to 3.0 kV (53 steps): Variable in 100
V per step;
3.0 kV to 30 kV: Variable in 1 kV per
step;
+ Resolution:
High vacuum mode
Secondary electron image (SEI)
- 3,0 nm (Acc. V 30 kV, 8mm WD)
- 8,0 nm (Acc. V 3 kV, 6mm WD)
- 15,0 nm (Acc. V 1 kV, 6mm WD)
Low vaccum mode
Backscattered electron image (BEI):
- 4,0 nm (Acc. V 30 kV, 5mm WD)
+ Signal:
High-vacuum mode
- SEI (E.T. detector)
- BEI (composition, topographic and
stereoscopic images by semiconductor
detector)
Low-vacuum mode
- BEI (composition, topographic and
stereoscopic images by semiconductor
detector)
+ Magnification
Screen magnification: ×15 to ×800,000
(Magnification defined with the display
size 358 mm × 269 mm) or better
+ Probe current in range: 1 pA to l µA
+ Pressure in range: 10 to 100 Pa
Electron Optical System
Electron gun: 01
Electron source: Pre-centered tungsten
hairpin filament
Auto gun control: Automatic filament
heating, automatic gun alignment
Section VII – Schedule of Requirements 120

adjustment. full automatic (for HV mode


only)
Lens system: 01
Configuration:
Condenser lens: High precision zoom
condenser lens
Conical objective lens: differential
pumping supported
Objective aperture: 3-step selectable, fine
position adjustment in X and Y directions
is possible
Zoom function: Prevention of changes in
the focus when the irradiation current is
changed
Specimen stage
Specimen movement: 5 axes (X, Y, Z, R,
T). 2 axes (X, Y) Motor-driven, CPU
control
- Specimen movement range
+ X-direction: ≥80 mm
+ Y direction: ≥40 mm
+ Z direction: Eucentric movement range
5 to 48 mm WD (manual). Focus range 5
to 48 mm WD (or better)
+ Tilt: -10° to 90° (manual) *Tilt range
differs depending on the specimen-holder
size.
+ Rotation: 360°, endless (manual)
- Specimen holder:
+ standard holder
+ The adapter that can attach the four
specimen blocks (10 mm dia.) included.
- Maximum specimen size: A specimen of
150 mm dia. can be loaded. A specimen
of 117 mm dia. can be observed entirely.
Specimen Chamber (ports for
attachments)
- Energy-Dispersive X-ray Spectrometer
(EDS) port: 01
Detector: 01
- Secondary electron Detector
- Backscattered Electron Detector
Display System: 01
Display section
Monitor size: 23.8-inch, multi-touch
supported monitor. Resolution: 1,920 ×
Section VII – Schedule of Requirements 121

1,080
Number of pixels: ≥640 × 480, 1280 ×
960, 2560 × 1920, 5120 × 3840
Automatic Functions
- Auto gun control (AGC)
- Automatic contrast/brightness (ACB)
- Automatic focusing (AF)
- Automatic stigmator (AS)
Evacuation system: 01
- Control method: Fully automatic
- Ultimate pressure (in the electron gun
chamber): Less than 1 mPa
- Rotary pump: Evacuation speed: 100
L/min or more
- Turbo molecular pump: Evacuation
speed: 68 L/sec
Stage navigation system (SNS): 01
- Switch between the Holder Graphics
and CCD (color) image. You can specify
the observation area by doubleclicking the
acquired color image. Displaying the
color image on the Zeromag screen
allows for an easy search of the specimen
area.
- Montage: Multiple successive images
are combined and displayed as one image.
Table: 01
For PC, LCD, keyboard, operation panel
SCOPE OF SUPPLY:
- Main machine: 01
- 5 axes stage with 2 axes (X, Y) Motor-
driven, CPU control: 01
- Evacuation system: 01
- Table: 01
- Operation panel: 01
- PC and touch LCD: 01
- Auto fine coater: 01
- Detector: SED, BED: 01
- EDS system (PC included): 01
- EBSD system: 01
- Standard sample holder and the adapter
that can attach the four specimen blocks
(10 mm dia.): 01
- Standard tool kit: 01
- Consumable:
+ Set of apertures: 01
Section VII – Schedule of Requirements 122

+ Pirani Gauge: 01
+ Vacuum pump: 08
+ Element (oil filter): 02
+ Filament box (12 pcs): 05
+ One-side copper tape: 06
+ One-side carbon tape: 06
+ Double-side carbon tape: 12
+ One-side silver tape: 06
+ Pt target: 02
+ Au target: 02
+ One-time maintenance fees within two
years after installation: 01
- Auxiliary equipment includes:
+ UPS 10KVA online: 01
+ Transformer: 01
+ Air conditional (18,000 BTU): 01
+ Dehumidifier (45l/day): 01
+ Dry cabinet (160l): 01
38.2 Energy-dispersive X-ray spectroscopy
- Specifications:
Detector
- Sensor Size: 30 mm2
- Mn Kα ≤129 eV at 100,000 cps
- Max input count rate >1,000,000 cps
- Detection range: Boron (B) to
Californium (Cf)
- Cooling:
+ LN2-free, vibration-free, Peltier
Cooling
+ Requires only an electrical supply
+ No external compressors, chillers, or
gas lines required
Included AztecLiveLite software package
- Analyser Navigator/Step (Spectrum
Acquisition)
- Point&ID Navigator/Step (Spectrum
Acquisition)
- Mapping Navigator/Step (Map
Acquisition)
- LineScan Navigator/Step (LineScan
Acquisition)
- AZtecLiveStep (Live Chemical
Imaging)
Pulse Processor and Imaging Electronics
- 2 imaging inputs
Section VII – Schedule of Requirements 123

- Microscope X,Y beam control


- Internal Temperature sensors
- Included PC Window 10 with 27”
monitor
38.3 Auto fine coater
- Specifications:
It is an ion-sputtering device that can
deposit various materials on non-
conductive specimens like biological
tissues efficiently and rapidly, and is
mainly used as a specimen preparation
apparatus for a scanning electron
microscope (SEM).
- Sputtering method: Magnetron type
- Working pressure: 20 Pa or less
- Sputter current: 10, 20, 30, 40 mA
- Specimen stage: 64 mm in diameter
- Vacuum chamber: 120 mm (O. D.) ×
100 mm (H), glass-made
- Pressure monitor: Pirani gauge
- Timer: Digital display 1 to 300 s
- Ar-gas purge function: Provided
- Evacuation system: Direct-drive rotary
pump of 100 L/min (with overheating
protection)
38.4 EBSD Detector
- Specifications:
- High speed, low noise CMOS
customized for EBSD
- Image size: 1244 x 1024 pixels (max.)
- Speed: ≥ 400pps (at resolution 312 x
256)
- Optics: customised, high efficiency,
highsharpness
- Distortion: < 1 pixel
- Include AZtecHKL package
+ Data analysis: Grain analysis, data
clean, map editor
+ Aztec acquisition: PhaseID (only with
integrated EDS), Mapping, Intergrated
Mapping (with EDS), Point Analysis,
Linescan, ReAnalysis
+ AZtecCrystal Standard – Maps, Pole
Figures, Inverse Pole Figures, Boundaries
Section VII – Schedule of Requirements 124

and Grain Analysis


+ ISCD Structural Database
Compact Vacuum Arc Melting System
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main chamber unit
- Rotary pump
- Chiller
- Frame
- Argon supply and regulator
III. Technical specification:
- Main Chamber unit
- Material : STS304, Electrical Polishing
- Size : Ø250*300L
- Front Swing door
Compact Vacuum Arc
39 - 5" Viewing window
Melting System
- CF2.75" Torch port
- CF2.75" Substrate Port
- Pumping port,Gauge port,Gas port,etc
- Vacuum level: about 10-3 torr
- Arc Welding Power(380V,7.5KVA)
CF2.75" Z manipulator
CF2.75" Rotary Motion Feedthrough
CF2.75" Torch Feedtrough(Water
Cooling)
Cu Substrate holder (5 holes): 02 set
Spare tungsten electrode tip: 05 set
Rotary pump >100L/min
Vacuum Angle Valve
Cooling Circulator 1HP(Chiller)
System Frame
Gas tank and regulator Ar: 02
Spark Plasma Sintering Systems
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
Spark Plasma Sintering onwards.
40
Systems - AC input: 3 phases, 380V/ 50 Hz
II. Configuration requirement:
- Main sintering system
- Thermocouple
- Graphite dies and punches sets of
Section VII – Schedule of Requirements 125

various sizes
- Carbon felt and yarn
III. Technical specification:
- Maximum Sitering Pressure: >=60kN
- Z-Axis Stroke: 150mm
- Pressurizing Control System: Vertically
Single Axis Press by Servo Motor
- Table Size: ≥Փ90mm
- Maximum Temperature: ≥ 2400℃
- Vacuum Pumping System: Rotary Pump
Ultimate Vacuum; 6 Pa)
- Power Supply: DC pulse generator
- Maximum Pulse Current Output: 2500
A
- Size of chamber: ≤Φ410 x D330 mm
- Sintering ambience: Vacuum or inert
gas
- Exhaust system: from 6 Pa to 610-3 Pa.
Rotary pump (Normal), With Diffusion
pump (High vacuum)
- Sintering DC pulse generator: PWM
(Pulse width Modulation) control
+ On time (Pulse duration) 1 to 999
msec
+ Off time (Pause duration) 1 to 999
msec
- Sintering stroke: 150 mm (open height:
250mm)
- AC input: 3 phases, 380V/ 50 Hz, <45
kVA
- Pressure control system: Feedback
control by AC servo motor
- Control system:
+ Temperature program controller by
PID
- Temperature detector: Thermocouple
and Pyrometer
+ Radiation thermometer (pyrometer)
measurement range 600 to 3000℃
+ Thermo-couple system (K-type)
measurement range 0 to 1000℃
- Touch panel screen
- Power supply controller
- Sintering pressure controller
- Temperature controller
Consumable materials
Section VII – Schedule of Requirements 126

- Graphite dies & punches set:


Φ20(I.D)xΦ40(O.D)x40(H)mm: 2 sets
Φ20.4(I.D)xΦ40(O.D)x40(H)mm: 2 sets
Φ30(I.D)xΦ70(O.D)x60(H)mm: 2 sets
Φ30.4(I.D)xΦ70(O.D)x60(H)mm: 2 sets
- Sheath thermo-couples (K-type): 02 pcs
- Carbon felt (t5.0 x 250 x 250 mm): 01
pc
- Carbon yarn: 10 m
PVD Coating Vacuum Evaporator
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main chamber module
- Substrate module
- Cathode module
- Pumping module
- Gas delivery module
- Control module
- Chiller module
- Air compressor
- Frame and rack
- Test target: Ti, Cr, Zr
III. Technical specification:
Main Chamber Module
PVD Coating Vacuum
41 - Chamber Φ500*410H, SUS304
Evaporator
- CF10" Substrate Port
- CF8" Pumping Port
- Cathode port: 03
- CF2.75" Gauge, Extra Port: 05
- Vertical Cylinder & Top Door Type
- Motorized Door Open & Close
- Contamination protect shield plate
- Viewing window 8"
- Viewing window 8" Shutter
- Chamber Illumination
- Vacuum level: ≤10-7 torr
Substrate Module
- 2" Sample holder
- Halogen Lamp type (Max 800℃),
Water Cooling
- Sample Rotation/0~30rpm
- Z-Motion manipulator 2" Travel
- Sample Shutter
Section VII – Schedule of Requirements 127

Cathode Module
- RF Power & Auto matcher 600W
- Arc plasma Power 3kw/DC20V,150A
- 2" Magnetron Sputter Gun & Shutter
- 3" Arc Sputter Gun
Pumping Module
- Turbo Pump 685ℓ/s (N2, HiPace700,
Pfeiffer Vacuum)
- Rotary Pump 458ℓ/Min,50Hz (Edward,
E2M28)
- Gauge Controller & Cable (ADC MK2,
Edward)
- Cold Cathode Gauge (AIM-X, Edward)
- Pirani Gauge (APG100-XM, Edward)
- Gate Valve CF8", Pneumati
- Throttle Valve CF8" & controller
- Baratron Gauge 1torr
- Angle Valve NW25: 02
- Vacuum Hose & Clamp set
- Chamber Vent Valve
Gas Delivery Module
- MFC 100sccm/Tylan: 03
- MFC Read Out 4chanel
- Gas Valve 1/4" Lok: 04
- Gas Line & Fitting
- Cable
- Gas tank and regulator: Ar, N2, O2
System Control Module
- Touch & PLC Control
- Vacuum control
- Safety interlock
Cooling Circulator 1HP(Chiller)
Air Compressor 1/4HP Motor
System Frame & Control Rack
Target for testing and commisioning: Ti,
Cr, Zr: 02 (one set of Ti, Cr, Zr targets for
3" Arc Sputter Gun and another set of Ti,
Cr, Zr targets for 2" Magnetron Sputter
Gun)
Fume hood
I. General requirement:
- Equipment is a completely new product.
42 Fume hood Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Size: 1200 x 800 x 2200mm
Section VII – Schedule of Requirements 128

- Frame
- Sink and faucet: 01 set
- Electrical socket: 01 double socket
- Tube LED, light when working
- Chemical resistant fan: 01
III. Technical specification:
Frame
- Material: powder coating steel
(equivalent or better)
Working compartment:
- Upper part: 1200 x 800 x 1400mm
(equivalent or bigger)
+ Working surface: 16mm thickness black
phenolic (equivalent or better)
+ Inside: 12mm thickness phenolic, rear:
4mm thickness phenolic (equivalent or
better)
+ Outside: 12mm thickness phenolic
(equivalent or better)
+ 5mm tempered glass doors, stainless
steel handles (equivalent or better)
+ Adjust the equiponderant without going
to the back of cabinet (or equivalent)
- Lower part: 1200 x 800 x 800 mm
(equivalent or bigger)
+ Material: epoxy coating steel
(equivalent or better)
+ Sheet: 12mm thickness phenolic
(equivalent or better)
+ Walls, wings: 18mm thickness phenolic
(equivalent or better)
Fan
+ Power: ≥ 123 W
+ Speed: ≥1400 RPM
+ Noise level: ≤ 70 dB
Sink and faucet
+ Discharger and garbage filter: chemical-
resistant high-grade polypropylene plastic
(or equivalent)
- Sink: chemical-resistant high-grade
polypropylene plastic (or equivalent)
- Faucet: epoxy coating copper (or
equivalent)
Gas pipe:
- Diameter 200 mm (or equivalent)
* Fan
Section VII – Schedule of Requirements 129

+ Voltage supply: 230V/50Hz


+ Current: 0.52-0.57 (Amps)
+ Power: 123-128W
+ Speed: 1950-2450 RPM
+ Flow: 690-840 m3/h
+ Pressure: 274-352 Pa
+ Noise level: 55-63 dB
+ Weight: 4.9 kg
* Socket and lighting unit
- 01 set, included external double socket,
earthing type, ON/OFF switch for lighting
and fan, circuit breaker
- Using LED, light when working
- Lighting level: 600 lux
* Sink and faucet
+ Color: black
+ Discharger and garbage filter: chemical-
resistant high-grade polypropylene
plastic, designed to prevent congestion of
drainage pipes.
- Sink: chemical-resistant high-grade
polypropylene plastic
- Faucet: epoxy coating copper
- The faucets are designed to operate with
pressure up to 35 bar, meeting ISO 9001
standard
* Gas pipe:
- Diameter 200 mm (discharge to the
outdoors)
- Accessories: 01 elbow for 200 mm pipe
Ultrasonic Cleaner
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz.
II. Configuration requirement:
43 Ultrasonic Cleaner
- Main ultrasonic cleaner
- Basket and lid.
III. Technical specification:
- Inside of bath (LxWxH): ≥
200x100x100 mm (or equivalent)
- Tank capacity: ≥ 3 liters
- Half-wave operating frequency: approx.
40 kHz (or equivalent)
Section VII – Schedule of Requirements 130

- Ultrasonic power: max ≥ 120 W


- Heating power: ≥ 100 W
- Timer: max ≥ 30 min
- Include:
+ Stainless steel lid: 01 pc
+ Stainless steel basket: 01 pc
Analytical Balance
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
44 Analytical Balance
III. Technical specification:
- Weighing capacity [Max]: ≥ 300 g
- Readability [d]: ≤ 0,1 mg
- Reproducibility: ≤ 0,2 mg
- Dimensions weighing surface: ≥ ∅ 90
(or equivalent)
Laboratory table
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- 01 Laboratory table and standard
accessories of the manufacturer"
III. Technical specification:
- Table top made of Phenolic sheet
thickness 16 mm (equivalent or better)
‐ Chemical resistance:
+ HCl 37%
45 Laboratory table
+ HF 40%
+ HNO3 65%
+ Phenol 90%
+ H3PO4 85%
+ NH4OH 25%
+ H2O2 3%
+ Formaldehyde 37%
+ Affected by H2SO4 98%
(or equivalent)
- Iron workbench frame: epoxy coating
(equivalent or better)
- Adjustable legs to help stick to the floor,
prevent whitewashing for the house (or
Section VII – Schedule of Requirements 131

equivalent)

Chemical storage cabinet with


absorption filter
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Chemical storage cabinet with
absorption filter and manufacturer's
standard accessories.
- Size: W1200×D550×H1950 mm
III. Technical specification:
Chemical storage - Cabinet structure: 1.2mm thick sheet
46 cabinet with absorption iron, powder coating (equivalent or
filter better)
- The door: 5mm thick tempered glass
compartment (equivalent or better)
- The cabinet: 05 floors for each
compartment (or equivalent)
- The cabinet: 60mm diameter waiting
pipe to connect to the laboratory exhaust
system (or equivalent)
- Equipped with an adsorption box
containing activated carbon and an axial
fan connected to the outlet pipe when
going out of the cabinet (or equivalent)

Universal Oven
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1Phase 230V
(±10V), 50/60Hz,
II. Configuration requirement:
47 Universal Oven
- Interior Dimensions (w x h x d): ≥ 400 x
360 x 330 mm
III. Technical specification:
- Volume: ≥ 53 L
- Max. number of internals: ≥ 2
- Max. loading per internal: ≥ 15 kg
- Set temperature range: up to ≥ +250°C
- Pt100 sensor DIN class A (or
Section VII – Schedule of Requirements 132

equivalent)
- Adaptive multifunctional digital PID-
microprocessor controller with high-
definition TFT-colour display (or
equivalent)
- Timer: max ≥ 9999 min
- Convection: natural convection
(equivalent or better)

Laboratory table with wash basin


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Laboratory table with washbasin and
manufacturer's standard accessories
- Size:1500 x 750 x 800mm
Laboratory table with
48 III. Technical specification:
wash basin
+ Black color sink, cover size:
550×450×310mm, inside
490×390×290mm (or equivalent)
+ Material: high quality PP plastic,
resistant to most chemicals (or equivalent)
+ 3‐branch faucet dedicated to the
laboratory. Materials: thick cast bronze,
epoxy coating (equivalent or better)

Rockwell hardness tester


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
Main unit, 1 HRC Test Block, 1 HRB
Test Block, (15N, 30N, 30T Blocks with
Rockwell hardness
49 QualiRock-RS), 120° diamond penetrator,
tester
1/16" steel ball indenter, 1/16" steel balls,
Round flat anvil, V- anvil, Power cable,
Manual
III. Technical specification:
Hardness scales: Rockwell A, B, C, D, E,
F, G, H, K, L, M, P, R, S, V; 15N, 30N,
45N, 15T, 30T, 45T, 15W, 30W, 45W,
15X, 30X, 45X, 15Y, 30Y, 45Y
Section VII – Schedule of Requirements 133

Pre-load: ≥98.07N/10kgf, 29.42N/3kgf


Total Load: ≥588.4N/60kgf,
980.7N/100kgf, 1147.1N/150kgf,
147.1N/15kgf, 294.2N/30kgf,
441.3N/45kgf
Applicable standard: ASTM E18, ISO
6508
Pendulum impact tester
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
The system consists of load frame,
measuring angle device, pendulum
striker, pendulum pole, hanging /doffing
pendulum device, safety shield, anvils
support, console
(including LCD control panel, control
button)
III. Technical specification:
Maximum energy: ≤ 450J
Optional energy: 150J, 300J
Angle of fall: ≥150°
Angle resolution: ≤ 0.025°
Impact velocity: ≥ 5.2 m/s
50 Pendulum impact tester Angle of taper of anvil: 11°±1°
- Applicable standard: ASTM E23,
ASTM E1820, ASTM E2298, ISO 148,
EN10045, JJG145, JJG 609 and other
similar standard
- Dimension(H×W×D) Including
protection shield:
2000mm×540mm×2050mm
Three phases, AC 380V±10% 50Hz
800W
weight: ≥600kg
Other requirement: Standard accessories:
- Display: touch screen
- Pendulum: 300J
- Striker: ISO148, R2; ASTM E23, R8
- Control electronics: SIMENS PLC
- Full closed protection enclosure: Metal
mesh
- Tool kits: Span block, Specimen
centering block, Centering
Section VII – Schedule of Requirements 134

tongs inside-hexagonal spanner, Anchor


bolts wedge block
- Communication cable to PC: RS232
- Software: TestPilot, English version
TV 75" + Hanger
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
TV Screen size: 75 inch (equivalent or
bigger)
Display type: LCD, LED backlight
(equivalent or better)
Screen resolution: 3840 x 2160
(equivalent or better)
51 TV 75" + Hanger Connection ability: Wifi, Bluetooth
Connection: HDMI, USB
Included: Mobile TV hanger
- Dedicated mount for LCD / LED TVs
60 - 100 inches (or equivalent)
Maximum load capacity of the rack up to
≥ 80 kg
Durable and luxurious aluminum alloy
material (or equivalent)
IV. Other requirement:
- Has wheels to move and lock function is
very convenient
- Adjust the height of the TV easily, max
1m7
Working chairs
I. General requirement:
- Equipment is a completely new product.
II. Configuration requirement: None
III. Technical specification:
52 Working chairs Dimension: W560 x D590 x H960 mm (±
20 mm) (or equivalent)
Materials: Chrome frame, back is covered
by bearing mesh fabric, chair foam
cushion coated mesh fabric, plastic
armrest cover (or equivalent)
Working table
53 Working table I. General requirement:
- Equipment is a completely new product.
Section VII – Schedule of Requirements 135

II. Configuration requirement: None


III. Technical specification:
- Dimension: 1600x800x750 mm (or
equivalent)
- Frame is made of powder coating steel,
helps to increase the service life of the
product (or equivalent)
- Worktop is MFC wood that covered
with laminate (or equivalent)
Desktop Computer
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards
- Power supply: AC, 1Phase 230V
(±10V), 50/60Hz
II. Configuration requirement: None
III. Technical specification:
- Processor: Core i7 2.9GHz (equivalent
or better)
- Memory: ≥ 16GB
- Storage: ≥ 500GB Hard Disk Drive
Graphic: Integrated Intel UHD
(equivalent or better)
OS: Microsoft Windows 10 Pro (64-bit)
Networking:
54 Desktop Computer Integrated LAN
Wi-Fi, Bluetooth
- Ports:
+ HDMI Port
+ 2 x USB 2.0 port
+ RJ-45 Network connector
- Included:
+ Keyboard: USB Wired Keyboard
+ Mouse: Universal Wired USB Mouse
+ Native resolution: FHD (1920 x 1080 at
60Hz) (equivalent or better)
+ Display size (diagonal): 21.5"
(equivalent or better)
+ Native resolution: FHD (1920 x 1080 at
60Hz) (equivalent or better)
+ Input signal: 1xVGA, 1xDisplay Port,
1xHDMI

55 Cabinet Cabinet
Section VII – Schedule of Requirements 136

I. General requirement:
- Equipment is a completely new product.
II. Configuration requirement: None
III. Technical specification:
Dimension: W915xD450xH1830mm (± 3
mm) (or equivalent)
Material: powder coating steel cabinet
one compartment, steel frame, 3 mobile
shelves (or equivalent)
Air conditioner
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards
II. Configuration requirement:
- Power supply: AC, 1 phase, 230V
56 Air conditioner (±10V), 50Hz;
III. Technical specification:
Type: Wall mounted inverter, one way air
conditioner
Cooling capacity: ≥ 5000 W
Nano dust filter (or equivalent)
Refrigerant: R32 (or equivalent)
Includes installation with 10m of pipe
V ITIMS2.SAHEP02
High Temperature Furnace
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V) or 3 phase 400V, 50/60Hz;
II. Configuration requirement: None
III. Technical specification:
High Temperature
57 - Solid-state-relays, SiC rods (or
Furnace
equivalent)
- Controller: ≥ 10 programs with each ≥
20 segments
- Tmax: ≥ 1550 °C
- Volume: ≥ 1.5 L
- Connected load: ≥ 3.5 kW
- Inner dimensions (WxDxH):
approximate 110mm x 120mm x 120mm
IV. Other requirement:
Section VII – Schedule of Requirements 137

Heating times of 20 - 30 minutes to


1400 °C
Tube Furnaces
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V) or 3 phase 400V, 50/60Hz;
II. Configuration requirement: None
III. Technical specification:
- Single-zoned design (or equivalent)
58 Tube Furnaces - Thermocouple type S (or equivalent)
- Controller: ≥ 4 programs with each ≥ 4
segments
- Tmax: ≥ 1300 °C
- Outer tube diameter: ≥ 50mm
- Heated length: ≥ 150mm
- Length constant temperature (≤ ± 5K): ≥
80mm
- Tube length: ≥ 300mm
- Connected load: ≤ 3 kW

Analytical balance
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
59 Analytical balance - Weighing capacity: max ≥ 300 g
- Linearity: ≤ 0,300 mg
- Readability: ≤ 0,100 mg
- Repeatability: ≤ 0,200 mg
- Stabilisation time: ≤ 3 s
- Dimensions weighing surface, stainless
steel: ≥∅ 90 mm (or equivalent)

Analytical balance
I. General requirement:
- Equipment is a completely new product.
60 Analytical balance Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
Section VII – Schedule of Requirements 138

- TFT Touchscreen: ≥ 4.5 inch (or


equivalent)
- Interfaces: USB and RS232 (or
equivalent)
- Capacity: max ≥ 52 g
- Readability: ≤ 0.1 mg
- Repeatability: ≤ 0.2 mg
- Settling time: ≤ 4 s
- Minimum sample weight: ≤ 160 mg

Fume hood
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz;
II. Configuration requirement:
- Frame
- Sink and faucet: 01 set
- Electrical socket: 01 double socket
- Tube LED
- Chemical resistant fan: 01
III. Technical specification:
- Size: 1200 x 800 x 2200mm
Frame
- Material: powder coating steel (or
equivalent)
61 Fume hood
Working compartment:
- Size of upper part: 1200 x 800 x
1400mm (or equivalent)
+ Working surface: 16mm thickness black
phenolic (or equivalent)
+ Inside 12mm thickness phenolic, rear
4mm thickness phenolic, acid resistant (or
equivalent)
+ Outside 12mm thickness phenolic (or
equivalent)
+ 5mm tempered glass doors, stainless
steel handles (or equivalent)
- Size of lower part: 1200 x 800 x 800
mm (or equivalent)
+ Material: epoxy coating steel (or
equivalent)
+ Sheet: 12mm thickness phenolic (or
equivalent)
Section VII – Schedule of Requirements 139

+ Walls, wings: 18mm thickness


phenolic (or equivalent)
Fan
+ Power: ≥ 120 W
+ Speed: ≥ 1400 RPM
+ Flow: max ≥ 690 m3/h
+ Noise level: ≤ 70 dB
Socket and lighting unit
- 01 external double socket, earthing type,
ON/OFF switch for lighting and fan,
circuit breaker
- LED light (or equivalent)
- Lighting level: ≥ 600 lux
Sink and faucet
- Sink :a chemical-resistant high-grade
polypropylene plastic or equivalent
- Faucet :made of epoxy coating copper or
equivalent
Gas pipe:
- Diameter: approximate 200 mm
(discharge to the outdoors)

Three dimensional mixer


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz;
II. Configuration requirement:
- Main equipment
- 0.5L and 1L stainless steel (or
equivalent) containers
Three dimensional - Rubber strings: 01 set
62
mixer III. Technical specification:
- Speed, direction of rotation and time
changing facility
- Have a control panel
- The tray can be removed to collect
spilled out powder
- Transparent safety guard interlocked
with machine working
- Capacity: ≥ 2 L
- Effective Capacity ≥ 75%
- Max mixing mass: ≥ 5 kg
- Motor Power: ≥ 80 W (or equivalent)
Section VII – Schedule of Requirements 140

- Container Revolution: max ≥ 60 rpm


- Max. Container Size: approximate Dia
115mm x 275mm Long

Rotary evaporator
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz;
II. Configuration requirement:
- Main rotary evaporator: 01
- Heating bath: 01
- Vacuum pump: 01
- Pressure controller: 01
- Chiller: 01
- Evaporating flasks of at least size 0.05,
0.1, 0.25, 0.5 and 1 liter
- Receiving flask (≥ 1L): 01
III. Technical specification:
1. Main rotary evaporator
- Stroke distance: max ≥ 140 mm
- Rotation speed: from min ≤ 20 to max ≥
280 rpm
63 Rotary evaporator
- Flask size range: from min ≤ 50ml to
max ≥ 3000ml
- The angle: adjustable from 0° to max ≥
35°
- Protection class: IP20 or better
2. Heating Bath
- Heating Power: ≥ 1300 W
- Controlled temperature range: max ≥ 95
°C
- Temperature accuracy: ≤ ± 2 °C
- Maximum flask size: ≥ 4000 mL
- The temperature display: digital
3. Vacuum Pump
- The vacuum pump: chemically resistant
- Suction capacity: ≥ 1.2 m3/h
- Final vacuum (absolute): ≤ 12 mbar
4. Pressure Controller
- The controller should control the
vacuum suited to on/off regulate the type
of vacuum pumps
- Measurement range: min ≤ 1 to max ≥
Section VII – Schedule of Requirements 141

1000 mbar
- Regulating range: min ≤ 1 to max ≥
1000 mbar
- Measurement accuracy: ≤ ± 2 mbar
5. Chiller
- Set temperature range: max ≤ 40 °C
- Cooling capacity at 10 °C: ≥ 300 W
- Temperature accuracy: ≤ ± 2 °C

Heating magnetic stirrer


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz;
II. Configuration requirement: None
III. Technical specification:
- The control panel: protected against
liquids
- The stirrer: chemical resistant
Heating magnetic
64 - Hot surface warning: prevent burns
stirrer
- Stirring quantity: max ≥ 10 L
- Speed range: max ≥ 1500 rpm
- Temperature display: LED or equivalent
- Heating temperature range: max ≥ 300
°C
- Temperature setting resolution of
heating plate: ≤ 5 [K]
- The plate material: ceramic or
equivalent
- Protection class: IP 21 (equivalent or
higher)

Universal Oven
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
65 Universal Oven - Power supply: AC, 1 phase 230V
(±10V), 50/60Hz;
II. Configuration requirement:
- Main equipment
- Standard accessories: 01 stainless steel
grid
Section VII – Schedule of Requirements 142

III. Technical specification:


- Volume: ≥ 53 L
- Interior Dimensions (w x h x d): ≥ 400 x
400 x 330 mm
- Max. number of internals: ≥ 4
- Max. loading per internal: ≥ 15 kg
- Set temperature: up to ≥ +250°C
- The controller: high-definition colour
display or equivalent
- Timer: max ≥ 99 hrs
- Convection: natural convection
(equivalent or better)
- The programme: stored in case of power
failure

Load-lock Sputtering System


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V) or 3 phases 400V, 50/60Hz;
II. Configuration requirement:
- Main chamber module
- Substrate module
- Cathode module
- Pumping module
- Gas delivery module
- Loadlock chamber module
- System control module
Load-lock Sputtering
66 - Frame and rack
System
- High purity target
- Gas supply
- Desktop PC, 20" Monitor
- Data Acquisition Software
III. Technical specification:
Main Chamber
Chamber Φ500*410H, SUS304 (or
equivalent): 01
CF10" Substrate Port: 01
CF8" Pumping Port: 01
Cathode port: 04
CF2.75" Gauge, Extra Port: 05
Vertical Cylinder & Top Door Type: 01
Motorized Door Open & Close: 01
Contamination protect shield plate: 01
Section VII – Schedule of Requirements 143

View window ≥ 8 inch: 01


View window ≥ 8 inch Shutter: 01
Chamber Illumination: 01
Substrate Module
4 inch Sample holder: 01
Halogen Lamp type (Max ≥ 700℃),
Water Cooling: 01
Sample Rotation to max ≥ 30rpm: 01
Z-Motion manipulator ≥ 2 inch Travel: 01
Sample Shutter/Pneumatic: 01
Cathode Module
RF Power & Auto matcher ≥ 300W: 02
DC Power ≥ 750W: 02
2" Magnetron Sputter Gun & Shutter: 04
Pumping Module
Turbo Pump ≥ 700 L/s: 01
Rotary Pump ≥ 600 L/Min: 01
Gauge Controller & Cable: 01
Cold Cathode Gauge: 01
Convectron Gauge: 01
Gate Valve CF8", Pneumatic: 01
Baratron Gauge 1 torr: 01
Angle Valve NW25: 02
Vacuum Hose & Clamp set: 01
Chamber Vent Valve: 01
Rotary Vent Valve: 01
Gas Delivery Module
MFC ≥ 100sccm: 02
MFC ≥ 20sccm: 02
MFC Read Out 4 channel (equivalent or
better): 01
Gas Valve 1/4" Lok: 05
Cable: 04
Load lock Chamber Module
Load lock Chamber/sus304,¢150*150H
(or equivalent): 01
Magnet Transfer 25 inch Motorized: 01
CF8" Gate Valve/Pneumatic: 01
Low Vacuum Gauge: 01
Rotary pump ≥ 200 L/min: 01
Angle Valve NW25: 01
Diaphragm Valve/Chamber vent: 01
RP Vent Valve: 01
Pumping Line NW25: 01
System Control Module: 01
System Frame & Control Rack: 01
Section VII – Schedule of Requirements 144

IV. Other requirement:


- Cr target (≥ 99.9% purity, dia. 2 inch,
2.5mm thick)
- Ti target (≥ 99.9% purity, dia. 2 inch,
0.2mm thick)
- Ti target (≥ 99.9% purity, dia. 2 inch,
0.5mm thick)
- Au target (≥ 99.9% purity, dia. 2 inch,
0.2mm thick)
- Au target (≥ 99.9% purity, dia. 2 inch,
0.5mm thick)
- Pt target (≥ 99.9% purity, dia. 2 inch,
0.2mm thick)
- Pt target (≥ 99.9% purity, dia. 2 inch,
0.5mm thick)
- Oxygen gas cylinder (99.99%, 40L) and
regulator: 1 set
- Argon gas cylinder (99.99%, 40L) and
regulator: 1 set
- Nitrogen gas cylinder (99.99%, 40L)
and regulator: 1 set
- Ammonia gas cylinder (99.99%, 40L)
and regulator: 1 set
Main Chamber: <5E-7 Torr Base
Pressure, after ≤45 minutes runing
Loadlock Chamber: <5E-3 Torr Base
Pressure, after ≤30 minutes runing
Includes installation and traning
Spin Coater
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz;
II. Configuration requirement:
- Spin coater
67 Spin Coater
- Vacuum pump
III. Technical specification:
- Housing material: natural
polypropylene or stainless steel
- Chamber material: Natural
polypropylene or equivalent
- Interface: touchscreen and chemical
resistant or equivalent
- Connection: USB or equivalent
Section VII – Schedule of Requirements 145

- Substrate diameter: max ≥ 4 x 4 inch


- Chamber diameter: max ≥ 200 mm
- Spin speed: max ≥ 12000 rpm
- Accuracy: ≤ 0.2 rpm
- Acceleration: max ≥ 13000 rpm/sec
IV. Other requirement:
- CW and CCW rotation: programmable
Microscope (for BF and DF techniques
in reflected/transmitted light)
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main microscope: 01 pc
- Microscope Digital Camera: 01 pc
- Imaging software: 01 pk
- Desktop computer: 01 set
- Objective lenses: 01 set
III. Technical specification:
1. Main microscope
- Focusing:
+ Stroke: ≥ 25 mm
+ Fine stroke per rotation: ≤ 100 μm
+ Minimum graduation: ≤ 1 μm
Microscope (for BF and
- High-intensity white LED light source
DF techniques in
68 or equivalent
reflected/transmitted
- Revolving nosepiece: For BF/DF or
light)
equivalent
- Stage (X × Y): coaxial handle stage ≥ 78
mm × 54 mm
2. Microscope Digital Camera
- Color camera ≥ 5.9-megapixel
- Imaging sensor:
+ Sensor type: 1/1.8-inch color CMOS
(equivalent or better)
- Sensitivity Gain: max ≥ 22
- Camera adaptor: C-mount or equivalent
- Exposure time:
+ Manual exposure: from min ≤ 100 µs
to max ≥ 1 s
+ Auto exposure: from min ≤ 100 µs to
max ≥ 1 s
- Interface: USB 3.0, equivalent or better
- Frame rate: ≥ 30 fps at FHD
3. Image Analysis Software
Section VII – Schedule of Requirements 146

- Image Acquisition
+ Basic image acquisition including
HDR and auto-calibration
+ Software autofocus and movie
acquisition
- Image and Customization Tools
+ Basic tool windows
+ Annotations, layer management, scale
bar, cross hair, info stamp display, and
image filters
- Measurements / Image Analysis
IV. Other requirement:
Objective lenses: 01 set (5X, 10X, 20X,
50X, 100X, 150X)
- Desktop computer (Minimum
configuration: Intel Core i5, RAM: 2Gb,
HDD 500 GB, Monitor 21 inch): 01 set
Includes installation and traning
Stylus Profiler
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz;
II. Configuration requirement: None
III. Technical specification:
- Measurement Capability: Two-
dimensional surface profile measurements
(equivalent or better)
- Sample Viewing : Digital magnification,
0.275 to 2.2 mm vertical FOV
69 Stylus Profiler
- Stylus Force: from min ≤1 to max ≥ 15
mg
- Sample X/Y Stage : Manual ≥ 100 mm
- Sample R-Theta Stage : Manual,
continuous 360 degrees
- Vibration Isolation
- Data Points Per Scan : to max ≥ 120000
- Max. Sample Thickness: ≥ 50 mm
- Max. Wafer Size : ≥ 200 mm
- Step Height Repeatability: ≤ 5Å
- Vertical Range : to max ≥ 1 mm
- Vertical Resolution: ≤ 1Å
IV. Other requirement:
Includes:
Section VII – Schedule of Requirements 147

- Computer System: 64-bit multi-core,


Windows® 10, 24 in. flat panel display
- Operation and Analysis Software
- Stylus 3, 2 μm radius - type B: 02 pcs
- Stylus 3, 12.5 μm radius, red color
coded - type B: 02 pcs
Includes installation and traning
Wet Bench
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
Body
- Overall dimensions (W× H × D):
approximate 1250×2500×650 mm
- Individual module dimensions:
+ The height of base frame 900 mm
+ The height of working cabinet 650 mm
+ Top frame 950mm (includes exhaust
fan system, control panel, and lighting
system)
- The bearing frame: SUS304 and covered
PVC or equivalent
- Working cabinet: heat and chemical
70 Wet Bench resistant PVC/PP of 10 mm in thickness
or equivalent
- Movable transparent window
- The lighting: LED or equivalent
Working cabinet
Overflow DI water supply system: 01
- Material: PVC 5-10 mm thickness or
equivalent
- Operation: three-level overflow or
equivalent
- Structure: 01 tank/1 overflow level
- Automatic water supply: controlled by
solenoid valves or equivalent
- Automatic water drainage: controlled by
pneumatic solenoid valves or equivalent
- Conductivity monitoring of DI water:
built in overflow tanks: conductivity
sensor, controller, display (or equivalent)
Solvent tanks: 2
- Capacity (normal usage): ≥ 6 L
Section VII – Schedule of Requirements 148

Material: SUS316 or equivalent


Operation: Static mode or equivalent
Solvent supply: Manual
Lid: PP/PVC or equivalent
Working surface
- Working surface: honeycomb-like holes
or equivalent
- Material: SUS304 or phenolic
- Anti-spillage details to prevent water get
into solvent tanks
- Waste water collection gutters
2.3. Wafer drying centrifugation unit
- Usable wafer: ≥4" dia. wafer
- 01 compressed gas gun
- 01 DI water spray gun
Control system
- Touch interface: ≥ 7 inch
- Control software
- Functions: touch interface, button and
alarm light
- The control panel: emergency control
button
- Anti-leakage protector
4. Exhaust system
- Pipe for exhaust system:
+ Pipe dia.: ~200 mm
+ Connect with exhaust system of
cleanroom
- 01 chemical resistant exhaust fan with
flow rate of ≥ 1000m3/h
5. Pneumatic solenoid valve

Chemical cabinet
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
71 Chemical cabinet
- Dimensions (LxWxH): approximate
1000 x 600 x 1800 mm
- Frame: 304 stainless steel, ≥ 1.2mm
thick or equivalent
- Wall: chemically and water resistant
PVCF plastic sheet or equivalent
- There: 04 batches, 05 compartments.
Section VII – Schedule of Requirements 149

The batches: made of PVCF or equivalent


- The door: glass panel and a locker
- Chemical resistant exhaust fan with flow
rate of 500 - 800 liters / minute (or
equivalent)
- Carbon filter for absorbing chemical
vapors
- Tray of activated carbon to absorb
spilled chemicals

Wall table
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
- Dimensions (LxWxH): approximate
4800 x 750 x 770 mm
Worktop
- Worktops: phenolic plates or equivalent
- Withstand at least the following
chemical solvents:
+ HCl 37%
+ HF 40%
+ HNO3 65%
+ Formaldehyde 37%
+ H3PO4 85%
72 Wall table
+ CCl4
+ NH4OH 28%
+ H2O2 30%
+ H2SO4 98%
- Density: ≥ 1.38g / cm3
- Resistance to heat and dry: ≥ 160 °C
- Compressive strength: ≥ 3228 kgf / cm2
- Thickness: ≥ 18mm
Metal frame
- Type table legs: 40 x 80 x 1.4 mm
double-sided galvanized steel box powder
coated with epoxy or equivalent
- Frame, hardened walls: 1.2mm thick
steel plates folding shaped electrostatic
painting with epoxy components (or
equivalent)
- Table top cover: PA high temperature
injection molding or equivalent
Section VII – Schedule of Requirements 150

- Structure: C-Frame wall-type table legs,


H - Frame central table or equivalent
Drawer
- 01 drawer, 01 door
- Material: MFC V313 Moisture resistant
or equivalent
- damping hinge and dual track rails

Semiconductor Device Analyzer


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Semiconductor device analyzer
mainframe: 1 set
- Multi Frequency Capacitance
Measurement Unit: 1 set
- High Power Source Monitor Unit: 1 set
- High Resolution Source Monitor Unit: 1
set
- C-V/I-V automatically switches: 1 set
- USB to GPIB interface adapter
- Commercial calibration certificate with
test data: 1 pc
III. Technical specification:
Semiconductor Device 1. Semiconductor Device Analyzer
73
Analyzer Mainframe
- Ground unit:
+ Output voltage: approximate 0 V
±100 µV
+ Maximum sink current: approximate
± 4.2 A
- Data storage a SSD
- Interfaces: GPIB, USB, LAN, VGA
2. Multi frequency capacitance
measurement unit
- Measurement parameters: at least
including the followings: Cp-G, Cp-D,
Cs-Rs, Cs-D, R-X, Z-q, Y-q
- Frequency:
+ Range: from min ≤ 1 kHz to max ≥ 5
MHz
+ Resolution: ≤ 1 mHz
+ Accuracy: ≤ ±0.1%
- Output signal level:
Section VII – Schedule of Requirements 151

+ Range: from min ≤ 10 mVrms to max


≥ 250 mVrms
+ Resolution: ≤ 1 mVrms
+ Accuracy: ≤± (10.0% + 1 mVrms)
3. High power source/monitor unit
- Range up to ≥ 200 V/1 A with 4-
quadrant operation
- Minimum measurement resolution ≤ 100
fA/2 µV
4. High resolution source/monitor unit
- Range up to ≥ 100 V/0.1 A with 4-
quadrant operation
- Minimum measurement resolution ≤ 10
fA/0.5 μV
IV. Other requirement:
Included:
- C-V/I-V automatically switches: 1 set
- USB to GPIB interface adapter
- Triaxial (f) capbe: 3
Includes installation and traning
Sub-femtoamp Remote SourceMeter
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main source meter
- USB to GPIB interface adapter
- Low noise cable (Triaxial (f) capbe)
with alligator clips
III. Technical specification:
Current measurement:
Sub-femtoamp Remote - Range: from min ≤ 2 pA to max ≥ 20
74
Source Meter mA
- Max. resolution:
+ ≤ 10 aA at the range of 1 pA
+ ≤ 1 µA at the range of 100 mA
- Accuracy (%rdg + amps):
+ ≤ (1.0%+7 fA) at the range of 1 pA
+ ≤ (0.055%+6 µA) at the range of 100
mA
Voltage measurement:
- Range: from min ≤ 200 mV to max ≥ 20
V
- Max. resolution:
+ ≤ 1 µV at the range of 200 mV
Section VII – Schedule of Requirements 152

+ ≤ 1 mV at the range of 200 V


- Accuracy (%rdg + volts):
+ ≤ (0.012% + 350 µV) at the range of
200 mV
+ ≤ (0.015% + 10 mV) at the range of
200 V
Resistance measurement:
- Range: from min ≤ 20 Ω to max ≥ 20

- Max. resolution:
+ ≤ 100 µΩ at the range of 20 Ω
+ ≤ 100 MΩ at the range of 20 TΩ
- Accuracy (%rdg + ohms) :
+ ≤ (0.098% + 0.003 Ω) at the range of
20 Ω
+ ≤ (2.06% + 1 GΩ) at the range of 20

Voltage Programming:
- Range: from min ≤ 20 V to to max ≥
200 V
- Programming resolution:
+ ≤ 5 mV at the range of 200 V
- Accuracy(%rdg + volts):
+ ≤ (0.02% + 24 mV) at the range of
200V
Current Programming:
- Range: from min ≤ 10 nA to max ≥ 100
mA
- Programming resolution:
+ ≤ 5 µA at the range of 100 mA
- Accuracy (%rdg + amps):
+ ≤ (0.066%+20 µA) at the range of 100
mA

AC and DC Current source-


Nanovoltmeter (Complete Delta mode
system)
I. General requirement:
(Complete Delta Mode - Equipment is a completely new product.
system) AC and DC Products are manufactured in 2020
75
Current source, onwards.
Nanovoltmeter II. Configuration requirement:
- Main source and voltmeter
- USB-to-GPIB adapter
- Ethernet cable
- Low noise signal cable
Section VII – Schedule of Requirements 153

III. Technical specification:


AC and DC Current Source:
- Range: from min ≤ 1 µA to max ≥ 100
mA
- Programming resolution:
+ ≤ 10 µA at the range of 100 mA
- Accuracy (% rdg. + amps):
+ ≤ (0.1 % + 50 µA) at the range of 100
mA
- Output capacitance: ≤ 100pF
- RMS noise 10Hz–20MHz (2nA–20mA
Range): Less than 1mVrms, 5mVp-p (into
50W load) (or equivalent)
Arbitrary function generator
- Waveforms: Sine, Square, Ramp
- Sample rate: max ≥ 10 MSPS
- Amplitude: 4pA to 210mA peak-peak
into loads up to 1012Ω (equivalent or
better)
- Waveform Length: max ≥ 64K points
- Interface: IEEE-488 and/or RS-232C
Voltmeter:
- A/D linearity: ≤ ±(0.8ppm of reading +
0.5ppm of range)
- Front autozero off error:
+ 10mV–10V: Add ±(8ppm of range +
500µV) or equivalent
- Autozero off error
+ 10mV: Add ±(8ppm of range +
100nV) or equivalent
+ 100mV–100V: Add ±(8ppm of range
+ 10µV) or equivalent
- Input impedance
+ 10mV–10V: ≥ 10GΩ, in parallel with
≤1.5nF (Front Filter ON)
+ 10mV–10V: ≥ 10GΩ, in parallel with
<≤0.5nF (Front Filter OFF)
+ 100V: 10MΩ ±1%
- DC input bias current:
+ ≤ 60pA DC at 23°C, –10V to 5V
+ ≤120pA at 23°C, 5V to 10V
- Common mode current: ≤ 50nA p-p at
50Hz or 60Hz
- Channel isolation: ≥ 10GΩ
- Analog output:
+ Maximum output: ≥ ±1.2V
Section VII – Schedule of Requirements 154

+ Accuracy: ≤ ±(0.1% of output + 1mV)


+ Output resistance: ~1kΩ
- Interface: IEEE-488 and/or RS-232C

Precision Source (Measure Unit)


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main unit: 01
- USB-GPIB interface converter: 01
- Signal cables: 01
- Combo test lead kit: 01
III. Technical specification:
- Single channel
- Maximum voltage and current: DC or
pulsed
+ Max voltage: max ≥ 200 V
+ Max current: max ≥ 0.1 A
Voltage source:
- Range: from min ≤ ±200 mV to max ≥
±100 V
- Programming resolution:
Precision Source + ≤ 100 nV at the range of ±200 mV
76
(Measure Unit) + ≤ 100 μV at the range of ±100 V
- Accuracy (% reading + offset):
+ ≤ ±(0.015 % + 225 μV) at the range of
±200 mV
+ ≤ ±(0.015 % + 50 mV) at the range of
±200 V
Current source:
- Range: from min ≤ ±10 nA to max ≥ ±3
A
- Programming resolution:
+ ≤ 10 fA at the range of ±10 nA
+ ≤ 10 μA at the range of ±10 A
- Accuracy (% reading + offset):
+ ≤ ±(0.10 % + 50 pA) at the range of
±10 nA
+ ≤ ±(0.4 % + 25 mA) at the range of
±10 A
Voltage measurement:
- Range: from min ≤ ±200 mV to max ≥
±100 V
- Measurement resolution:
Section VII – Schedule of Requirements 155

+ ≤ 100 nV at the range of ±200 mV


+ ≤ 100 μV at the range of ±100 V
- Accuracy (% reading + offset):
+ ≤ ±(0.015 % + 225 μV) at the range of
±200 mV
+ ≤ ±(0.015 % + 50 mV) at the range of
±200 V
Current measurement:
- Range: from min ≤ ±10 nA to max ≥
±10 A
- Measurement resolution:
+ ≤ 10 fA at the range of ±10 nA
+ ≤ 10 μA at the range of ±10 A
- Accuracy (% reading + offset):
+ ≤ ±(0.10 % + 50 pA) at the range of
±10 nA
+ ≤ ±(0.4 % + 25 mA) at the range of
±10 A
Input/Output connectivity: USB, GP-IB

Electrometer (High resistance meter)


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main equipment: 01
- USB/GPIB Interface Converter: 01
III. Technical specification:
- Measurement resolution 5½ digits or
better
- Current measurement: from min ≤ 1fA
Electrometer (High
77 to max ≥ 20 mA
resistance meter)
- Minimum range: ≤ 200 pA
- Voltage measurement: from min ≤ 1 μV
to max ≥ 20 V
- Input resistance:> 200 TΩ
- Charge measurement: from min ≤ 1 fC
to max ≥ 2 μC
- measure temperature, humidity
- Voltage Source: Up to ≥ ± 1,000 V
- Minimum resolution: ≤ 700 μV
- Maximum reading speed: ≥ 20 000 rdg/s
- Digital I / O connector: DSUB female 9
pins or equivalent
Section VII – Schedule of Requirements 156

- Interface: LXI Core; USB; GPIB

Dual-channel System SourceMeter


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main equipment
- Accessories included:
+ USB-to-GPIB Interface Adapter: 2
pcs
+ Low Noise Triax Cable with Alligator
Clips, 2 m: 2 pcs
+ Ethernet Cable: 1 set
+ Digital I/O Connector: 1 pc
+ Test Script Builder Software: 1 pk
+ LabVIEW Driver: 1 pk
III. Technical specification:
Voltage Source:
- Range: from min ≤ 200mV to max ≥
200V
- Programming Resolution:
Dual-channel System + ≤ 5 µV at the range of 200mV
78
SourceMeter + ≤ 5 mV at the range of 200V
- Accuracy (% rdg. + volts):
+ ≤ (0.02% + 375 µV) at the range of
200mV
+ ≤ (0.02% + 50 mV) at the range of
200V
Current Source:
- Range: from min ≤ 100 nA to max ≥
10A
- Programming Resolution:
+ ≤ 20 fA at the range of 1nA
+ ≤ 200µA at the range of 10A
- Accuracy (% rdg. + amps):
+ ≤ (0.15% + 2 pA) at the range of 1nA
+ ≤ (0.5 % + 40 mA) at the range of
10A
Pulse:
- Maximum Current Limit:
+ ≥ 100 mA @ 200 V
+ ≥ 10 A @ 5 V
- Minimum Programmable Pulse Width: ≤
100 µs
Section VII – Schedule of Requirements 157

- Pulse Width Programming Resolution: ≤


1 µs
- Pulse Width Programming Accuracy: ≤
±5 µs
Voltage Measurement:
- Range: from min ≤ 200mV to max ≥
200V
- Default Display Resolution
+ ≤ 100 nV at the range of 200 mV
+ ≤ 100 µV at the range of 200 V
- Input Resistance: >10 GΩ
- Accuracy(% rdg. + volts):
+ ≤ (0.015% + 225 µV) at the range of
±200mV
+ ≤ (0.015% + 50 mV) at the range of
±200V
Current Measurement:
- Range: from min ≤ 100 nA to max ≥
10A
- Resolution
+ ≤ 0.1 fA at the range of 100pA
+ ≤ 10µA at the range of 10A
- Accuracy (% rdg. + amps):
+ ≤ (0.15% + 120 fA) at the range of
100pA
+ ≤ (0.4% + 25 mA) at the range of 10A

Multiposition Wafer Probe


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
- Input Impedance ≥10 GΩ
- Constant Current Ranges: from min ≤
Multiposition Wafer
79 100 nA to max ≥ 100mA
Probe
- DVM: from min ≤ -1000mV to max ≥
+1000mV
- High resolution DVM mode range from
min ≤ -125mV to max ≥ +125mV
- Sampling Rate of 8 to 10 Samples per
second (equivalent or better)
- 24V Compliance Voltage
- 16 bit DAC for current source
- 24 bit ADC for DVM
Section VII – Schedule of Requirements 158

- Onboard Memory: ≥ 50 time-stamped


measurements
- Current: from min ≤ 10nA to max ≥
100mA
- Accuracy: Better than 0.1%
- Connections: USB or RS-232
Multiposition Probe Stand:
- Max. sample size: ≥ 150mm wafer
- Max. sample thickness: ≥ 4mm
Four point probe head:
- Tolerance: ≤ ±10 microns
- Needles: Tungsten carbide 0.4mm
diameter or equivalent
- Retraction to pad: 0.5 mm or equivalent
- Planarity: ≤ ±0.025mm
IV. Other requirement:
- Reference sample: 1 pc
- Resistor Kit: 1 set
- Four point probe heads (spare): 1 set
Automatic Chemisorption Analyzer
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main analyzer
- Accessories included:
+ Software: 01 pk
+ Computer (minimum configuration:
Core i5, RAM 4GB, HDD 500GB,
monitor 23 inch): 01 set
Automatic + Printer: 01 pc
80 Chemisorption + Helium cylinder (volume: 40L, purity
Analyzer 99,995%) and regulator: 01 set
+ Hydrogen cylinder (volume: 40L,
purity 99,995%) and regulator: 01 set
+ Oxygen cylinder (volume: 40L, purity
99,995%) and regulator: 01 set
+ CO cylinder (volume: 40L, purity
99,99%) and regulator: 01 set
+ NH3 cylinder (volume: 40L, purity
99,99%) and regulator: 01 set
+ Borosilicate cell: 5 pcs
+ Quartz cell: 3 pcs
+ UPS Online 20KVA: 01 pc
III. Technical specification:
Section VII – Schedule of Requirements 159

- A Thermal Conductivity Detector


- TCD Filaments: Oxidation and
Ammonia Resistant or equivalent
- Temperature range: max ≥ 1100 °C
- Temperature ramp rate: max ≥ 50
°C/min
- Gas Input Ports: ≥ 5
- Mass Spec Connection Port
- measure TPD, TPR, TPO, Pulse
Titration and BET surface area

PhotoElectrochemistry Workstation
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz;
II. Configuration requirement:
- Electrochemical workstation:
- Power Potentiostats:
- Controller module
- Software package
- Lightsources
- Photo-Electrochemical Cell 1
- Photo-Electrochemical Cell 2
- ABS
- Emit
PhotoElectrochemistry
81 III. Technical specification:
Workstation
Electrochemical workstation:
- Methods included:
+ Cyclic voltammetry
+ Electrochemical impedance
spectroscopy
+ Polarization methods
+ Noise measurement
+ Current potential curves
+ Time domain methods
+ Capacity/Potential measurements
+ Customized methods
- Potentiostatic modes: potentiostatic,
galvanostatic, pseudo-galvanostatic, rest
potential, off
- ADC resolution: 32 bit
- Function generator: digital
- Frequency generator & analyzer:
Section VII – Schedule of Requirements 160

+ EIS frequency range: from min ≤ 10


µHz to max ≥ 1 MHz
+ AC amplitude: max ≥ 6V
+ Frequency accuracy: ≤ 0.0025%
+ Frequency resolution: ≤0.0025%
- Output potentiostatic:
+ Controlled voltage: max ≥±15V
+ Resolution: ≤ 7.5 nV
+ Accuracy: ≤ ±500µV
+ Compliance voltage: max ≥ ±8V
+ Bandwidth: ≤ DC-10 MHz @ 33 Ω
load
+ Slew rate: max ≥ 10 MV/s
- Output galvanostatic:
+ Controlled current: max ≥ ±3A
+ Current range: from min ≤ ±1 nA to
max ≥ ±3 A
+ Accuracy: ≤0.2%
- Input:
+ Max. input voltage: ≥ 5V
+ Voltage resolution: ≤ 1μV
+ Voltage accuracy: ≤ ±110µV
+ DC current range: max ≥ 300 mA
+ DC current resolution: ≤ 1.5 pA
+ DC current accuracy: ≤ ±0.2%
+ Input impedance: ≥ 100 GΩ
+ Input leakage current: ≤ 10 pA
+ Impedance range:
• Potentiostatic: max ≥ 10 GΩ (low
range)
• Galvanostatic: max ≥ 1 GΩ (low
range)
Power Potentiostats:
- Potentiostatic modes: potentiostatic,
galvanostatic, pseudo-galvanostatic
- Compliance Voltage: max ≥ 20 V
- Maximum Current: ≥ 10 A
- Voltage resolution: ≤ 250 µV
- Current resolution: ≤ 6.25 µA
- Frequency range: max ≥ 200 kHz
- Impedance range: max ≥ 1 kΩ
Controller module
- Channels: 4
- Control voltage range: max ≥ ±4 V
- Control voltage resolution: 16 Bit
(equivalent or better)
Section VII – Schedule of Requirements 161

Software package
Light sources
- Light source: High power LEDs (or
equivalent)
- Monochromator
- Wavelength: from min ≤ 420 nm to max
≥ 660 nm
Photo-Electrochemical Cell 1
- Optical Window Diameter: 20 mm
- Optical Window Material: quartz
- Reference Electrode: Ag/AgCl or
equivalent
- Counter Electrode: Pt coil
Photo-Electrochemical Cell 2
- Optical Window Diameter: 18 mm
- Optical Window Material: quartz
- Reference Electrode: Ag/AgCl or
equivalent
- Counter Electrode: Pt coil
ABS
• Spectrometer with backthinned CCD
(or equivalent)
• tungsten-deuterium light source (220–
1100 nm) (equivalent or better)
Emit
• SEL033 NIST traceable sensor
• Software for integral measurements
IV. Other requirement:
- Desktop computer (Core i7, RAM 8GB,
HDD 500GB, Win10 Home) and 21
inches monitor: 1 set

Vibrating Sample Magnetometer


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
Vibrating Sample III. Technical specification:
82
Magnetometer - Measure the scope of the magnetic
moment: max ≥ 300 emu
- Relative accuracy: ≤ ±1%
- Repeatability: ≤ ±1%
- Stability: ≤ ±1%
Electromagnet:
- The strength: to ≥ 2.0 T
Section VII – Schedule of Requirements 162

Steady Flow Power:


- The rated output voltage: max ≥ 9 KW
Vibration System: includes vibration
head, Vibrating frame, sample room and
the detection coils
Magnetic measurement unit:
- Resolution: ≤ 0.1mT
- Relative accuracy: ≤ ±1%
High temperature furnace and
Temperature Control Device:
- The scope of the furnace temperature:
max ≥ 500ºC
- Resolution: ≤ 0.1 ºC
Low temperature furnace:
- The temperature change of the sample
room: liquid nitrogen temperature to max
≥ 400K
IV. Other requirement:
- Computer (Minimum configuration:
Memory: 2G. Hard disk: 500G. Monitor:
17-inch LCD): 01
- Printer (Monochrome Laser, Print
resolution ≥ 600x600 dpi, print speed ≥
12 ppm): 01
Included:
Chiller for water cooled electromagnet;
English language
Quartz crystal microbalance
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main machine
- Accessories included:
+ Crystal cleaning basket: 1 pc
Quartz crystal
83 + Flow cell: 1 pc
microbalance
+ Replacement crystal oscillator
electronics module: 1 pc
+ Replacement crystal holder: 1 pc
+ Chrome/gold crystals (qty. 10)
+ Titanium/gold crystals (qty. 10)
+ Titanium/platinum crystals (qty. 10)
III. Technical specification:
Frequency Measurement
- Display resolution
Section VII – Schedule of Requirements 163

+ ≤ 1.0 Hz
- Gate time: 0.1 s, 1 s, 10 s, user-
selectable (or equivalent)
- Frequency output: ≥ 5 MHz (or
equivalent)
- Source impedance: 50 Ω (or equivalent)
Resistance Measurement
- Range: max ≥ 5000 Ω
- Resolution:
+ 0.001 Ω for R < 100 Ω
+ 0.01 Ω for 100 Ω ≤ R < 1000 Ω
+ 0.1 Ω for 1000 Ω ≤ R < 5000 Ω
- Conductance output (Vc)
+ Resistance range: max ≥ 5000 Ω
+ Impedance ≥ 1 kΩ
Capacitance Cancellation
- Range: max ≥ 40 pF
- Limit: ≤ 0.01 pF
Quartz Crystals
- Frequency: ≥ 5 MHz
- Diameter: ≥ 1 inch
Analog connectors: BNC or equivalent
Interface: RS-232 or equivalent

8 Channel Battery Analyzer


I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
- Analyze batteries from min ≤ 12 mA to
max ≥ 3000 mA, up to ≥ 5V
- Current:
8 Channel Battery + Range: from min ≤ 12 mA to max ≥
84
Analyzer 3000 mA
+ Accuracy: ≤ ±(0.05% of reading +
0.1% of range)
- Voltage:
+ Range: from min ≤ 0.5 to max ≥ 5V
+ Accuracy: ≤ ±(0.05% of reading +
0.1% of range)
- Data register conditions: Time interval:
max ≥ 900s
- Measurement cycles: max ≥ 9999 cycles
- eight independent programmable
Section VII – Schedule of Requirements 164

channels (equivalent or better)


- Each channel set different working
modes and functions independently
- Programs & Software:
+ calibration function
+ Working modes: constant current
discharge, constant current charge,
constant voltage charge, constant
resistance discharge, rest, cycles
(equivalent or better)
+ Limited threshold conditions: voltage,
current, time, capacity, negative voltage
slope (equivalent or better)
+ real-time monitoring windows and
integrated graph/data windows
- Test Reports and Curves for analysis
+ create different types of curves
+ create data reports
+ compare the performance of the
batteries tested in channels
- two types of battery holders including
spring load holder and alligator clip
IV. Other requirement:
- Laptop computer (minimum
configuration: 4GB RAM 128GB SSD,
Window 10): 01
- Testing software: 01
Potentiostat/galvanostat (ZRA with
integrated impedance analyser)
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
Potentiostat/galvanostat - System Performance
85 (ZRA with integrated + Current compliance : max ≥ ±30mA
impedance analyser) + Maximum output voltage : ≥ ±10V
+ Potentiostat bandwidth : > 3MHz
+ Signal acquisition : Dual channel
16bit ADC, 100,000 samples/s
(equivalent better)
- Potentiostat
+ Applied potential range : max ≥ ±4V
Resolution ≤ 0.02mV
+ Applied potential accuracy : ≤ 0.2%
Section VII – Schedule of Requirements 165

or ≤ 1mV
+ Current ranges : max ≥ ±1A
+ High sensitivity current ranges :
±1pA, ±10pA, ±100pA, ±1nA (or
equivalent)
+ Measured current resolution : min ≤
100aA
+ Measured current accuracy : ≤ 0.2%
- Galvanostat
+ Applied current resolution : ≤
0.00013% of applied current range
+ Applied current accuracy : ≤ 0.2%
+ Potential ranges : max ≥ ±10V
+ Measured potential resolution : min ≤
60 μV
+ Measured potential accuracy : ≤ 0.3%
- Impedance analyser
+ Frequency range : from min ≤ 10µHz
to max ≥ 1MHz
+ Amplitude : max ≥ 1.0V
+ DC offset : 16bit DC offset
subtraction, and 2 DC-decoupling filters
(or equivalent)
+ Dynamic range : max ≥ 10V, and to
max ≥ 30mA
- Electrometer
+ Input impedance : > 1000Gohm //<
8pF
+ Input bias current : ≤ 20pA
+ Bandwidth: ≥ 10 MHz
IV. Other requirement:
Included:
Reference Electrode: Ag/AgCl or
equivalent
Counter Electrode: Pt coil
Digital Oscilloscope
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
86 Digital Oscilloscope II. Configuration requirement:
- Main machine
- Accessories included:
+ Active differential probe (800 MHz
BW): 01
+ 16-channel logic analyzer probe: 01
Section VII – Schedule of Requirements 166

III. Technical specification:


- Analog Bandwidth (50 Ω, -3 dB): ≥ 1
GHz
- Analog Bandwidth (1 MΩ, -3 dB): ≥
500 MHz
- Calculated Rising Time : ≤ 350 ps
- Input/Output Channels
+ ≥ 4 input analog channels
+ ≥ 16 input digital channels
- Sampling Mode: real-time sampling
- Sample Rate of Analog Channel: max ≥
10 GSa/s
- Memory Depth:
+ Analog channel: ≥ 200 Mpts
+ Digital channel: ≥ 62.5 Mpts
- Max. Waveform Capture Rate: ≥
310,000 wfms/s
- Display Resolution: ≥ 1024 × 600
(equivalent or better)

Solar Simulator
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main machine
- Accessories included:
+ Computer (minimum configuration:
Windows 8.1 64, Intel Core i5 Processor,
6GB memory 1TB hard Drive/DVD
Writer Drive) and 21" monitor: 01 set
+ 52mm x 52mm Test Fixture: 01
87 Solar Simulator
- Calibrated Reference Solar Cell: 01
- Spare Lamp 1600W Xe SHORT ARC:
02
III. Technical specification:
Collimation angle: Half angle ≤
±2.0degrees
Spatial uniformity: ≤ ± 2% (Class A -
280mm x 280mm area)
Spectral match: Class A (equivalent or
better)
Temporal stability: ≤ ± 2.0% (Class A)
Xenon Lamp:
- Power: ≥ 1600W
Section VII – Schedule of Requirements 167

- Working distance : 24 in
- Lamp lifetime: ≥1000 hours
- Beam size: ≥ 8 inch x 8 inch
- Ripple: ≤ ± 0.5%
- Line regulation: ≤ ± 0.02%
- Current regulation: ≤ ± 0.5%
I-V Tester
- Source Meter
+ Current: max ≥ ±10A
+ Voltage: max ≥ ± 2.5V
+ Output Power: max ≥ 50W
+ Current and voltage accuracy: ≤
±0.5%
+ A/D and D/A Converter: 18 Bit
resolution provides 4 quadrant
measurements (equivalent or better)
+ The system allows 4-Wire
measurement
- Software

Imaging Spectrometer
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main machine
- EMCCD Camera
- Indium Gallium Arsenide Solid State
Detector
- Light source
- Digital Lock-In Amplifier
- Lens-based sample compartment
88 Imaging Spectrometer
- Solid-sample holder
- Imaging Spectrograph
- Spacer ring
- Optical Chopper
- Housing for DSS detectors with
elliptical mirror
- Resolution array adapter
- Desktop computer
- Software
III. Technical specification:
- Focal length: 550 mm or equivalent
- Aperture: f/6.4 (or equivalent)
- Non-crossed Czerny-Turner asymmetric
Section VII – Schedule of Requirements 168

optics (or equivalent)


- Spectral range: from min ≤ 200 to max ≥
1500nm
- Number of gratings on turret: ≥ 3
- Flat field size: ≥ 30mm x 12mm
- Resolution with Exit slit and PMT: ≤
0.025nm
- Wavelength accuracy: ≤ ±0.20 nm
- Repeatability: ≤ ±0.075 nm
- Spectral dispersion: ≤ 1.34 nm/mm
- Magnification: ≥ 1
- Stray light: ≤ 1x10-5
- Interface: USB or equivalent
- Software
+ capable of control and data
acquisition
+ capable of data analysis and reporting
+ capable of image analysis and display
- Camera
+ Deep thermoelectric cooling: ≤ - 60°C
+ Readout rates up to ≥ 3 MHz
+ Sensor: Front-illuminated (or
equivalent)
+ Active pixels: ≥ 1600 × 200
+ Pixel size: ≤ 16 μm × 16 μm
+ Image area: ≥ 25.6 mm × 3.2 mm
- Indium Gallium Arsenide Solid State
Detector
+ Detector type: 1 mm diameter indium
gallium arsenide photodiode (or
equivalent)
+ Operating temperature: ≤ -90°C
+ Operating wavelength (µm): from min
≤ 1.0 to max ≥ 1.7 µm
- Light source
+ Lamp type: 250 W Tungesten
Halogen (equivalent or better)
+ Reflector: f/4 (or equivalent)
+ Focal distance: 92mm (or equivalent
or better)
- Digital Lock-In Amplifier
+ Frequency range from min ≤ 1 mHz
to max ≥ 102 kHz
+ Phase resolution ≤ 0.01 degree
+ Time constants from min ≤ 10 µs to
max ≥ 30 ks
Section VII – Schedule of Requirements 169

+ Interfaces: GPIB, RS-232 or


equivalent

He-Cd laser
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
- Wavelength (nm) : 325 / 442
- Power (mW): ≥ 30 / 120
- Transverse Mode : TEM multimode
- Polarization : Linear
89 He-Cd laser - Polarization Ratio : ≥ 100:1
- Noise, P-P @30kHz~2MHz (%) : ≤ 15
/ 15
- Beam Diameter 1/e2 (mm) : ≤ 2 / 2
- Beam Divergence (mrad) : ≤ 1.0
- Beam Pointing Stability (μrad) : ≤ ±25
- Power Stability: ≤ ±2.0 %
IV. Other requirement:
- Power supply
- Power meter
laser filter 325/442
Diode laser
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
- Center Wavelength (nm): 784.8 ± 0.5 or
equivalent
- Power: ≥ 500mW
90 Diode laser
- Spectral bandwidth (FWHM): ≤ 100 pm
- Noise, 250Hz - 2MHz (rms): ≤ 0.25 %
- Power stability: ≤ 1%
- Power consumption: ≤ 15 W
- Coupling Efficiency: > 70 %
- Fiber Connector type: FC / PC, Narrow
key or equivalent
- Nominal Numerical Aperture (NA):
0.22
- Fiber type: Multimode
Section VII – Schedule of Requirements 170

- Communication: USB or RS-232


IV. Other requirement:
Raman filter 784.8 nm
Centrifuge
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50/60Hz;
II. Configuration requirement:
- Main centrifuge
- Angle rotor: 1 pc
III. Technical specification:
91 Centrifuge
- Max. speed: ≥ 18000 rpm
- Max. RCF: ≥ 20000 xg
- Max. volume: ≥ 4 x 100 ml
- Speed range: from min ≤ 200 to max ≥
18000 rpm
- Running time: max ≥ 99 min
- Dimensions (w x h x d): 40 cm x 36 cm
x 70 cm
- Temperature range: from min ≤ - 20°C
to max ≥ 40°C

Laboratory equipment
General specifications requirement of
Laboratory table:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
Worktop
- Worktop: 16 mm phenolic or equivalent
- Resistant to some following chemicals:
+ HCL 37%,
92 Laboratory equipment
+ HF 40%,
+ HNO3 65%,
+ Phenol 90%,
+ H3PO4 85%,
+ NH4OH 25%,
+ H2O2 3%,
+ Formaldehyde 37%,
+ H2SO4 98%
Frame:
- epoxy-coated steel or equivalent
Section VII – Schedule of Requirements 171

- Horizontal bar: 40×80×1.4 mm and


30×60×1.2 mm or equivalent
- Vertical bar: 40×80×1.4 mm and
40×40×1.4 mm or equivalent
Drawers
- Accessories for drawers: hinges, damper
wing, 3-storey ball rails
Two-tier tool holder
- Iron pillar with Epoxy coating or
equivalent
- The horizontal plate made of 12 mm
thick tempered glass, with stainless steel
sus 304 rollers or equivalent
Included:
92.1 Central laboratory table
- Size: W3000xD1500xH800mm
- 01 two-storey shelf
Size: W2900xD300xH800mm
- 04 single-storey drawer storage boxes
W450xD500xH700mm
92.2 Laboratory table near the wall
- Size: W1500xD750xH800mm
- 01 single-storey drawer storage box
92.3 Laboratory table near the wall
- Size: W1800xD750xH800mm
- 01 single-storey drawer storage box
92.4 Laboratory table near the wall
- Size: W2100xD750xH800mm
- 02 single-storey drawer storage boxes
(or equivalent)
92.5 Cabinet
- Equipment cabinet size: approximate
W1200xD400xH2000mm
- Equipment cabinet 4 compartments and
made from moisture-resistant MFC wood
or equivalent
- tempered glass doors with 5mm
thickness (or equivalent)
92.6 Desk
- Working bench size: W1400 x D700 x
H750mm.
Section VII – Schedule of Requirements 172

Frame: epoxy coating steel or equivalent


- Material: moisture-resistant MFC wood
or equivalent
- Lower layer is an open wing cabinet
- 2 upper layers is the shelf type
92.7 Working chairs
Dimension: W560 x D590 x H960 mm
Materials: Chrome frame, back is covered
by bearing mesh fabric, chair foam
cushion coated mesh fabric, plastic
armrest cover or equivalent
92.8 Cabinet
- Filing cabinet combine shelves.
Size: W900xD500xH2000mm
- Material: moisture-resistant MFC wood
or equivalent
Cabinet
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
93 Cabinet
III. Technical specification:
- Dimension: W915xD450xH1830mm
Material: powder coating steel cabinet
one compartment, steel frame, 3 mobile
shelves or equivalent

Desktop Computer
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Included:
94 Desktop Computer + Keyboard
+ USB Mouse
+ Monitor
III. Technical specification:
- Processor: Core i7, 2.9GHz, or
equivalent
- Memory: ≥ 16GB
- Storage: ≥ 500GB
Section VII – Schedule of Requirements 173

- Graphic: UHD Graphics 630 or


equivalent
- OS: Microsoft Windows 10 Pro (64-bit)
or equivalent
- Networking:
+ Integrated 10/100/1000M GbE LAN
+ Wi-Fi and Bluetooth
- Ports:
+ HDMI Port
+ USB
+ RJ-45 Network connector
Monitor
+ Display size ≥ 21 inch
+ Resolution: FHD (equivalent or better)
+ Input signal: VGA, Display Port, HDMI

TV 75" + Hanger
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
TV Screen size: ≥ 75 inch
Display type: LCD, LED backlight
(equivalent or better)
95 TV 75" + Hanger Screen resolution: ≥ 3840 x 2160
Connection ability: Wifi, Bluetooth
Connection: HDMI, USB
Included: TV hanger
- Dedicated mount for TVs with screen
size of from at least 65 inches to max ≥
100inches
- Maximum load capacity up to ≥ 80 kg
- Material: made of durable and luxurious
aluminum alloy or powder coated steel

Air conditioner
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
96 Air conditioner
onwards.
II. Configuration requirement:
- Power supply: AC, 1 phase, 230V
(±10V), 50Hz;
Section VII – Schedule of Requirements 174

III. Technical specification:


Cooling capacity: ≥ 12000 BTU/h;
Cooling only wall mounting
R32 refrigerant or better
nano dust filter or equivalent
powerful turbo mode
Includes installation with 10m of pipe

VI AIST2.SAHEP02
3D Confocal Laser Scanning
Microscope
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
1. Main machine (Laser source and
Detector):
1.1 Laser Light
1.2 Laser Light Control
1.3 Scanner
1.4 High Sensitivity Spectral Detector
1.5 Spectral Detector
1.6 System Control
3D Confocal Laser 1.7 Fluorescence Illumination Unit
97
Scanning Microscope 1.8 Transmitted Light Detector Unit
1.9 Software
2. Microscope
2.1 Microscope frame
2.2 Transmitted light illuminator
2.3 Observation tube
2.4 Stage
2.5 Condenser
2.6 Fluorescence mirror turret
2.7 Fluorescence light source
2.8 Focus compensator
2.9 Optical system: Objective
3. Uninterruptible power supply (UPS)
4. Dehumidifier: 2 pcs
5. Anti-vibration plate
III. Technical specification:
97.1 Laser source and Detector
97.1.1 Laser Light (Violet/Visible Light
Laser):
Section VII – Schedule of Requirements 175

- 405 nm: 50 mW, 488 nm: 20 mW, 561


nm: 20 mW, 640 nm: 40 mW (or
equivalent)
97.1.2 Laser Light Control:
- Main laser combiner with implemented
AOTF system (or equivalent)
97.1.3 Scanner:
- Scanning Method:
+ 2 silver-coated galvanometer
scanning mirrors
+ 1 silver-coated resonant and 1 silver-
coated galvanometer scanning mirrors
- Galvanometer Scanner (Normal
Imaging):
+ Scanning Resolution: from min ≤
64×64 pixels to max ≥ 4096 × 4096 pixels
+ Scanning Speed (One Way): 512 ×
512 from min ≤ 1.1 s to max ≥ 264 s
+ Scanning Speed (Round Trip): 512 ×
512 from min ≤ 63 ms to max ≥ 250 ms
(or equivalent)
+ Optical Zoom: max ≥ 50x
+ Scan Rotation: Free rotation (360
degree)
+ Scanning Mode (≥ 12 modes): PT,
XT, XZ, XY, XZT, XYT, XYZ, XYλ,
XYZT, XYλT, XYλZ, XYλZT (or
equivalent)
+ ROI Scanning, rectangle clip, ellipse,
polygon, free area, line, free line and
point, tornado mode only for stimulation
(or equivalent)
- Resonant Scanner (High-Speed
Imaging):
+ Scanning Resolution: from min ≤ 512
× 32 pixels to max ≥ 512 × 512 pixels
+ Scanning Speed: ≥ 8 fps at 512 × 512;
≥ 100 fps at 512 × 32
+ Optical Zoom: max ≥ 8X
+ Scanning Mode (≥ 11 modes): XT,
XZ, XY, XZT, XYT, XYZ, XYλ,
XYZT,XYλT, XYZ, XYλZT (or
equivalent)
+ ROI Scanning, Rectangle Clip, Line
(or equivalent)
- Single motorized pinhole: diameter
Section VII – Schedule of Requirements 176

from min ≤ 50 μm to max ≥ 800 μm


- Field Number (FN): ≥ 18
97.1.4 High Sensitivity Spectral Detector:
- Detector Module: Cooled GaAsP
photomultiplier, ≥ 2 channels
- Dichromatic Mirror Turret: ≥ 8 positions
97.1.5 Spectral Detector:
- Detector Module: Multi-Alkali
photomultiplier, ≥ 2 channels
- Dichromatic Mirror Turret: ≥ 8
positions
97.1.6 System Control:
- Control Unit: OS: Windows 7 (or
higher)
- Display: ≥ 30 inch (2560 x 1600 or
higher resolution)
97.1.7 Fluorescence Illumination Unit:
- External fluorescence light source
97.1.8 Transmitted Light Detector Unit:
- Transmitted light photomultiplier
detector (or equivalent)
97.1.9 Software:
- Basic Features:
+ GUI designed for darkroom
environment.
+ Acquisition parameter reload features
- 2D Image Display
- 3D Visualization and Observation:
+ Interactive volume rendering:
volume rendering display, projection
display, animation display (or equivalent).
+ 3D animation
- Image Format:
+ OIR image format
+ 8/16-bit gray scale/index color, 24/
32/48-bit color, JPEG/ BMP/ TIFF image
functions
- Spectral Unmixing
- Image Analysis
- Statistical Processing
97.2 Microscope
97.2.1 Microscope frame:
- Revolving nosepiece: Motorized
sextuple revolving nosepiece
- Focus:
Section VII – Schedule of Requirements 177

+ Stroke: max ≥ 10 mm
+ Minimum increment: ≤ 0.01 μm
+ Maximum nosepiece movement
speed: ≥3 mm/s
97.2.2 Transmitted light illuminator:
- Pillar tilt mechanism (or equivalent)
- Condenser holder: max ≥ 66 mm stroke,
refocusing mechanism (or equivalent)
- ≥ 4 filter holders
- Light source: 12V 100 W halogen bulb;
High color reproductive LED light source
(or equivalent)
97.2.3 Observation tube:
- Widefield (FN 22): Widefield tilting
binocular (or equivalent)
97.2.4 Stage:
- Mechanical stage : Stage stroke: X max
≥ 110 mm , Y max ≥ 36 mm
97.2.5 Condenser
- Motorized long working distance
condenser: W.D. 27 mm, NA 0.55,
motorized turret with ≥ 7 position,
motorized aperture and polarizer (or
equivalent)
97.2.6 Fluorescence mirror turret:
- Motorized turret with ≥ 8 positions
97.2.7 Fluorescence light source
- 130 W Hg light guide illumination (or
equivalent)
97.2.8 Focus compensator
- Z drift compensator
97.2.9 Optical system: Objective
included:
- 1.25X (NA: 0.04, W.D: 5 mm) (or
equivalent)
- 10X2 (NA: 0.40, WD: 3.1 mm) (or
equivalent)
- 20X (NA: 0.75, WD: 0.6 mm) (or
equivalent)
- 40X (NA: 0.95, WD: 0.18 mm(or
equivalent)
- UPLSAPO 60XO (NA: 1.35, WD: 0.15
mm) (or equivalent)
Bio Clean Bench Class II
Bio Clean Bench Class
98 I. General requirement:
II
- Equipment is a completely new product.
Section VII – Schedule of Requirements 178

Products are manufactured in 2020


onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main cabinet
- UV lamp
- Fluorescent lamp
- Support stand
- Electrical Outlet: 02 pcs
- Water pump: 02 sets
III. Technical specification:
- External Dimensions (W x D x H) mm:
≥ 1300 x 750 x 1400 mm
- Internal Dimensions (W x D x H) mm: ≥
1200 x 500 x 650 mm
- Tested Opening: ≤ 330 mm
- Average Inflow Velocity: ≥ 0.53 m/s
- Average Downflow Velocity: ≥ 0.28 m/s
- Airflow Volume:
+ Inflow: ≥ 460 m3/h
+ Downflow: ≥ 680 m3/h
+ Exhaust: ≥ 390 m3/h
- ULPA (or equivalent) Filter Typical
Efficiency:
+ ≥ 99.999% at 0.1-0.3 micron (or
equivalent)
- Fluorescent Lamp: max ≥ 1700 lux
- Cabinet Construction: stainless steel (or
equivalent)
CO2 Incubators
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50Hz.
II. Configuration requirement: None
99 CO2 Incubators
III. Technical specification:
- Filter: ULPA or equivalent
- Temp. Control Method: PID (equivalent
or better)
- Temp. Range: Amb. +3 to max ≥ 50 °C
- Temp. Uniformity: ≤ ± 0.3°C
- CO2 Control Method: PID (equivalent
or better)
Section VII – Schedule of Requirements 179

- CO2 Range: 0 to max ≥ 20%


- CO2 Sensor: IR sensor (equivalent or
better)
- Humidification Method: Humidity pan
(equivalent or better)
- Humidity Range: Up to ≥ 95%
- Interior Volume: ≥ 150 L
- Number of Shelves: max ≥ 4
- Max. Load per Shelf: ≥ 10 kg/shelf
Refrigerated (Microcentrifuge)
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main machine
- Swing-bucket rotor 4 x 250 mL
- Adapter for 15 mL conical tube,
Capacity per bucket/rotor 8/32: 2 pcs
- Adapter for 50 mL conical tube,
Capacity per bucket/rotor: 4/16: 2 pcs
- Angle Rotor
- Adapter for 5.0 mL tube, Capacity per
Refrigerated
100 adapter/rotor 1/6: 2 pcs
(Microcentrifuge)
- Adapter for 15 mL conical tube,
Capacity per adapter/rotor 1/6: 2 pcs
- Adapter for 50 mL conical tube,
Capacity per adapter/rotor 1/6: 2 pcs
III. Technical specification:
- Max. rcf:
+ Fixed-angle rotor: ≥ 20000 × g
+ Swing-bucket rotor: ≥ 3000 × g
- Speed: max ≥ 11000 rpm
- Max. capacity: 4 × 250 mL (or
equivalent)
- Accel./Braking ramps: ≥10/10
- Programs: ≥ 35
- Timer: max ≥ 99 min
- Temperature control range: from min ≤
−9 °C to max ≥ 40 °C
Autoclave
101 Autoclave I. General requirement:
- Equipment is a completely new product.
Section VII – Schedule of Requirements 180

Products are manufactured in 2020


onwards.
- Power supply: AC, 1 phase 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main machine
- Accessories:
+ Stainless wire basket: Ø 380 x 400 mm
2 pcs
+ Exhaust bottle: 1 bottle
III. Technical specification:
- Chamber size: ≥ Ø 350 x 650 mm
- Capacity: ≥ 80 L
- Usable temperature: max ≥ 135°C
- Usable pressure: max ≥ 0.25 MPa
- Usable time:
+ max ≥ 99 mins
- Controller:
+ Microprocessor controller, graphic
display (or equivalent)
+ Temperature: PID control (or
equivalent)
Biological optical Microscope
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main microscope body with light source
- Condenser
- Eye piece
- Objective lenses with various NA from
≤ 0.06 to ≥ 0.55: 5 pcs
III. Technical specification:
102 Culture Microscope
- Set model: Bright field, Phase Contrast
Standard (equivalent or better)
- Infinity-corrected optical system
(equivalent or better)
- Focus:
+ Revolving nosepiece vertical
movement system using the coarse and
fine focusing knobs.
+ Stroke: ≥ 9 mm
+ Stroke per rotation : ≥ 5 mm (Coarse),
≤ 0.2 mm (Fine).
- Stage:
Section VII – Schedule of Requirements 181

+ Plain stage: ≥ 200 mm x 252 mm


+ Mechanical stage: XY coaxial knob;
Stage stroke: X ≥ 110 mm, Y ≥ 73 mm.
- Illumination system:
+ Light source: 4000K color temperature
LED light source (or equivalent)
- Condenser:
+ Maximum numerical aperture: ≥ 0.3
- Observation tube:
+ Trinocular tube, inclined ≥ 45 degrees
(or equivalent)
+ Interpupillary distance from min ≤ 50
to max ≥75mm
- Eyepiece:
+ Magnification: 10X (equivalent or
better)
Microplate reader
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
- Main ELISA reader instrument
- 01 Computer
III. Technical specification:
- Optical measurement range: 0 to max ≥
4.0 Abs
- Photometric accuracy: ≤ ± 1%
- Light source: Halogen lamp source
(equivalent or better)
103 Microplate reader - Wavelengths:
+ Standard: from min ≤ 405 to max ≥
630 nm
+ Minimum 5 filters: 405, 450, 492, 545,
and 630 nm
- Vessel: Standard 96-well microwell
plates (or strip trays)
- USB Port
- Speed: Reads absorbances of 96 wells :
≤ 12 s
- Desktop computer/ Laptop:
Processor: Intel Core i5 (equivalent or
better)
Memory: ≥ 8GB
Storage: ≥ 256GB SSD
Section VII – Schedule of Requirements 182

Display: ≥ 15.6" FHD


OS: Window 10 (or better)
Deion water generator machine
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement:
1. Main water purification system
2. Accessories:
- 01 RO/pretreatment cartridge
- 01 Ultrapure polisher cartridge
- 01 Sterile 0.2 µm filter
- 01 Pressure Regulator
- 01 UV lamp
Deion water generator - 01 UF filter
104
machine - 01 RO pre-filter KT-ERO80 (or
equivalent)
III. Technical specification:
Type 1 Water:
- Resistivity at 25°C: ≥ 18.2 MΩ.cm
- Conductivity: ≤ 0.055 µS/cm
- Bacterial content: ≤ 0.01 CFU/ml
- Particles: ≤1 µm/mL
- Endotoxines: ≤0.001 EU/ml
- Flow Rate: Up to ≥ 1 L/min
Type 2 Water:
- Pure water production: ≥ 10 L/h
- Resistivity: ≥ 10 MΩ.cm
- Conductivity: ≤ 0.1 µS/cm
Chemical Fume Hoods
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power Supply: AC, 1 phase, 230V
(±10V), 50Hz.
105 Chemical Fume Hoods II. Configuration requirement:
- Main ductless fume hoods
- Filters
- Support stand
- Fluorescent Lamp
- Panel Mounted Electrical Outlet
III. Technical specification:
- Nominal Size: ≥ 1.1 meter
Section VII – Schedule of Requirements 183

- Filtration Elements:
+ Pre-filter: non-washable polyester fibre
(equivalent or better)
+ Main filter: Activated Carbon
+ Back-up Filter: HEPA filter
- Microprocessor Controller.
- Inflow Air Velocity: ≥ 0.40 m/s
- Fluorescent Light Intensity: ≥ 800 Lux
Benchtop Refrigerated
Microcentrifuges
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power Supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement:
- Main machine
Benchtop Refrigerated - 45° Angle rotor 24 x 1,5/2,0 ml
106
Microcentrifuges III. Technical specification:
- LCD display (or equivalent)
- Motor driven lid lock
- max. Speed: ≥ 15000 rpm
- max. RCF: ≥ 20000 xg
- max. volume: 44 x 1,5 / 2,0 ml (or
equivalent)
- Temperature range: from min ≤ -10°C to
max ≥ 40°C
- Running time:
+ max ≥ 99h
Semi-Microbalances
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
107 Semi-Microbalances
III. Technical specification:
- Maximum capacity: ≥ 220 g
- Readability: ≤ 0.1 mg
- Repeatability: ≤ 0.1 mg
- Linearity deviation: ≤ 0.2 mg
- Settling time: ≤ 3.5s
Ultralow temperature freezers
Ultralow temperature
108 I. General requirement:
freezers
- Equipment is a completely new product.
Section VII – Schedule of Requirements 184

Products are manufactured in 2020


onwards.
- Power Supply: AC, 1 phase, 230V
(±10V), 50Hz.
II. Configuration requirement: None
III. Technical specification:
- Lowest temperature: ≤ -86 ºC
- Capacity (L): ≥ 330
- Insulation: ≥ 80 mm
- Probe type: PT1000 (or equivalent)
- Alarm functions
+ Power failure alarm
+ Adjustable high / low temperature
alarm
+ Open door alarm
- Data logging and external connection:
+ RS 485 port
+ USB
- Fixed shelves: ≥ 3 pcs
- Max. load per shelf: ≥ 30 kg
Laboratory table
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
II. Configuration requirement: None
III. Technical specification:
– Standard size: approx.
W3000xD1500xH700 mm
– Table top: Chemical resistant Phenolic
109 Laboratory table laminate material (or equivalent),
thickness: approx. 19 mm
– Frame: steel box, epoxy powder coated
– Table top stand: steel box, epoxy
powder coated;
– Drawers made of moisture-proof
materials;
– Power socket: Double or triple power
sockets have shock-proof attomats and are
hidden in the body of the box.
– Sink: Chemical resistant PP material.
Section VII – Schedule of Requirements 185

Liquid Nitrogen Store Tank for cell


preseration
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
Liquid Nitrogen Store II. Configuration requirement:
110 Tank for cell - Main storage system
preseration - Protective jacket
III. Technical specification:
- No. of Canister: ≥ 6
- Volume of LN2: ≥ 34 L
- Opening Diameter: ≥ 8 mm
IV. Other requirement:
- Protective jacket.
VII AIST2.SAHEP01
Multi-purpose X-Ray Diffraction
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power Supply: AC, 1 phase 230V
(±10V) or 3 phases 400V (±5%), 50Hz.
II. Configuration requirement:
- Response: Technical Specifications in
part III
III. Specifications:
- Suitable for a wide range of
investigations in material science and
crystallography like phase analysis of
Multi-purpose X-Ray
111 powders and thin films, reflectometry
Diffraction
measurements and structure solutions
with transmission samples, samples in
capillaries and reflection samples using
pure monochromatic Kα1-radiation
- A system which combines the two most
common powder diffractometer
configurations including:
+ Transmission / Debye Scherrer
+ Bragg-Brentano geometry
- System cabinet: Radiation protection
hood with interlocks
+ With sliding doors (safety glass) on 3
sides of the radiation protection hood and
interlocks.
Section VII – Schedule of Requirements 186

+ Enables a complete view of the system


during operation
+ Worktop of stone.
+ Including Accessory drawer,
Emergency stop, Water connectors with
water filters, Water hoses, Power junction
box
- Vertical goniometer
+ Capable to realize 3 different powder
configurations (transmission mode,
reflection mode and high-flux micro-
diffraction mode) within minutes.
+ Independently driven ω and 2θ circles.
+ All configurations working with pure
monochromatic Kα1-radiation.
+ Electro-optical encoders.
+ For transmission and capillary
measurements in a convergent beam
+ Reflection measurements in a divergent
beam with strictly monochromatic Kα1-
radiation
+ Minimum step size ≤0.001°,
reproducibility ≤0.0005°, 2theta range:
from ≤0° to ≥130°
+ Radius of measuring circle: ≤140mm to
≥550mm (depending on selected
configuration)
+ Radius of focusing circle: ≤80 mm or
≥160 mm depending on selected
geometry
+ The diffractometer is equipped with 2
stepping motors, 2 electro/optical
encoders; 1 entrance collimator assembly
with 2 short collimators, 2 long
collimators, 1 medium collimator, 1 point
collimator, 3 vertical divergent slits, 1
beam stop, 1 detector mounting stage; 2
evacuable and 1 short beam guide.
- X-ray tube housing: Vertical (using the
line focus of the X-ray tube)
+ With adjustment mounted on a base
plate with two guide rods for selecting the
measuring positions,
+ With shutter (computer controlled)
with X-ray warning light
- Incident beam monochromator
Section VII – Schedule of Requirements 187

assembly
+ With asymmetric curved Germanium
crystal monochromator for Cu- or Co
radiation
+ Step motor controlled monochromator
adjustment
+ For the incident beam monochromator
assembly of above diffractometer
+ Including step motor controller for
automated optimisation of the intensity
- CCD Video microscope
+ With Macro CCD lens and holder
+ Video CCD microscope with sample
image displayed on the computer monitor
for fast alignment and observation
- Rotating sample holder for transmission
mode
+ with 6 transmission sample inserts, 1
box with Acetate foils, 1 stand (for
storage of the sample holder), 1 sample
preparation aid, 1 bottle of glue,
+ 1 Silicon standard sample (in sample
insert) Si;
+ Sample offset resulting from different
sample thickness can be compensated by
a micrometer screw.
- Rotating sample holder for capillaries
(Debye Scherrer)
- With adjustable goniometer head and
motor for permanent sample spinning, 5
capillary sample carriers, 1 box with 25
capillaries, 1 stand (for storage of the
sample holder), goniometer head
adjusting key, steel needle, alignment pin,
wax, Silicon standard sample (in
capillary);
- Sample holder for reflection mode
(automatic ≥ 12 samples)
+ Measure solid samples, with motor for
permanent sample spinning, with 5
reflexion sample inserts, 2 alignment aids,
1 stand (for storage of the sample holder),
1 Silicon standard sample (on sample
insert);
+ Easy height adjustment for bulk
samples with different thickness (≥ 20
Section VII – Schedule of Requirements 188

mm)
- Reflectometry sample holder
+ Reflectometry experiments to
determine film
thickness, composition and interface
roughness
+ Standard powder diffractometry
+ Grazing incidence experiments for
phase
analysis of thin films
+ Reference blade for reproducible
height
adjustment
+ Micrometer-controlled sample
alignment with
digital sample position display
+ Reference blade serves as collimator in
reflectometry measurements
+ Manual tilt correction possible
+ Sample spinning for wide-angle X-ray
diffraction
- Control electronics
+ 19" rack with power supply and boards
+ Necessary cables to run the
diffractometer together with the PC
+ 1 motor amplifier for monochromator
adjustment
+ 1 fluorescence screens
+ 1 set of keys
+ 1 set of tools
+ 1 set of spare parts
- X-ray generator:
+ Continuous Power: ≥3500 W max
+ Tube current: 0 to ≥80 mA
continuously adjustable
+ Voltage: ≤10 - ≥60 kV continuously
adjustable
+ Stability (current and voltage):
≤0.01% at ≥+/- 10 % max. mains
fluctuation
+ Mains voltage: 230 V /50Hz, single
phase
+ Control via software or manual
+ 1 High voltage cable
- Long fine focus X-ray tube (ceramic):
+ Cu Target, standard ceramic sealed
Section VII – Schedule of Requirements 189

tube
+ Focal spot size: ≤0.4 x ≤12 mm
+ Power: ≥2200 W
+ Water cooling
- Detector
+ Linear one-dimensional 1D Silicon
micro-strip detector
+ Number of channels: ≥640
+ Active area: ≥8 x ≥32 mm²
+ Aperture: standard 2θ angular range
covered by the detector window is ≤9° 2θ
+ Counting rate: ≥2 x 105 per strip
+ Short read-out time ≤0.089
milliseconds.
- Computer (industrial grade) for control
of the instrument and processing of the
data with
+ Flatcreen colour monitor TFT-LCD
≥22"
- Software: Menu-driven, network-
compatible software package for
diffractometer control, data collection and
data evaluation, running under Microsoft
Windows®, having the following
features:
+ Diffractometer Control and Data
Collection: versatile data collection
program for all powder diffractometer
including alignment checks. Free choice
of measuring parameters for different
detectors and attachments.
+ Instrument Parameters: configuration
of the available hardware.
+ Calibration: position sensitive
detectors; calibration of peak positions
+ Graphical presentation of measured
data sets, highly versatile configuration,
with interactive peak search, background
subtraction and data smoothing.
+ 3D presentation of measured data set,
like temperature scans.
+ Tools for modification and conversion
of measured data, import and export from
and to other data formats (like ASCII ),
Kα2-stripping, adding, subtracting and
dividing of data sets.
Section VII – Schedule of Requirements 190

+ Evaluation as peak-search, profile


fitting, indexing and determination of
exctinction symbols of powder data.
+ Profile analysis, splitting of
overlapped peaks
+ Calibration of peak positions
+ Indexing of powder data. Implemented
indexing algorithms from Visser, Werner
and Louër and lattice constants
refinement with respect to space group
extinctions.
+ Generation of powder patterns from
single crystal data (CIF-data)
+ Calculation of the crystallinity index of
partly crystalline samples.
+ Retrain Austenit analysis
+ Particle size and micro-strain analysis,
single and multi-line analyses
+ Software for CCD microscope
+ Layer program: for Evaluation and
simulation of reflectometrie datasets.
Characterisation of multilayer systems
and refinement (Levenberg / Marquard
Algorithm) of sample properties like
thickness, density and interface
roughness. Automatic correction of filter
factor and counter dead time.
+ Search / Match: ICCD Powder
diffraction file data base (PDF2 / PDF4)
and Crystallography Open Database
(COD) phase analyses
Accessories (mandatory)
- Closed water cooling system
+ Cooling power: 6800W
- Uninterruptible Power Supply (UPS):
9kW, 3 phases, 380V, 50Hz 15 min half
max. power
- Long fine focus X-ray tube (ceramic):
Cu target
- Preparing tool of the small amount
samples
- Installation and training at site
(included):
+ Fault repairs
+ Replace the X-ray tubes
- Warranty:
Section VII – Schedule of Requirements 191

+ For the X-ray tube the warranty is 1


year or at least 2400 hours of operation,
whichever comes first (with Certificate of
Manufacturer)
+ Atleast 12 months from date of
installation.
Raman-AFM and nanoRaman
spectroscopy
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Power Supply: AC, 1 phase 230V
(±10V) or 3 phases 400V (±5%), 50Hz.
II. Configuration requirement:
- Response: Technical Specifications part
III
III. Specifications:
- Full range of SPM modes and
simultaneous spectroscopy.
- Fully automated Raman-AFM platform:
including laser and grating selection,
cantilever alignment end probe on sample
repositioning.
- Drift compensated sample scanner with
Raman-AFM and
high resonance frequency.
112 nanoRaman
- Integrated Software.
spectroscopy
- No compromise on optical and atomic
force microscopy options.
- Scanner and Base
+ Sample scanning range: ≥ 85 μm x ≥
85 μm x ≥ 15 μm (±10 %)
+ Noise: ≤0.1 nm RMS in XY dimension
in 200 Hz bandwidth with capacitance
sensors on
+ Noise: ≤0.02 nm RMS in XY
dimension in 100 Hz bandwidth with
capacitance sensors off
+ Noise: ≤ 0.04 nm RMS Z capacitance
sensor in 1000 Hz bandwidth
- Ultra Fast simultaneous SPM and
Raman measurements and 3D imaging.
- Fully Motorized System from lasers to
detectors.
- Achromatic spectrometer designed to
cover ≤200 to ≥2100nm spectral range.
Section VII – Schedule of Requirements 192

- High Resolution Raman spectrometer


based on 800mm focal length
spectrograph.
- A scanning Czerny-Turner spectrograph
with ≥2 interchangeable gratings on a
motorized computer controlled turret
- Up to ≥4 automated and directly
coupled integrated lasers (no fiber
coupling)
- A high quality upright confocal
microscope, with optional visualization
options (binocular, polarization, phase
contrast, DIC, bright and dark field,
epifluorescence...)
- Optional 3D mapping and piezo stages,
heating/cooling and anvil cells, multi-
well plate reader, liquid sample and
various other accessories
- Auto-exposure, auto-focus, automatic
fluorescence correction for unsurpassed
ease-of-use
- Scanning Probe Microscope covering
the following modes
+ Contact AFM in air/(liquid optional)
+ Semicontact AFM in air
+ True Non-contact AFM;
+ Phase Imaging;
+ Lateral Force Microscopy (LFM);
+ Force Modulation;
+ Magnetic Force Microscopy (MFM);
+ Nanomanipulation
+ Kelvin Probe (Surface Potential
Microscopy);
+ Capacitance and Electric Force
Microscopy (EFM);
+ Force curve measurements;
+ Piezo Response Force Microscopy
(PFM)
- Spectroscopy Modes
+ Confocal Raman, Fluorescence and
Photoluminescence imaging and
spectroscopy
+ Tip-Enhanced Fluorescence (TEFS)
+ Tip-Enhanced Raman Spectroscopy
(TERS) in AFM, STM, and shear force
modes
Section VII – Schedule of Requirements 193

- Spectrometer: Wavelength range ≤50


cm-1 to ≥4000 cm-1
- AFM registration laser does not
interfere with Raman excitation laser;
- Direct Raman access from side and top
de-coupled from AFM laser path (the
AFM laser diode doesn’t go through the
Raman objective)
- Full automatic cantilever adjustment
with the tip return to Raman focus point;
- Vibration stability, Acoustic stability,
Fast scanner with high resonant
frequencies, Top mode;
- Fast TERS alignment
- Fast sample replacement;
- Free top, side optical access;
- Sub-nanometer piezo positioning of
Top and side Raman objectives;
- The raman system is integrated
platform High Resolution Confocal
Raman Microscope (CRM) and Scanning
Probe Microscope (SPM) hyphenated
System featuring:
+ Full performance SPM and CRM
capabilities
+ Top/side optical access for external
laser illumination:
+ Top optical access with objective lens
up to ≥100x 0.7NA for co-localized
optical measurements
+ Simultaneous optical access for top
objective (≥10x 0.28NA included) and
side objective (≥50x 0.55NA included, or
≥100x 0.7NA objective with special
sample holder included).
+ Low vibration-sensitive setup with
short Raman laser-to-tip optical pathway
+ High speed flexure based closed loop
SPM XYZ scanner with 85x85x15 micron
scan range
+ Motorized XY navigation stage
5x5mm on SPM platform
+ Z motorized approach system with
30mm range
+ Registration AFM system noise less
than 0.1 nm.
Section VII – Schedule of Requirements 194

+ Fully automated AFM feedback laser


alignment and AFM photodiode sensor
alignment, bringing hands-free operation
+ Fully automated cantilever re-
alignment after tip exchange
+ Piezo driven closed-loop Raman Laser-
to-tip fine alignment (with optional
objective scanner package, included)
+ ≥800mm Czerny-Turner flat field
spectrograph gives unparralleled spectral
resolution (typical ≤1,2cm⁻¹ FWHM in
DUV 266nm and ≤0,3cm⁻¹ FWHM in
Visible 514nm)
+ Fully integrated high throughput Open
space Microscope with white light
illuminators for Koelher illumination in
reflexion ≥100W
+ Achromatic mirror based design for
ultrawide spectral range optimized
performance from ≤200 up to ≥2100nm
+ With ≥9 motorized ND filters for
precise power control
+ Low cut-off capability (≤50cm⁻¹
standard, down to ≤5cm⁻¹ with optional
high throughput ULF filters)
+ Infrared ≤1300nm AFM feedback
laser, allowing interference-free operation
with all spectroscopy lasers in the visible-
NIR range (532 and 663nm) using a
spectrometer with silicon CCD detector.
+ Motorized dual grating turret with
unlimited number of user-exchangeable
gratings
+ Integrated USB colour ≥3Mpix camera
for simultaneously visualising the sample
and laser spot
+ High sensitivity CCD detector: from
≤200 nm to ≥1000nm, ≥1024x256 pixels,
enhanced QE Open Electrode CCD chip,
TE air cooled, USB2 interface.
+ Detector ≤1000nm to ≥1550nm
+ Up to ≤3 fully motorized multichannel
detectors
+ Including external lasers: 532nm
(≥100mW) and 633nm (≥100mW)
+ 532 nm laser kit including air cooled
Section VII – Schedule of Requirements 195

frequency doubled Nd:Yag laser (532 nm


/ ≥100 mW)., Edge and bandpass filters
set at 532 nm for measurements from ≤50
cm⁻¹, motorized optics for commuting
fully controlled software, one level
external back platform supplied with
necessary coupling optics to spectrograph
+ 633 nm laser kit including Air cooled
intra cavity regulated laser point source
diode for maximal confocal performance
(633 nm / ≥100 mW)., Edge and bandpass
filters set at 633 nm for measurements
from ≤50 cm⁻¹, motorized optics for
commuting fully controlled software, one
level external back platform supplied with
necessary coupling optics to spectrograph
- Including Micro PL measurements up
to ≥1600 nm and macro measurements up
to 2200 nm, including the necessary
filters, beam splitters, holders
- XY motorised stage (X ≥75 mm - Y
≥50 mm), step size ≤0.1 µm with
including the necessary accessories
- Micrometric motorised Z stage: the
maximum distance of movement depends
on the objective working distance. The
minimum step size is ≤0.5 micron
- Computer and Software
+ Instrument control, Data acquisition
and image processing software (Windows
version)
+ Software permitting the creation of
spectra libraries and the search of spectra
for identification. Data bases developed
by manufacturer on forensics (pigments,
polymers and organic, inorganic and
pharmaceutical compounds) and on
minerals are included
Preparing tool of the samples
(mandatory):
+ AFM Probe Oven chamber (~≥20
Liters) and Tube oven: dia. ≥30mm x
heating length ≥30cm, Temp. ≥1100°C
+ Vacuum Degassing chamber for AFM
probe (≥4 shelves) with vacuum pump
+ Probes: ≥15 AFM Tips for non-contact
Section VII – Schedule of Requirements 196

and tapping mode, backside coating


+ Probes: ≥10 AFM tips for co-localized
measurements, non-contact (ACCESS
tip), backside coating
+ TERS Probes: Set of ≥6 probes for
AFM TERS, silver
+ Set of test samples (AFM molecular
resolution and electrical modes; TERS
nanoresolution)
- Low Frequency Vibration Isolation
Table
+ air compressor
+ size ~ ≥1.5 m x ~ ≥2 m
+ Breadboard Thickness: ≥100mm -
≤110mm
+ Mounting Hole Grid: 25 mm grid
+ Automatic leveling
- Uninterruptible Power Supply (UPS):
≥8kW, ≥15 min half max. power
- Installation and training at site
(included):
+ Fault repairs
+ Replace the lasers and Tip
- Warranty: ≥01 years for full parts
X-Ray Analytical Microscope
I. General requirement:
- Equipment is a completely new product.
Products are manufactured in 2020
onwards.
- Response: Technical Specifications part
III
III. Specifications:
- Principle: Energy dispersive X-ray
fluorescence
X-Ray Analytical
113 - Element range: ≤Na (11) ~ ≥U (92)
Microscope
- Largest sample size (W x D x H): ≥100
x ≥100 x ≥40 mm
- Stage movable range (W x D x H):
≥100 x ≥100 x ≥20 mm
- Optical image: Whole/detailed area
- Direction of optical observation and X-
ray beam: Coaxial
X-ray Tube:
- Tube voltage: 15 kV, 30 kV, 50 kV
- Tube current: ≥ Max 1 mA
Section VII – Schedule of Requirements 197

- Target material: Rh
X-ray optics: Maximum No. of
capillaries: ≥03. Standard quantity
supplied is ≥02:
- High Spatial Resolution Coaxial Probe:
≤10um Probe. Excellent for ≤20um
Single Spot Analysis or small area
mapping
- Bulk Analysis Coaxial Probe: ≥1.2mm
Probe. Excellent for large spot analysis
- Coaxial Probe: ≤100um Probe.
Excellent for sub-mm spot and area
mapping
Detector:
- X-ray Fluorescence detector: LN2 Free
detector (SDD)
- Transmission X-ray detector
Mapping:
- Mapping range: ≥100 x ≥100 mm
(max)
- Pixel numbers: 4 types, switchable
Optical camera (for detailed observation):
- Observation range: ≥2.5 x ≥2.5 mm
- Optical resolution: ≤10 μ m
- Working distance: Variable between ≤1
- ≥10 mm
- Illumination: Around, coaxial,
transmitted
Function for Analysis
Qualitative Analysis (Spectrum
Measurement)
- Vertical Axis Scale: ≥40.96keV
(10eV/ch)
- KLM Marker: Switchable between
linear scale or log scale
- Peak Label: Characteristic X-ray Peak
- Automatic Qualitative Analysis:
Element symbols are displayed in the
spectrum
- Multi-point Analysis: Peak search and
elemental identification Pre-set several
points to examine looking from whole or
detailed image
- Saving and loading Spectrum: which
are analyzed automatically succeedingly
Spectrum or qualitative data is saved and
Section VII – Schedule of Requirements 198

loaded from the HD


Quantitative Analysis
- Fundamental Parameter Method (FPM):
Standard FPM (standard-less analysis) or
with one point calibration
- Calibration Curve: Linear, quadratic
and multiple regression curve
Mapping Analysis
- Mapping area: ≥100mm x ≥100mm
stage
Square or rectangle vertically shorten to
1/2, 1/4, 1/8 and 1/16, ≥256μm X
≥256μm~≥100mm x ≥100mm
- Trasmission X-ray mapping: 1 image
- Image Display: Scale marker, cursor
images, contrast adjustment
- Image processing: Pseudo-Color, RGB
composition and image line analysis
- Spectral Map: Elements of your choice
can be specified even after the mapping is
done Re-construction spectrum by
specified area of mapping image
- Mapping position can be specified by
optical image (whole image/ detailed
image)
- Stage can be moved to the specified
position by cursor
- Mapping position is specified by
element image or transmission image
Probes included
- High Spatial Resolution Coaxial Probe:
≤10um Probe. Excellent for ≤20um
Single Spot Analysis or small area
mapping
- Coaxial Probe: ≥100um Probe.
Excellent for sub-mm spot and area
mapping
Installation, training at end user's site
(included)
+ Included: Installation, testing, operate
training
+ Fault repairs
- Power: 220 V, 1 phase, 50 Hz
- PC unit (Computer)
・Processor: Intel Core i7 or i9 or Gold
or Silver
Section VII – Schedule of Requirements 199

・Memory: ≥16 GB
・Hard Drive: ≥SSD500 GB
・OS: Windows 10 64bit English
- Display unit: ≥19 inches

Note:

- Documents of origin and quality of goods are specifically required in


section IX - Special Conditions of Contract, subsection GCC13.1.

- End-user training will be conducted for their proficient use of equipment.


- Transportation, installation, user training, acceptance check will be
conducted to/at the users’ institutions.
- Period of warranty: in accordance with the manufacturers’ standards and
regulations or at least 12 months, whatever comes later.
- The bidding price is all in price inclusive of transport, installation, user
training fees and other relevant taxes and charges.
Section VII – Schedule of Requirements 200

ANNEX 1- PERIOD OF SPARE PART AVAILABILITY ACCORDING TO


EQUIPMENT LIST
Item/ No Name of Goods
1 Planetary Ball Mill
2 Precision sectioning saw
3 Grinder Polisher
4 Polarizing microscope
5 High temperature furnace
6 Material Universal Testing Machine
7 Spectrophotometer
8 Rotational Rheometer
9 Drop shape analyzer
10 Thermal Conductibity Meter
11 Dielectric breakdown testing equipment
12 Dynamic Mechanical Analyzer
13 Thermogravimetric Analyzer - Mass spectrometer - FTIR spectrometer system
13.1 Thermogravimetric Analyzer
13.2 Mass spectrometer
13.3 FTIR spectrometer
14 Differential Scanning Calorimeter
15 Twin screw extruder
16 UV-Vis-NIR spectrophotometer
17 Single quadrupole GC-MS system
18 FTIR Spectrometer
19 Accelerated Surface Area and Porosimetry system
20 Gas Chromatograph
21 Scanning Electron Microscope
22 Compact Vacuum Arc Melting System
23 Spark Plasma Sintering Systems
24 PVD Coating Vacuum Evaporator
25 Rockwell hardness tester
26 Pendulum impact tester
27 Load-lock Sputtering System
28 Microscope (for BF and DF techniques in reflected/transmitted light)
29 Stylus Profiler
30 Wet Bench
31 Semiconductor Device Analyzer
32 Sub-femtoamp Remote SourceMeter
33 Dual-channel System SourceMeter
34 Multiposition Wafer Probe
35 Automatic Chemisorption Analyzer
36 PhotoElectrochemical Workstation
37 Vibrating Sample Magnetometer
38 Potentiostat/galvanostat (ZRA with integrated impedance analyser)
39 Solar Simulator
Section VII – Schedule of Requirements 201

40 Imaging Spectrometer
41 He-Cd laser
42 3D Confocal Laser Scanning Microscope
43 Refrigerated (Microcentrifuge)
44 Culture Microscope
45 Multi-purpose X-Ray Diffraction (XRD)
46 Raman-AFM and nanoRaman spectroscopy
47 X-Ray Analytical Microscope
Section VII – Schedule of Requirements 202

ANNEX 2- LIST OF EQUIPMENT REQUIRING MANUFACTURER’S


AUTHORISATION
Item/ No Name of Goods
1 High pressure cement autoclave
2 Planetary Ball Mill
3 Precision sectioning saw
4 Grinder Polisher
5 Polarizing microscope
6 High temperature furnace
7 Abrasimeter
8 Material Universal Testing Machine
9 Spectrophotometer
10 Rotational Rheometer
11 Drop shape analyzer
12 Vacuum oven
13 Thermal Conductibity Meter
14 Dielectric breakdown testing equipment
15 Dynamic Mechanical Analyzer
16 Thermogravimetric Analyzer - Mass spectrometer - FTIR spectrometer system
16.1 Thermogravimetric Analyzer
16.2 Mass spectrometer
16.3 FTIR spectrometer
17 Differential Scanning Calorimeter
18 Twin screw extruder
19 UV-Vis-NIR spectrophotometer
20 Single quadrupole GC-MS system
21 FTIR Spectrometer
22 Accelerated Surface Area and Porosimetry system
23 Gas Chromatograph
24 Laser Particle Counter
25 Scanning Electron Microscope
26 Compact Vacuum Arc Melting System
27 Spark Plasma Sintering Systems
28 PVD Coating Vacuum Evaporator
29 Rockwell hardness tester
30 Pendulum impact tester
31 Rotary evaporator
32 Load-lock Sputtering System
33 Spin Coater
34 Microscope (for BF and DF techniques in reflected/transmitted light)
35 Stylus Profiler
36 Wet Bench
37 Semiconductor Device Analyzer
38 Sub-femtoamp Remote SourceMeter
39 AC and DC Current source, Nanovoltmeter (Complete Delta Mode system)
Section VII – Schedule of Requirements 203

40 Precision Source (Measure Unit)


41 Electrometer (High resistance meter)
42 Dual-channel System SourceMeter
43 Multiposition Wafer Probe
44 Automatic Chemisorption Analyzer
45 PhotoElectrochemical Workstation
46 Vibrating Sample Magnetometer
47 Quartz crystal microbalance
48 Potentiostat/galvanostat (ZRA with integrated impedance analyser)
49 Digital Oscilloscope
50 Solar Simulator
51 Imaging Spectrometer
52 He-Cd laser
53 Diode laser
54 3D Confocal Laser Scanning Microscope
55 Refrigerated (Microcentrifuge)
56 Culture Microscope
57 Ultralow temperature freezers
58 Multi-purpose X-Ray Diffraction (XRD)
59 Raman-AFM and nanoRaman spectroscopy
60 X-Ray Analytical Microscope
Section VII – Schedule of Requirements 204

ANNEX 3- LIST OF EQUIPMENTS REQUIRING EVIDENCE OF IN LINE


PRODUCTION AND TRADING
Item/ No Name of Goods
1 Planetary Ball Mill
2 Grinder Polisher
3 Polarizing microscope
4 Material Universal Testing Machine
5 Rotational Rheometer
6 Thermal Conductibity Meter
7 Dielectric breakdown testing equipment
8 Dynamic Mechanical Analyzer
9 Thermogravimetric Analyzer - Mass spectrometer - FTIR spectrometer system
9.1 Thermogravimetric Analyzer
9.2 Mass spectrometer
9.3 FTIR spectrometer
10 Differential Scanning Calorimeter
11 Twin screw extruder
12 UV-Vis-NIR spectrophotometer
13 Single quadrupole GC-MS system
14 FTIR Spectrometer
15 Accelerated Surface Area and Porosimetry system
16 Gas Chromatograph
17 Scanning Electron Microscope
18 Compact Vacuum Arc Melting System
19 Spark Plasma Sintering Systems
20 PVD Coating Vacuum Evaporator
21 Load-lock Sputtering System
22 Microscope (for BF and DF techniques in reflected/transmitted light)
23 Stylus Profiler
24 Wet Bench
25 Semiconductor Device Analyzer
26 Automatic Chemisorption Analyzer
27 PhotoElectrochemical Workstation
28 Vibrating Sample Magnetometer
29 Solar Simulator
30 Imaging Spectrometer
31 He-Cd laser
32 3D Confocal Laser Scanning Microscope
33 Multi-purpose X-Ray Diffraction (XRD)
34 Raman-AFM and nanoRaman spectroscopy
35 X-Ray Analytical Microscope
Section VII – Schedule of Requirements 205

4. Drawings

This bidding document includes No drawings.


Section VII – Schedule of Requirements 206

5. Inspections and Tests


The following inspections and tests shall be performed:
The inspection and tests shall be carried out by the independent and internationally accredited
Inspection agency (“IA”) before shipment and after installation and IA shall be appointed by
supplier with the approval of Purchaser.

Final inspection after installation at the project site shall be carried out by the supplier under
supervision of the Purchaser. The Supplier shall select Inspection Agency (“IA”) and get on
approval from the Purchaser in advance.
Section VII – Schedule of Requirements 207

6. Training Requirements
Training of Technical Staff and Users CODE
Equipment for …… NUMBER
…… Supplier
…………………………………..............
(i) N
.................................................................. /
A
..................................................................

Content:

With the purchase of the equipment, the equipment listed attached in the bid document, the users,
engineers and technicians of the department in the …… shall be trained by the engineer and
application specialist of the manufacturers of the relevant equipment in the following areas:

(ii) Introduction to the function of the equipment


1. Introduction to the manual of the equipment and the routine checks and maintenance.
2. Appropriate care of the equipment
3. Troubleshooting for simple failures and breakdowns
4. Calibration methods and necessity
5. safety testing of equipment
6. risk management and liability control
7. training of personnel in the safe and effective use of the equipment
8. Training for managers, professional persons about the management of modern
equipment in order to safely and effectively operating equipment.

To achieve the above-mentioned goals, it is required to train the appropriate persons involved in the
operation, application, care of the equipment and managing persons.
The length of the training and the number of people getting a training per equipment per …… will be:

..................................hrs/days for …….. days .......................................number of staff

..................................hrs/days for …..… days .......................................number of technical staff


..................................hrs/days for..…… days .......................................number of others
(.......................)

The duration proposed and offered by the supplier and/ or the respective manufacturers shall deem to
be sufficient to bring all trainees to a reasonable level of competency in applying the skills taught in
the training program. Re-training without additional cost to the Purchaser may be requested by the
Section VII – Schedule of Requirements 208

Purchaser if there is evidence of incompetent skills among the trainees due to insufficient or improper
training

Before the date of acceptance and pre-commissioning, the supplier shall dispatch instructors from the
relevant manufacturers (engineers and application specialists) to the ….. to teach the above-mentioned
techniques and knowledge. A curriculum proposal shall be submitted where applicable

The training policy will be implemented as part of the daily work of staff, thereby improving both the
effective use of technology throughout its life and the resulting benefits.

The Purchaser will make sure that the appropriate staff will have free training time when the mutually
agreed training schedule takes place.

A written training report, signed by the attending staff, will be handed over to the Purchaser after
performance.

For and on behalf of the Supplier For and on behalf of Purchaser

..................................................... .....................................................

..................................................... .....................................................

[Date]
[Location of signing of this contract]
Section VII – Schedule of Requirements 209

7. WARRANTY AND MAINTENANCE SERVICES

The following maintenance services shall be performed:

The Supplier shall perform the Warranty and Maintenance Services for at least 12 months or
according to the manufacturer whichever is later from the date of final end user’s acceptance
of the installed equipment.

The Supplier shall submit an offer for the Maintenance Services after the corresponding
services period required in the BD expires. The offer shall include all necessary prices/costs
which will be valid for the period of 12 months.

The maintenance services required in this BD shall include the below activity;

The Supplier shall maintain a first-level telephone support service for all trouble reporting by
the Purchaser. The telephone support service shall provide toll free telephone access and
operate between the hours of 8:00 AM to 6:00 PM, on the working days ensuring connection
to a suitably experienced and qualified technician within 10 minutes of call origination.

Correction of defaults, which cannot be accomplished through telephone assistance, must be


accomplished by the Supplier’s certified service/repair technicians within the Project Site
Location where the failure has occurred. The Supplier must correct the defect, through repair
or replacement, without removing the equipment from the Purchaser’s premises unless the
Purchaser has provided express written permission. All replacement parts provided by the
Supplier must be certified as Original Equipment Manufacturer parts.

Spare parts for the supplied equipment shall be available for at least five (05) years after the
installation of the equipment. The Supplier is bound to supply spare parts at the request and
expenses of the Purchaser during the period of at least 05 years following-installation.

The Local Maintenance Agency shall have capability in repairing general equipment supplied
to the Purchaser. Nevertheless, the Supplier shall send the qualified technicians in the project
site within the time period, which is agreed between the Purchaser and the Supplier, after being
informed the notification that the authorized company in Purchaser’s country cannot fix the
defect.

As part of the warranty and maintenance support plan, the Supplier shall support the Purchaser
to set up the procedure and history record management method for operation and maintenance
of the supplied equipment as well as the supplied spare parts, tools, and etc. and the Supplier
shall train the staff in charge of management, operation, and maintenance of the equipment
and others supplied under the Contract to accustom those O&M procedure and management
methods.
However, the Supplier (the main contractor) shall make regular visits regularly, for 30 months,
or monitoring the operating and maintenance status, maintenance support and training the key
staff who operate and maintain the equipment. The regular visits must consist of as follows;
- 1st year: four times visit/year, staying at least five days
Section VII – Schedule of Requirements 210

- remaining period: every 6 months, staying at least five days

After each visit, the Supplier shall submit the monitoring report composed of the following
contents;
- Operating and maintenance status of the supplied equipment
- Current problem of equipment.
- List of needed consumables and spare parts.
- Any problem and recommended mitigation measures.

If the Bank requests the monitoring report, the Supplier shall submit the report immediately to
the Bank.
Part 3 - Contract 211

PART 3 - Contract
Section VIII – General Conditions of Contract 212

Section VIII - General Conditions of Contract

Table of Clauses

1. Definitions ...................................................................................................................... 214

2. Contract Documents ..................................................................................................... 215

3. Fraud and Corruption .................................................................................................. 215

4. Interpretation ................................................................................................................ 215

5. Language........................................................................................................................ 216

6. Joint Venture, Consortium or Association ................................................................. 216

7. Eligibility........................................................................................................................ 217

8. Notices ............................................................................................................................ 217

9. Governing Law .............................................................................................................. 217

10. Settlement of Disputes .................................................................................................. 217

11. Inspections and Audit by the Bank ............................................................................. 218

12. Scope of Supply ............................................................................................................. 218

13. Delivery and Documents............................................................................................... 218

14. Supplier’s Responsibilities ........................................................................................... 219

15. Contract Price ............................................................................................................... 220

16. Terms of Payment ......................................................................................................... 220

17. Taxes and Duties ........................................................................................................... 220

18. Performance Security ................................................................................................... 221

19. Copyright ....................................................................................................................... 221

20. Confidential Information ............................................................................................. 221

21. Subcontracting .............................................................................................................. 222


Section VIII – General Conditions of Contract 213

22. Specifications and Standards ....................................................................................... 222

23. Packing and Documents ............................................................................................... 223

24. Insurance ....................................................................................................................... 223

25. Transportation and Incidental Services...................................................................... 223

26. Inspections and Tests .................................................................................................... 224

27. Liquidated Damages ..................................................................................................... 225

28. Warranty ....................................................................................................................... 225

29. Patent Indemnity........................................................................................................... 226

30. Limitation of Liability .................................................................................................. 227

31. Change in Laws and Regulations ................................................................................ 228

32. Force Majeure ............................................................................................................... 228

33. Change Orders and Contract Amendments ............................................................... 228

34. Extensions of Time ........................................................................................................ 230

35. Termination ................................................................................................................... 230

36. Assignment..................................................................................................................... 231

37. Export Restriction ......................................................................................................... 231


Section VIII – General Conditions of Contract 214

Section VIII - General Conditions of Contract


1. Definitions 1.1 The following words and expressions shall have the meanings
hereby assigned to them:
(a) “Bank” means the World Bank and refers to the
International Bank for Reconstruction and Development
(IBRD) or the International Development Association
(IDA).
(b) “Contract” means the Contract Agreement entered into
between the Purchaser and the Supplier, together with the
Contract Documents referred to therein, including all
attachments, appendices, and all documents incorporated
by reference therein.
(c) “Contract Documents” means the documents listed in the
Contract Agreement, including any amendments thereto.
(d) “Contract Price” means the price payable to the Supplier
as specified in the Contract Agreement, subject to such
additions and adjustments thereto or deductions therefrom,
as may be made pursuant to the Contract.
(e) “Day” means calendar day.
(f) “Completion” means the fulfillment of the Related
Services by the Supplier in accordance with the terms and
conditions set forth in the Contract.
(g) “GCC” means the General Conditions of Contract.
(h) “Goods” means all of the commodities, raw material,
machinery and equipment, and/or other materials that the
Supplier is required to supply to the Purchaser under the
Contract.
(i) “Purchaser’s Country” is the country specified in the
Special Conditions of Contract (SCC).
(j) “Purchaser” means the entity purchasing the Goods and
Related Services, as specified in the SCC.
(k) “Related Services” means the services incidental to the
supply of the goods, such as insurance, installation,
training and initial maintenance and other such obligations
of the Supplier under the Contract.
(l) “SCC” means the Special Conditions of Contract.
(m) “Subcontractor” means any person, private or
government entity, or a combination of the above, to whom
any part of the Goods to be supplied or execution of any
Section VIII – General Conditions of Contract 215

part of the Related Services is subcontracted by the


Supplier.
(n) “Supplier” means the person, private or government entity,
or a combination of the above, whose Bid to perform the
Contract has been accepted by the Purchaser and is named as
such in the Contract Agreement.
(o) “The Project Site,” where applicable, means the place
named in the SCC.

2. Contract 2.1 Subject to the order of precedence set forth in the Contract
Documents Agreement, all documents forming the Contract (and all parts
thereof) are intended to be correlative, complementary, and
mutually explanatory. The Contract Agreement shall be read as a
whole.

3. Fraud and 3.1 The Bank requires compliance with the Bank’s Anti-Corruption
Corruption Guidelines and its prevailing sanctions policies and procedures as
set forth in the WBG’s Sanctions Framework, as set forth in
Appendix 1 to the GCC.
3.2 The Purchaser requires the Supplier to disclose any commissions
or fees that may have been paid or are to be paid to agents or any
other party with respect to the Bidding process or execution of the
Contract. The information disclosed must include at least the name
and address of the agent or other party, the amount and currency,
and the purpose of the commission, gratuity or fee.

4. Interpretation 4.1 If the context so requires it, singular means plural and vice versa.
4.2 Incoterms
(a) Unless inconsistent with any provision of the Contract, the
meaning of any trade term and the rights and obligations
of parties thereunder shall be as prescribed by Incoterms
specified in the SCC.
(b) The terms EXW, CIP, FCA, CFR and other similar terms,
when used, shall be governed by the rules prescribed in the
current edition of Incoterms specified in the SCC and
published by the International Chamber of Commerce in
Paris, France.
4.3 Entire Agreement
The Contract constitutes the entire agreement between the
Purchaser and the Supplier and supersedes all communications,
negotiations and agreements (whether written or oral) of the
parties with respect thereto made prior to the date of Contract.
4.4 Amendment
Section VIII – General Conditions of Contract 216

No amendment or other variation of the Contract shall be valid


unless it is in writing, is dated, expressly refers to the Contract,
and is signed by a duly authorized representative of each party
thereto.
4.5 Nonwaiver
(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation,
forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the Contract
or the granting of time by either party to the other shall
prejudice, affect, or restrict the rights of that party under
the Contract, neither shall any waiver by either party of any
breach of Contract operate as waiver of any subsequent or
continuing breach of Contract.
(b) Any waiver of a party’s rights, powers, or remedies under
the Contract must be in writing, dated, and signed by an
authorized representative of the party granting such
waiver, and must specify the right and the extent to which
it is being waived.
4.6 Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition, invalidity
or unenforceability shall not affect the validity or enforceability
of any other provisions and conditions of the Contract.

5. Language 5.1 The Contract as well as all correspondence and documents


relating to the Contract exchanged by the Supplier and the
Purchaser, shall be written in the language specified in the SCC.
Supporting documents and printed literature that are part of the
Contract may be in another language provided they are
accompanied by an accurate translation of the relevant passages
in the language specified, in which case, for purposes of
interpretation of the Contract, this translation shall govern.
5.2 The Supplier shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation, for
documents provided by the Supplier.

6. Joint Venture, 6.1 If the Supplier is a joint venture, consortium, or association, all of
Consortium or the parties shall be jointly and severally liable to the Purchaser for
Association the fulfillment of the provisions of the Contract and shall designate
one party to act as a leader with authority to bind the joint venture,
consortium, or association. The composition or the constitution of
the joint venture, consortium, or association shall not be altered
without the prior consent of the Purchaser.
Section VIII – General Conditions of Contract 217

7. Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality of
an eligible country. A Supplier or Subcontractor shall be deemed
to have the nationality of a country if it is a citizen or constituted,
incorporated, or registered, and operates in conformity with the
provisions of the laws of that country.
7.2 All Goods and Related Services to be supplied under the Contract
and financed by the Bank shall have their origin in Eligible
Countries. For the purpose of this Clause, origin means the
country where the goods have been grown, mined, cultivated,
produced, manufactured, or processed; or through manufacture,
processing, or assembly, another commercially recognized
article results that differs substantially in its basic characteristics
from its components.

8. Notices 8.1 Any notice given by one party to the other pursuant to the
Contract shall be in writing to the address specified in the SCC.
The term “in writing” means communicated in written form with
proof of receipt.
8.2 A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.

9. Governing 9.1 The Contract shall be governed by and interpreted in accordance


Law with the laws of the Purchaser’s Country, unless otherwise
specified in the SCC.
9.2 Throughout the execution of the Contract, the Supplier shall
comply with the import of goods and services prohibitions in the
Purchaser’s Country when
(a) as a matter of law or official regulations, the Borrower’s
country prohibits commercial relations with that country; or
9.2 (b) by an act of compliance with a decision of the United Nations
Security Council taken under Chapter VII of the Charter of the
United Nations, the Borrower’s Country prohibits any import of
goods from that country or any payments to any country, person,
or entity in that country.

10. Settlement of 10.1 The Purchaser and the Supplier shall make every effort to
Disputes resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.
10.2 If, after twenty-eight (28) days, the parties have failed to resolve
their dispute or difference by such mutual consultation, then
either the Purchaser or the Supplier may give notice to the other
party of its intention to commence arbitration, as hereinafter
provided, as to the matter in dispute, and no arbitration in respect
Section VIII – General Conditions of Contract 218

of this matter may be commenced unless such notice is given.


Any dispute or difference in respect of which a notice of
intention to commence arbitration has been given in accordance
with this Clause shall be finally settled by arbitration.
Arbitration may be commenced prior to or after delivery of the
Goods under the Contract. Arbitration proceedings shall be
conducted in accordance with the rules of procedure specified in
the SCC.
10.3 Notwithstanding any reference to arbitration herein,
(a) the parties shall continue to perform their respective
obligations under the Contract unless they otherwise agree;
and
(b) the Purchaser shall pay the Supplier any monies due the
Supplier.

11. Inspections 11.1 The Supplier shall keep, and shall make all reasonable efforts to
and Audit by cause its Subcontractors to keep, accurate and systematic accounts
the Bank and records in respect of the Goods in such form and details as will
clearly identify relevant time changes and costs.
11.2 Pursuant to paragraph 2.2 e. of Appendix 1 to the General
Conditions the Supplier shall permit and shall cause its agents
(where declared or not), subcontractors, subconsultants, service
providers, suppliers, and personnel, to permit, the Bank and/or
persons appointed by the Bank to inspect the site and/or the
accounts, records and other documents relating to the procurement
process, selection and/or contract execution, and to have such
accounts, records and other documents audited by auditors
appointed by the Bank. The Supplier’s and its Subcontractors’ and
subconsultants’ attention is drawn to Sub-Clause 3.1 (Fraud and
Corruption) which provides, inter alia, that acts intended to
materially impede the exercise of the Bank’s inspection and audit
rights constitute a prohibited practice subject to contract termination
(as well as to a determination of ineligibility pursuant to the Bank’s
prevailing sanctions procedures).

12. Scope of 12.1 The Goods and Related Services to be supplied shall be as specified
Supply in the Schedule of Requirements.

13. Delivery and 13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and
Documents Completion of the Related Services shall be in accordance with the
Delivery and Completion Schedule specified in the Schedule of
Requirements. The details of shipping and other documents to be
furnished by the Supplier are specified in the SCC.
Section VIII – General Conditions of Contract 219

14. Supplier’s 14.1 The Supplier shall supply all the Goods and Related Services
Responsibilities included in the Scope of Supply in accordance with GCC Clause
12, and the Delivery and Completion Schedule, as per GCC
Clause 13.
14.2 The Supplier, including its Subcontractors, shall not employ or
engage forced labor or persons subject to trafficking, as described in
GCC Sub-Clauses 14.3 and 14.4.
14.3 Forced labor consists of any work or service, not voluntarily
performed, that is exacted from an individual under threat of force
or penalty, and includes any kind of involuntary or compulsory
labor, such as indentured labor, bonded labor or similar labor-
contracting arrangements.
14.4 Trafficking in persons is defined as the recruitment, transportation,
transfer, harbouring or receipt of persons by means of the threat or
use of force or other forms of coercion, abduction, fraud, deception,
abuse of power, or of a position of vulnerability, or of the giving or
receiving of payments or benefits to achieve the consent of a person
having control over another person, for the purposes of exploitation.
14.5 The Supplier, including its Subcontractors, shall not employ or
engage a child under the age of 14 unless the national law specifies
a higher age (the minimum age).
14.6 The Supplier, including its Subcontractors, shall not employ or
engage a child between the minimum age and the age of 18 in a
manner that is likely to be hazardous, or to interfere with, the child’s
education, or to be harmful to the child’s health or physical, mental,
spiritual, moral, or social development.
14.7 Work considered hazardous for children is work that, by its nature
or the circumstances in which it is carried out, is likely to jeopardize
the health, safety, or morals of children. Such work activities
prohibited for children include work:
(a) with exposure to physical, psychological or sexual abuse;
(b) underground, underwater, working at heights or in
confined spaces;
(c) with dangerous machinery, equipment or tools, or
involving handling or transport of heavy loads;
(d) in unhealthy environments exposing children to hazardous
substances, agents, or processes, or to temperatures, noise
or vibration damaging to health; or
(e) under difficult conditions such as work for long hours,
during the night or in confinement on the premises of the
employer.
Section VIII – General Conditions of Contract 220

14.8 The Supplier shall comply, and shall require its Subcontractors if
any to comply, with all applicable health and safety regulations,
laws, guidelines, and any other requirement stated in the
Technical Specifications.
14.9 The Supplier shall comply with additional obligations as specified
in the SCC.

15. Contract Price 15.1 Prices charged by the Supplier for the Goods supplied and the
Related Services performed under the Contract shall not vary
from the prices quoted by the Supplier in its Bid, with the
exception of any price adjustments authorized in the SCC.

16. Terms of 16.1 The Contract Price, including any Advance Payments, if
Payment applicable, shall be paid as specified in the SCC.
16.2 The Supplier’s request for payment shall be made to the
Purchaser in writing, accompanied by invoices describing, as
appropriate, the Goods delivered and Related Services
performed, and by the documents submitted pursuant to GCC
Clause 13 and upon fulfillment of all other obligations stipulated
in the Contract.
16.3 Payments shall be made promptly by the Purchaser, but in no case
later than sixty (60) days after submission of an invoice or request
for payment by the Supplier, and after the Purchaser has accepted
it.
16.4 The currencies in which payments shall be made to the Supplier
under this Contract shall be those in which the Bid price is
expressed.
16.5 In the event that the Purchaser fails to pay the Supplier any
payment by its due date or within the period set forth in the SCC,
the Purchaser shall pay to the Supplier interest on the amount of
such delayed payment at the rate shown in the SCC, for the
period of delay until payment has been made in full, whether
before or after judgment or arbitrage award.

17. Taxes and 17.1 For goods manufactured outside the Purchaser’s Country, the
Duties Supplier shall be entirely responsible for all taxes, stamp duties,
license fees, and other such levies imposed outside the
Purchaser’s Country.
17.2 For goods Manufactured within the Purchaser’s Country, the
Supplier shall be entirely responsible for all taxes, duties, license
fees, etc., incurred until delivery of the contracted Goods to the
Purchaser.
17.3 If any tax exemptions, reductions, allowances or privileges may
be available to the Supplier in the Purchaser’s Country, the
Section VIII – General Conditions of Contract 221

Purchaser shall use its best efforts to enable the Supplier to benefit
from any such tax savings to the maximum allowable extent.

18. Performance 18.1 If required as specified in the SCC, the Supplier shall, within
Security twenty-eight (28) days of the notification of contract award,
provide a performance security for the performance of the
Contract in the amount specified in the SCC.
18.2 The proceeds of the Performance Security shall be payable to the
Purchaser as compensation for any loss resulting from the
Supplier’s failure to complete its obligations under the Contract.
18.3 As specified in the SCC, the Performance Security, if required,
shall be denominated in the currency(ies) of the Contract, or in a
freely convertible currency acceptable to the Purchaser; and shall
be in one of the format stipulated by the Purchaser in the SCC, or
in another format acceptable to the Purchaser.
18.4 The Performance Security shall be discharged by the Purchaser
and returned to the Supplier not later than twenty-eight (28) days
following the date of Completion of the Supplier’s performance
obligations under the Contract, including any warranty
obligations, unless specified otherwise in the SCC.

19. Copyright 19.1 The copyright in all drawings, documents, and other materials
containing data and information furnished to the Purchaser by the
Supplier herein shall remain vested in the Supplier, or, if they are
furnished to the Purchaser directly or through the Supplier by any
third party, including suppliers of materials, the copyright in such
materials shall remain vested in such third party.

20. Confidential 20.1 The Purchaser and the Supplier shall keep confidential and shall
Information not, without the written consent of the other party hereto, divulge
to any third party any documents, data, or other information
furnished directly or indirectly by the other party hereto in
connection with the Contract, whether such information has been
furnished prior to, during or following completion or termination
of the Contract. Notwithstanding the above, the Supplier may
furnish to its Subcontractor such documents, data, and other
information it receives from the Purchaser to the extent required
for the Subcontractor to perform its work under the Contract, in
which event the Supplier shall obtain from such Subcontractor an
undertaking of confidentiality similar to that imposed on the
Supplier under GCC Clause 20.
20.2 The Purchaser shall not use such documents, data, and other
information received from the Supplier for any purposes
unrelated to the contract. Similarly, the Supplier shall not use
such documents, data, and other information received from the
Section VIII – General Conditions of Contract 222

Purchaser for any purpose other than the performance of the


Contract.
20.3 The obligation of a party under GCC Sub-Clauses 20.1 and 20.2
above, however, shall not apply to information that:
(a) the Purchaser or Supplier need to share with the Bank or
other institutions participating in the financing of the
Contract;
(b) now or hereafter enters the public domain through no fault
of that party;
(c) can be proven to have been possessed by that party at the
time of disclosure and which was not previously obtained,
directly or indirectly, from the other party; or
(d) otherwise lawfully becomes available to that party from a
third party that has no obligation of confidentiality.
20.4 The above provisions of GCC Clause 20 shall not in any way
modify any undertaking of confidentiality given by either of the
parties hereto prior to the date of the Contract in respect of the
Supply or any part thereof.
20.5 The provisions of GCC Clause 20 shall survive completion or
termination, for whatever reason, of the Contract.

21. Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of all
subcontracts awarded under the Contract if not already specified
in the Bid. Notification by the Supplier, for addition of any
Subcontractor not named in the Contract, shall also include the
Subcontractor’s declaration in accordance with Appendix 2 to the
GCC- Sexual exploitation and Abuse (SEA) and/or Sexual
Harassment (SH) Performance Declaration. Such notification, in
the original Bid or later shall not relieve the Supplier from any of
its obligations, duties, responsibilities, or liability under the
Contract.
21.2 Subcontracts shall comply with the provisions of GCC Clauses 3
and 7.

22. Specifications 22.1 Technical Specifications and Drawings


and Standards (a) The Goods and Related Services supplied under this
Contract shall conform to the technical specifications and
standards mentioned in Section VII, Schedule of
Requirements and, when no applicable standard is
mentioned, the standard shall be equivalent or superior to
the official standards whose application is appropriate to
the Goods country of origin.
Section VIII – General Conditions of Contract 223

(b) The Supplier shall be entitled to disclaim responsibility for


any design, data, drawing, specification or other
document, or any modification thereof provided or
designed by or on behalf of the Purchaser, by giving a
notice of such disclaimer to the Purchaser.
(c) Wherever references are made in the Contract to codes and
standards in accordance with which it shall be executed,
the edition or the revised version of such codes and
standards shall be those specified in the Schedule of
Requirements. During Contract execution, any changes in
any such codes and standards shall be applied only after
approval by the Purchaser and shall be treated in
accordance with GCC Clause 33.

23. Packing and 23.1 The Supplier shall provide such packing of the Goods as is
Documents required to prevent their damage or deterioration during transit to
their final destination, as indicated in the Contract. During transit,
the packing shall be sufficient to withstand, without limitation,
rough handling and exposure to extreme temperatures, salt and
precipitation, and open storage. Packing case size and weights
shall take into consideration, where appropriate, the remoteness
of the goods’ final destination and the absence of heavy handling
facilities at all points in transit.
23.2 The packing, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as
shall be expressly provided for in the Contract, including
additional requirements, if any, specified in the SCC, and in any
other instructions ordered by the Purchaser.

24. Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied under
the Contract shall be fully insured—in a freely convertible
currency from an eligible country—against loss or damage
incidental to manufacture or acquisition, transportation, storage,
and delivery, in accordance with the applicable Incoterms or in
the manner specified in the SCC.

25. Transportation 25.1 Unless otherwise specified in the SCC, responsibility for
and Incidental arranging transportation of the Goods shall be in accordance with
Services the specified Incoterms.

25.2 The Supplier may be required to provide any or all of the


following services, including additional services, if any, specified
in SCC:
(a) performance or supervision of on-site assembly and/or
start-up of the supplied Goods;
Section VIII – General Conditions of Contract 224

(b) furnishing of tools required for assembly and/or


maintenance of the supplied Goods;
(c) furnishing of a detailed operations and maintenance manual
for each appropriate unit of the supplied Goods;
(d) performance or supervision or maintenance and/or repair of
the supplied Goods, for a period of time agreed by the
parties, provided that this service shall not relieve the
Supplier of any warranty obligations under this Contract;
and
(e) training of the Purchaser’s personnel, at the Supplier’s plant
and/or on-site, in assembly, start-up, operation,
maintenance, and/or repair of the supplied Goods.
25.3 Prices charged by the Supplier for incidental services, if not
included in the Contract Price for the Goods, shall be agreed upon
in advance by the parties and shall not exceed the prevailing rates
charged to other parties by the Supplier for similar services

26. Inspections 26.1 The Supplier shall at its own expense and at no cost to the
and Tests Purchaser carry out all such tests and/or inspections of the Goods
and Related Services as are specified in the SCC.
26.2 The inspections and tests may be conducted on the premises of
the Supplier or its Subcontractor, at point of delivery, and/or at
the Goods’ final destination, or in another place in the
Purchaser’s Country as specified in the SCC. Subject to GCC
Sub-Clause 26.3, if conducted on the premises of the Supplier or
its Subcontractor, all reasonable facilities and assistance,
including access to drawings and production data, shall be
furnished to the inspectors at no charge to the Purchaser.
26.3 The Purchaser or its designated representative shall be entitled to
attend the tests and/or inspections referred to in GCC Sub-Clause
26.2, provided that the Purchaser bear all of its own costs and
expenses incurred in connection with such attendance including,
but not limited to, all traveling and board and lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including
the place and time, to the Purchaser. The Supplier shall obtain
from any relevant third party or manufacturer any necessary
permission or consent to enable the Purchaser or its designated
representative to attend the test and/or inspection.
26.5 The Purchaser may require the Supplier to carry out any test
and/or inspection not required by the Contract but deemed
necessary to verify that the characteristics and performance of the
Goods comply with the technical specifications codes and
Section VIII – General Conditions of Contract 225

standards under the Contract, provided that the Supplier’s


reasonable costs and expenses incurred in the carrying out of such
test and/or inspection shall be added to the Contract Price.
Further, if such test and/or inspection impedes the progress of
manufacturing and/or the Supplier’s performance of its other
obligations under the Contract, due allowance will be made in
respect of the Delivery Dates and Completion Dates and the other
obligations so affected.
26.6 The Supplier shall provide the Purchaser with a report of the
results of any such test and/or inspection.
26.7 The Purchaser may reject any Goods or any part thereof that fail
to pass any test and/or inspection or do not conform to the
specifications. The Supplier shall either rectify or replace such
rejected Goods or parts thereof or make alterations necessary to
meet the specifications at no cost to the Purchaser, and shall
repeat the test and/or inspection, at no cost to the Purchaser, upon
giving a notice pursuant to GCC Sub-Clause 26.4.
26.8 The Supplier agrees that neither the execution of a test and/or
inspection of the Goods or any part thereof, nor the attendance by
the Purchaser or its representative, nor the issue of any report
pursuant to GCC Sub-Clause 26.6, shall release the Supplier from
any warranties or other obligations under the Contract.

27. Liquidated 27.1 Except as provided under GCC Clause 32, if the Supplier fails to
Damages deliver any or all of the Goods by the Date(s) of delivery or
perform the Related Services within the period specified in the
Contract, the Purchaser may without prejudice to all its other
remedies under the Contract, deduct from the Contract Price, as
liquidated damages, a sum equivalent to the percentage specified
in the SCC of the delivered price of the delayed Goods or
unperformed Services for each week or part thereof of delay until
actual delivery or performance, up to a maximum deduction of
the percentage specified in those SCC. Once the maximum is
reached, the Purchaser may terminate the Contract pursuant to
GCC Clause 35.

28. Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and of
the most recent or current models, and that they incorporate all
recent improvements in design and materials, unless provided
otherwise in the Contract.
28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further
warrants that the Goods shall be free from defects arising from
any act or omission of the Supplier or arising from design,
materials, and workmanship, under normal use in the conditions
prevailing in the country of final destination.
Section VIII – General Conditions of Contract 226

28.3 Unless otherwise specified in the SCC, the warranty shall remain
valid for twelve (12) months after the Goods, or any portion
thereof as the case may be, have been delivered to and accepted
at the final destination indicated in the SCC, or for eighteen (18)
months after the date of shipment from the port or place of
loading in the country of origin, whichever period concludes
earlier.
28.4 The Purchaser shall give notice to the Supplier stating the nature
of any such defects together with all available evidence thereof,
promptly following the discovery thereof. The Purchaser shall
afford all reasonable opportunity for the Supplier to inspect such
defects.
28.5 Upon receipt of such notice, the Supplier shall, within the period
specified in the SCC, expeditiously repair or replace the defective
Goods or parts thereof, at no cost to the Purchaser.
28.6 If having been notified, the Supplier fails to remedy the defect
within the period specified in the SCC, the Purchaser may
proceed to take within a reasonable period such remedial action
as may be necessary, at the Supplier’s risk and expense and
without prejudice to any other rights which the Purchaser may
have against the Supplier under the Contract.

29. Patent 29.1 The Supplier shall, subject to the Purchaser’s compliance with
Indemnity GCC Sub-Clause 29.2, indemnify and hold harmless the
Purchaser and its employees and officers from and against any
and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Purchaser may
suffer as a result of any infringement or alleged infringement of
any patent, utility model, registered design, trademark, copyright,
or other intellectual property right registered or otherwise
existing at the date of the Contract by reason of:
(a) the installation of the Goods by the Supplier or the use of
the Goods in the country where the Site is located; and
(b) the sale in any country of the products produced by the
Goods.
Such indemnity shall not cover any use of the Goods or any part
thereof other than for the purpose indicated by or to be
reasonably inferred from the Contract, neither any infringement
resulting from the use of the Goods or any part thereof, or any
products produced thereby in association or combination with
any other equipment, plant, or materials not supplied by the
Supplier, pursuant to the Contract.
Section VIII – General Conditions of Contract 227

29.2 If any proceedings are brought or any claim is made against the
Purchaser arising out of the matters referred to in GCC Sub-
Clause 29.1, the Purchaser shall promptly give the Supplier a
notice thereof, and the Supplier may at its own expense and in the
Purchaser’s name conduct such proceedings or claim and any
negotiations for the settlement of any such proceedings or claim.
29.3 If the Supplier fails to notify the Purchaser within twenty-eight
(28) days after receipt of such notice that it intends to conduct
any such proceedings or claim, then the Purchaser shall be free to
conduct the same on its own behalf.
29.4 The Purchaser shall, at the Supplier’s request, afford all available
assistance to the Supplier in conducting such proceedings or
claim, and shall be reimbursed by the Supplier for all reasonable
expenses incurred in so doing.
29.5 `The Purchaser shall indemnify and hold harmless the Supplier
and its employees, officers, and Subcontractors from and against
any and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Supplier may
suffer as a result of any infringement or alleged infringement of
any patent, utility model, registered design, trademark, copyright,
or other intellectual property right registered or otherwise
existing at the date of the Contract arising out of or in connection
with any design, data, drawing, specification, or other documents
or materials provided or designed by or on behalf of the
Purchaser.

30. Limitation of 30.1 Except in cases of criminal negligence or willful misconduct,


Liability (a) the Supplier shall not be liable to the Purchaser, whether in
contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the
Supplier to pay liquidated damages to the Purchaser and
(b) the aggregate liability of the Supplier to the Purchaser,
whether under the Contract, in tort or otherwise, shall not
exceed the total Contract Price, provided that this limitation
shall not apply to the cost of repairing or replacing
defective equipment, or to any obligation of the supplier to
indemnify the Purchaser with respect to patent
infringement
Section VIII – General Conditions of Contract 228

31. Change in 31.1 Unless otherwise specified in the Contract, if after the date of 28
Laws and days prior to date of Bid submission, any law, regulation,
Regulations ordinance, order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed in the place of the
Purchaser’s Country where the Site is located (which shall be
deemed to include any change in interpretation or application by
the competent authorities) that subsequently affects the Delivery
Date and/or the Contract Price, then such Delivery Date and/or
Contract Price shall be correspondingly increased or decreased,
to the extent that the Supplier has thereby been affected in the
performance of any of its obligations under the Contract.
Notwithstanding the foregoing, such additional or reduced cost
shall not be separately paid or credited if the same has already
been accounted for in the price adjustment provisions where
applicable, in accordance with GCC Clause 15.

32. Force Majeure 32.1 The Supplier shall not be liable for forfeiture of its Performance
Security, liquidated damages, or termination for default if and to
the extent that its delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force
Majeure.
32.2 For purposes of this Clause, “Force Majeure” means an event or
situation beyond the control of the Supplier that is not
foreseeable, is unavoidable, and its origin is not due to negligence
or lack of care on the part of the Supplier. Such events may
include, but not be limited to, acts of the Purchaser in its
sovereign capacity, wars or revolutions, fires, floods, epidemics,
quarantine restrictions, and freight embargoes.
32.3 If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing of such condition and the cause
thereof. Unless otherwise directed by the Purchaser in writing,
the Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by
the Force Majeure event.

33. Change Orders 33.1 The Purchaser may at any time order the Supplier through notice
and Contract in accordance GCC Clause 8, to make changes within the general
Amendments scope of the Contract in any one or more of the following:
(a) drawings, designs, or specifications, where Goods to be
furnished under the Contract are to be specifically
manufactured for the Purchaser;
(b) the method of shipment or packing;
(c) the place of delivery; and
Section VIII – General Conditions of Contract 229

(d) the Related Services to be provided by the Supplier.


33.2 If any such change causes an increase or decrease in the cost of,
or the time required for, the Supplier’s performance of any
provisions under the Contract, an equitable adjustment shall be
made in the Contract Price or in the Delivery/Completion
Schedule, or both, and the Contract shall accordingly be
amended. Any claims by the Supplier for adjustment under this
Clause must be asserted within twenty-eight (28) days from the
date of the Supplier’s receipt of the Purchaser’s change order.
33.3 Prices to be charged by the Supplier for any Related Services that
might be needed but which were not included in the Contract
shall be agreed upon in advance by the parties and shall not
exceed the prevailing rates charged to other parties by the
Supplier for similar services.
33.4 Value Engineering: The Supplier may prepare, at its own cost, a
value engineering proposal at any time during the performance of
the contract. The value engineering proposal shall, at a minimum,
include the following;
(a) the proposed change(s), and a description of the
difference to the existing contract requirements;
(b) a full cost/benefit analysis of the proposed change(s)
including a description and estimate of costs
(including life cycle costs) the Purchaser may incur in
implementing the value engineering proposal; and
(c) a description of any effect(s) of the change on
performance/functionality.
The Purchaser may accept the value engineering proposal if the
proposal demonstrates benefits that:
(a) accelerates the delivery period; or
(b) reduces the Contract Price or the life cycle costs to the
Purchaser; or
(c) improves the quality, efficiency or sustainability of the
Goods; or
(d) yields any other benefits to the Purchaser,
without compromising the necessary functions of the Facilities.
If the value engineering proposal is approved by the Purchaser
and results in:
(a) a reduction of the Contract Price; the amount to be paid
to the Supplier shall be the percentage specified in the
PCC of the reduction in the Contract Price; or
Section VIII – General Conditions of Contract 230

(b) an increase in the Contract Price; but results in a


reduction in life cycle costs due to any benefit
described in (a) to (d) above, the amount to be paid to
the Supplier shall be the full increase in the Contract
Price.
33.5 Subject to the above, no variation in or modification of the terms
of the Contract shall be made except by written amendment
signed by the parties.

34. Extensions of 34.1 If at any time during performance of the Contract, the Supplier or
Time its subcontractors should encounter conditions impeding timely
delivery of the Goods or completion of Related Services pursuant
to GCC Clause 13, the Supplier shall promptly notify the
Purchaser in writing of the delay, its likely duration, and its cause.
As soon as practicable after receipt of the Supplier’s notice, the
Purchaser shall evaluate the situation and may at its discretion
extend the Supplier’s time for performance, in which case the
extension shall be ratified by the parties by amendment of the
Contract.
34.2 Except in case of Force Majeure, as provided under GCC Clause
32, a delay by the Supplier in the performance of its Delivery and
Completion obligations shall render the Supplier liable to the
imposition of liquidated damages pursuant to GCC Clause 26,
unless an extension of time is agreed upon, pursuant to GCC Sub-
Clause 34.1.

35. Termination 35.1 Termination for Default


(a) The Purchaser, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to the
Supplier, may terminate the Contract in whole or in part:
(i) if the Supplier fails to deliver any or all of the Goods
within the period specified in the Contract, or within
any extension thereof granted by the Purchaser
pursuant to GCC Clause 34;
(ii) if the Supplier fails to perform any other obligation
under the Contract; or
(iii) if the Supplier, in the judgment of the Purchaser has
engaged in Fraud and Corruption, as defined in
paragrpah 2.2 a of the Appendix 1 to the GCC, in
competing for or in executing the Contract.
(b) In the event the Purchaser terminates the Contract in whole
or in part, pursuant to GCC Clause 35.1(a), the Purchaser
may procure, upon such terms and in such manner as it
deems appropriate, Goods or Related Services similar to
Section VIII – General Conditions of Contract 231

those undelivered or not performed, and the Supplier shall


be liable to the Purchaser for any additional costs for such
similar Goods or Related Services. However, the Supplier
shall continue performance of the Contract to the extent
not terminated.
35.2 Termination for Insolvency.
(a) The Purchaser may at any time terminate the Contract by
giving notice to the Supplier if the Supplier becomes
bankrupt or otherwise insolvent. In such event,
termination will be without compensation to the Supplier,
provided that such termination will not prejudice or affect
any right of action or remedy that has accrued or will
accrue thereafter to the Purchaser
35.3 Termination for Convenience.
(a) The Purchaser, by notice sent to the Supplier, may
terminate the Contract, in whole or in part, at any time for
its convenience. The notice of termination shall specify
that termination is for the Purchaser’s convenience, the
extent to which performance of the Supplier under the
Contract is terminated, and the date upon which such
termination becomes effective.
(b) The Goods that are complete and ready for shipment
within twenty-eight (28) days after the Supplier’s receipt
of notice of termination shall be accepted by the Purchaser
at the Contract terms and prices. For the remaining Goods,
the Purchaser may elect:
(i) to have any portion completed and delivered at the
Contract terms and prices; and/or
(ii) to cancel the remainder and pay to the Supplier an
agreed amount for partially completed Goods and
Related Services and for materials and parts
previously procured by the Supplier.

36. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or
in part, their obligations under this Contract, except with prior
written consent of the other party.

37. Export 37.1 Notwithstanding any obligation under the Contract to complete
Restriction all export formalities, any export restrictions attributable to the
Purchaser, to the country of the Purchaser, or to the use of the
products/goods, systems or services to be supplied, which arise
from trade regulations from a country supplying those
products/goods, systems or services, and which substantially
impede the Supplier from meeting its obligations under the
Section VIII – General Conditions of Contract 232

Contract, shall release the Supplier from the obligation to provide


deliveries or services, always provided, however, that the
Supplier can demonstrate to the satisfaction of the Purchaser and
of the Bank that it has completed all formalities in a timely
manner, including applying for permits, authorizations and
licenses necessary for the export of the products/goods, systems
or services under the terms of the Contract. Termination of the
Contract on this basis shall be for the Purchaser’s convenience
pursuant to Sub-Clause 35.3.
Section VIII – General Conditions of Contract 233

APPENDIX 1
Fraud and Corruption
(Text in this Appendix shall not be modified)
1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement
under Bank Investment Project Financing operations.
2. Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders
(applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-
consultants, service providers or suppliers; any agents (whether declared or not); and any of
their personnel, observe the highest standard of ethics during the procurement process,
selection and contract execution of Bank-financed contracts, and refrain from Fraud and
Corruption.
2.2 To this end, the Bank:
a. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another
party;
ii. “fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain
financial or other benefit or to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more parties designed
to achieve an improper purpose, including to influence improperly the actions
of another party;
iv. “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing of
evidence material to the investigation or making false statements to
investigators in order to materially impede a Bank investigation into
allegations of a corrupt, fraudulent, coercive, or collusive practice;
and/or threatening, harassing, or intimidating any party to prevent it
from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation; or
(b) acts intended to materially impede the exercise of the Bank’s
inspection and audit rights provided for under paragraph 2.2 e.
below.
Section VIII – General Conditions of Contract 234

b. Rejects a proposal for award if the Bank determines that the firm or individual
recommended for award, any of its personnel, or its agents, or its sub-consultants,
sub-contractors, service providers, suppliers and/ or their employees, has, directly
or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices in competing for the contract in question;
c. In addition to the legal remedies set out in the relevant Legal Agreement, may take
other appropriate actions, including declaring misprocurement, if the Bank
determines at any time that representatives of the Borrower or of a recipient of any
part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practices during the procurement process, selection and/or execution
of the contract in question, without the Borrower having taken timely and
appropriate action satisfactory to the Bank to address such practices when they
occur, including by failing to inform the Bank in a timely manner at the time they
knew of the practices;
d. Pursuant to the Bank’s Anti- Corruption Guidelines and in accordance with the
Bank’s prevailing sanctions policies and procedures, may sanction a firm or
individual, either indefinitely or for a stated period of time, including by publicly
declaring such firm or individual ineligible (i) to be awarded or otherwise benefit
from a Bank-financed contract, financially or in any other manner;1 (ii) to be a
nominated2 sub-contractor, consultant, manufacturer or supplier, or service
provider of an otherwise eligible firm being awarded a Bank-financed contract; and
(iii) to receive the proceeds of any loan made by the Bank or otherwise to participate
further in the preparation or implementation of any Bank-financed project;
e. Requires that a clause be included in bidding/request for proposals documents and
in contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers),
consultants, contractors, and suppliers, and their sub-contractors, sub-consultants,
service providers, suppliers, agents personnel, permit the Bank to inspect3 all
accounts, records and other documents relating to the procurement process,
selection and/or contract execution, and to have them audited by auditors appointed
by the Bank.

1
For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i)
applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-
contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such
contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
2
A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider
(different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in
its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder
to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
3
Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken
by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating
the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes
but is not limited to: accessing and examining a firm's or individual's financial records and information, and making copies
thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic
format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other
relevant individuals; performing physical inspections and site visits; and obtaining third party verification of information.
Section VIII – General Conditions of Contract 235

APPENDIX 2
Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH)
Performance Declaration for Subcontractors*
[The following table shall be filled in by each subcontractor proposed by the Supplier, that was not named in the
Contract]
Subcontractor’s Name: [insert full name]
Date: [insert day, month, year]
Contract reference [insert contract reference]
Page [insert page number] of [insert total number] pages
SEA and/or SH Declaration
We:
 (a) have not been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations.
 (b) are subject to disqualification by the Bank for non-compliance with SEA/ SH obligations.
 (c) had been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations, and
were removed from the disqualification list. An arbitral award on the disqualification case has been made
in our favor.
[If (c) above is applicable, attach evidence of an arbitral award reversing the findings on the issues
underlying the disqualification.]

Period of disqualification: From: _______________ To: ________________

Name of the Subcontractor

Name of the person duly authorized to sign on behalf of the Subcontractor _______

Title of the person signing on behalf of the Subcontractor ______________________

Signature of the person named above ______________________

Date signed ________________________________ day of ___________________, _____

Countersignature of authorized representative of the Supplier:


Signa3ture: ________________________________________________________

Date signed ________________________________ day of ___________________, _____


Section IX – Special Conditions of Contract 237

Section IX - Special Conditions of Contract


The following Special Conditions of Contract (SCC) shall supplement and / or amend the
General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein
shall prevail over those in the GCC.
[The Purchaser shall select insert the appropriate wording using the samples below or
other acceptable wording, and delete the text in italics]

GCC 1.1(i) The Purchaser’s Country is: The Socialist Republic of Vietnam

GCC 1.1(j) The Purchaser is: Hanoi University of Science and Technology

GCC 1.1(o) The Project Site(s)/Final Destination(s) is Hanoi University of Science


and Technology

GCC 1.1 (p) The term SEA/SH where used in the Contract has the following meaning:
• “Sexual Exploitation and Abuse” “(SEA)” means the following:
Sexual Exploitation is defined as any actual or attempted abuse of
position of vulnerability, differential power or trust, for sexual
purposes, including, but not limited to, profiting monetarily,
socially or politically from the sexual exploitation of another.
Sexual Abuse is defined as the actual or threatened physical
intrusion of a sexual nature, whether by force or under unequal or
coercive conditions.
• “Sexual Harassment” “(SH)” is defined as unwelcome sexual
advances, requests for sexual favors, and other verbal or physical
conduct of a sexual nature by contractor’s personnel with other
contractor’s, subcontractors’ or employer’s personnel.
GCC 4.2 (a) The meaning of the trade terms shall be as prescribed by Incoterms.

GCC 4.2 (b) The version edition of Incoterms shall be Incoterms 2010

GCC 5.1 The language shall be: English

GCC 8.1 For notices, the Purchaser’s address shall be:


Attention: Mr. Tran Ngoc Khiem
Street Address: No.01 Dai Co Viet Str., Hai Ba Trung Dist., Hanoi,
Vietnam
Hanoi University of Science and Technology
Room number 213- Ta Quang Buu Library Building
City: Hanoi
Section IX – Special Conditions of Contract 238

ZIP Code: 10000


Country: Vietnam

Telephone: (+84)2 48684055


Email address: khiem.tranngoc@hust.edu.vn

GCC 9.1 The governing law shall be the law of: The Socialist Republic of Vietnam

GCC 10.2 The rules of procedure for arbitration proceedings pursuant to GCC Clause
10.2 shall be as follows:
(a) Contract with foreign Supplier:
GCC 10.2 (a)—Any dispute, controversy or claim arising out of
or relating to this Contract, or breach, termination or invalidity
thereof, shall be settled by arbitration in accordance with the
UNCITRAL Arbitration Rules as at present in force.
(b) Contracts with Supplier national of the Purchaser’s Country:
In the case of a dispute between the Purchaser and a Supplier
who is a national of the Purchaser’s Country, the dispute shall
be referred to adjudication or arbitration in accordance with the
laws of the Purchaser’s Country.

GCC 13.1
Details of shipping and documents to be furnished by the Supplier shall be
as follow:

For Goods supplied as per CIP Incoterms 2010:


Upon shipment, the Supplier shall notify the Purchaser and the Insurance
Company by telex or fax the full details of the shipment, including
Contract number, description of Goods, quantity, the vessel, the bill of
lading number and date, port of loading, date of shipment, port of
discharge, etc. The Supplier shall send the following documents to the
Purchaser, with a copy to the Insurance Company:
Section IX - Special Conditions of Contract 239

1. For those Goods manufactured outside of the Purchaser’s country:

i. 01 originals and 03 copies of the Supplier’s invoice showing the


description of the Goods, quantity, unit price, and total amount;

ii. Full set of 01 original and 03 copies of the negotiable, clean, on-
board bill of lading marked “freight prepaid” and 03 originals
and 03 copies of non-negotiable bill of lading;

iii. 01 original and 03 copies of the packing list identifying contents


of each package;

iv. Full set of originals and 03 copies of insurance certificate


covering 110% of the value of the respective Goods (calculated
from the Goods cost) covering all risks, war risks and strike
clauses, showing claim payable in Purchaser’s country expressed
in the Contract’s currency that can be easily convertible, address
and telephone number of the settled agent in Vietnam;

v. 01 originals of Manufacturer’s or Supplier’s warranty certificate


for at least the period of 12 months starting from the date of
handling over the Goods and completing all the test for running
the Goods and be put into usage;

vi. 01 original inspection certificate, issued by the nominated


inspection agency (if applicable),

vii. 01 original the Supplier’s factory inspection report (for those


equipment requiring authorization);

viii. 01 original and 03 copies of certificate of origin issued by the


corresponding Chamber of Commerce.

ix. 03 originals and 03 copies of certificate of quality issued by


respective manufacturer;

The Purchaser shall receive the above documents at least one week before
arrival of the Goods at the port or place of arrival in order to process the
Customs Clearance and, if not received, the Supplier will be responsible
for any consequent expenses.
The Purchaser shall take full responsibility for any levies or penalties
including demurrage charges at the destination port which may arise from
the Purchaser’s default including mishandling of above documents even if
they are delivered within the above-mentioned time.
2. For those Goods manufactured inside of the Purchaser’s country:
Details of Shipping and other Documents to be furnished by the Supplier
are:
Section IX – Special Conditions of Contract 240

i. 01 originals and 03 copies of the Supplier’s invoice showing the


description of the Goods, quantity, unit price, and total amount;
ii. 01 originals of Manufacturer’s or Supplier’s warranty certificate
for at least the period of 12 months starting from the date of
handling over the Goods and completing all the test for running
the Goods and be put into usage;
iii. 01 original inspection certificate, issued by the nominated
inspection agency (if applicable),
iv. 01 original the Supplier’s factory inspection report (for those
equipment requiring authorization);
v. 03 originals and 03 copies of certificate of quality issued by
respective manufacturer;
The Purchaser shall take full responsibility for obtaining, but not
limited to, all necessary permits, approvals, or any other procedures
with regard to customs clearance once fully receiving the required
documents from the Supplier. The above documents shall be received
by the Purchaser before arrival of the Goods and, if not received, the
Supplier will be responsible for any consequent expenses.

GCC 14.9 GCC 14.9.1 The Supplier shall have a code of conduct, and provide
appropriate sensitization, for the Supplier’s personnel carrying
out installation/ operation/ maintenance/ operation and
maintenance that include, but not limited to, maintaining a safe
working environment and not engaging in the following
practices:
(i) any form of sexual harassment including unwelcome
sexual advances, requests for sexual favors, and other
verbal or physical conduct of a sexual nature with other
Supplier’s or Purchaser’s personnel;
(ii) any form of sexual exploitation, which means any actual
or attempted abuse of position of vulnerability,
differential power or trust, for sexual purposes,
including, but not limited to, profiting monetarily,
socially or politically from the sexual exploitation of
another;
(iii) any form of sexual abuse, which means the actual or
threatened physical intrusion of a sexual nature, whether
by force or under unequal or coercive conditions; and
(iv) any form of sexual activity with individuals under the
age of 18, except in case of pre-existing marriage.
GCC 14.9.2 The Purchaser may require the Supplier to remove (or cause to
be removed), from the site or other places where the
Section IX - Special Conditions of Contract 241

installation/operation/maintenance/operation and maintenance is being


executed, a Supplier’s personnel that undertakes behaviors that are not
consistent with the code of conduct stated in GCC 14.9.1. Notwithstanding
any requirement from the Purchaser to replace any such person, the
Supplier shall immediately remove (or cause to be removed) any such
person, from the site or other places where the installation / operation /
maintenance/ operation and maintenance is being executed. In either case,
the Supplier shall promptly appoint, as appropriate, a suitable replacement
with equivalent skills and experience.

GCC 15.1 The prices charged for the Goods supplied and the related Services
performed shall not be adjustable.

GCC 16.1 The method and conditions of payment to be made to the Supplier under
this Contract shall be as follows:

Payment for Goods supplied from abroad:

Payment of foreign currency portion shall be made in (…currency of the


contract price…) in the following manner:

(i) Advanced Payment: Twenty percent (20%) of the Contract Price shall
be paid within thirty (30) days of signing of the Contract, and upon
submission of claim and a bank guarantee for equivalent amount valid until
the Goods are delivered and in the form provided in the bidding document
or another form acceptable to the Purchaser.

(ii) On Shipment: Sixty (60) percent of the Contract Price of the Goods
shipped shall be paid, upon submission of document specified in GCC
Clause 13, acceptable to the Purchaser.

(iii) On Acceptance: Twenty (20) percent of the Contract Price of Goods


received shall be paid within thirty (30) days of receipt of the Goods upon
submission of claim supported by the acceptance certificate issued by the
Purchaser.

Payment of local currency portion shall be made in VND within thirty (30)
days of presentation of claim supported by a certificate from the Purchaser
declaring that the Goods have been delivered and that all other contracted
Services have been performed.

Payment for Goods and Services supplied from within the Purchaser’s
Country:

Payment of foreign currency portion shall be made in Vietnam Dong


(VND) in the following manner:

(i) Advanced Payment: Twenty percent (20%) of the Contract Price shall
be paid within thirty (30) days of signing of the Contract against a simple
receipt and a bank guarantee for equivalent amount and in the form
Section IX – Special Conditions of Contract 242

provided in the bidding document or another form acceptable to the


Purchaser.

(ii) On Delivery: Sixty (60) percent of the Contract Price shall be paid on
receipt of the Goods and upon submission of document specified in GCC
Clause 13, acceptable to the Purchaser.

(iii) On Acceptance: The remaining twenty (20) percent of the Contract


Price shall be paid to the Supplier within thirty (30) days after the date
of acceptance certificate for the respective delivery issued by the
Purchaser.

GCC 16.5 The payment-delay period after which the Purchaser shall pay interest to
the supplier shall be 60 days after the supplier fulfils all the required works,
services and documents correspondingly requested for the related payment
and after the Purchaser has accepted those documents
The interest rate that shall be applied is 0.1 % for the delayed amount of
payment per week

GCC 18.1 The amount of the Performance Security shall be: 10% of the total Contract
price. The Performance Security shall be reduced to be 5% during the
warranty period.

GCC 18.3 The Performance Security shall be in the form of a Bank Guarantee issued
by a reputable bank located in the Supplier’s country or abroad, acceptable
to the Purchaser. The Performance security shall be denominated in the
currency(ies) of payment of the Contract, in accordance with their portions
of the Contract Price.

GCC 18.4 Discharge of the Performance Security shall take place twenty-eight (28)
days following the date of Completion of the Supplier’s performance
obligations under the Contract, including any warranty obligations, as
stipulated in GCC18.4

GCC 23.2 The packing, marking and documentation within and outside the packages
shall be conformed with the following requirements:
Section IX - Special Conditions of Contract 243

1. Each individual item is to be wrapped/packed to prevent damage


during transit;
2. All items are required to be packed in a Secondary package and the
Secondary package shall be marked with nomenclature of items
contained therein;
3. Secondary packages are to be contained in a Principal Carton / Crate
which shall be marked with the details of the type of Goods
contained therein;
4. All principal Cartons/Crates are to be double strapped crosswise;
5. All principal Cartons/Crates are to be marked as follows:
- Project Name: Support for Autonomous Higher Education Project -
SAHEP
- Purchaser Name: Hanoi University of Science and Technology
- Attention person: Mr. Tran Ngoc Khiem
- Final Destination Address: Hanoi University of Science and
Technology- No 01 Dai Co Viet str, Hai Ba Trung Dist., Hanoi,
Vietnam
- Email: khiem.tranngoc@hust.edu.vn
- Tel: (+84) 24 38684055
- Package Number/Total Packages
6. The Supplier shall show on the container/Cartons/Crates, markings
and quantities, net and gross weights and cubic measurement;
7. Containers shall be numbered, by the Supplier, to designate the
package number, total number of packages being shipped;
8. All boxes shall also bear handling information, warnings and special
labels as may be required under the existing rules and regulations
governing the acceptance of cargo transportation by either sea, rail,
road or air;
9. Outside marking should not indicate contents of the container and
10. All containers shall be numbered by the Supplier to designate the
package number and total number of packages being shipped: for
example, 1/5, 2/5, 3/5, 4/5, and 5/5, the first figure designates the
package number and the second figure designating the total number
of packages in the shipment.
Any costs incurred due to or attributed to deficient marking of packages
shall be borne by the Supplier. Content of each shipping package shall be
itemized on a detailed packing list showing exact weight, extreme outside
dimensions (length, width and height) of each piece or container. One copy
of the detailed packing list shall be enclosed in each package to be shipped.
There shall also be enclosed in one package a master packing list
summarizing and identifying each individual package which is part of that
shipment. Box number in which the master packing list is contained should
be shown on each packing list.

GCC 24.1 The insurance coverage shall be in accordance with: covering 110% of the
value of the Goods in the required currency set in the Contract (Incoterm
2010-CIP price or EXW price) covering all risks, war risks and strike
clauses, showing claim payable in Purchaser’s country in the Contract’s
Section IX – Special Conditions of Contract 244

currency that can be easily convertible into Purchaser’s currency, address


and telephone number of the insurance agent in Purchaser's country.
Inland insurance(s) shall be covered by the Supplier. The Supplier will
submit one (1) copy of insurance certificate to the Purchaser.

GCC 25.1 Responsibility for transportation of the Goods shall be as specified in the
Incoterms 2010.

GCC 25.2 Incidental services to be provided are:


a) Furnishing of tools required for assembly and/or maintenance of the
supplied Goods;
(b) Furnishing of a detailed operations and maintenance manual for each
appropriate unit of the supplied Goods;
(c) Performance or supervision or maintenance and/or repair of the supplied
Goods, for a period of time agreed by the parties, provided that this service
shall not relieve the Supplier of any warranty obligations under this
Contract; and
(d) Training of the Purchaser’s personnel, at the Supplier’s plant and/or on-
site, in assembly, start-up, operation, maintenance, and/or repair of the
supplied Goods.
The price quoted in the Bid price shall be included in the Contract Price
GCC 26.1 The inspections and tests shall be carried out by the independent and
internationally accredited Inspection agency (“IA”) before shipment and
after installation and IA shall be appointed by supplier with the approval of
purchaser. Materials and documents served for the inspections and tests’
purposes shall be purchased by the Supplier. However, in case of the testing
after operating, all costs relating to electricity, water and telephone shall be
at the responsibility of the Purchaser.
During the Goods delivery period, the Purchaser has the right to inspect at
any time to ensure the suitable quality of the Goods with their own
expenses.
All the storage’s fee incurred during the custom’s clearance will be borne
by the Supplier/Bidder.

GCC 26.2 The Inspections and tests shall be conducted at:


(i) corresponding stores of the Bidder or relating Manufacturers if being
conducted before shipments; or
(ii) at port if being conducted during delivery; or
(iii) Project’s site if being conducted after delivery.

GCC 27.1 The liquidated damage shall be: 0.5% per week.

GCC 27.1 The maximum amount of liquidated damages shall be: 10% of the total
contract value.
Section IX - Special Conditions of Contract 245

GCC 28.3 The period of validity of the Warranty shall be: 12 months from date of all
the Goods supplied be handled over and satisfied all the required running
test, getting the acceptance report from the Investment owner in order to
put into use.
The Supplier shall, in addition, comply with the performance and/or
consumption guarantees specified under the Contract. If, for reasons
attributable to the Supplier, these guarantees are not attained in whole or in
part, the Supplier shall, at its discretion, either:
- Make such changes, modifications, and/or additions to the Goods or any
part thereof as may be necessary in order to attain the contractual guarantees
specified in the Contract at its own cost and expense and to carry out further
performance tests in accordance with GCC 26.7,
For purposes of the Warranty, the place(s) of final destination(s) shall be:
Hanoi University of Science and Technology
Add: No 1 Dai Co Viet str, Hai Ba Trung Dist., Hanoi, Vietnam
GCC 28.5, The period for repair or replacement shall be: 30 days from the date the
GCC 28.6 Bidder receives the Notice of problem relating to the Goods supplied in
the Contract.

GCC 33.4
Not application
Section X – Contract Forms 247

Section X - Contract Forms

Table of Forms

Notification of Intention to Award .................................................................................... 248

Beneficial Ownership Disclosure Form ............................................................................ 252

Letter of Acceptance ........................................................................................................... 254

Contract Agreement ........................................................................................................... 255

Performance Security ......................................................................................................... 257

Advance Payment Security ................................................................................................ 259


Section X – Contract Forms 248

Notification of Intention to Award


[This Notification of Intention to Award shall be sent to each Bidder that submitted a Bid.]

[Send this Notification to the Bidder’s Authorized Representative named in the Bidder
Information Form]
For the attention of Bidder’s Authorized Representative
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]

[IMPORTANT: insert the date that this Notification is transmitted to Bidders. The
Notification must be sent to all Bidders simultaneously. This means on the same date and
as close to the same time as possible.]
DATE OF TRANSMISSION: This Notification is sent by: [email/fax] on [date] (local time)

Notification of Intention to Award


Purchaser: [insert the name of the Purchaser]
Project: [insert name of project]
Contract title: [insert the name of the contract]
Country: [insert country where RFB is issued]
Loan No. /Credit No. / Grant No.: [insert reference number for loan/credit/grant]
RFB No: [insert RFB reference number from Procurement Plan]

This Notification of Intention to Award (Notification) notifies you of our decision to award
the above contract. The transmission of this Notification begins the Standstill Period.
During the Standstill Period you may:

a) request a debriefing in relation to the evaluation of your Bid, and/or

b) submit a Procurement-related Complaint in relation to the decision to award the


contract.

1. The successful Bidder

Name: [insert name of successful Bidder]

Address: [insert address of the successful Bidder]

Contract price: [insert contract price of the successful Bid]

2. Other Bidders [INSTRUCTIONS: insert names of all Bidders that submitted a Bid.
If the Bid’s price was evaluated include the evaluated price as well as the Bid price
as read out.]
Section X - Contract Forms 249

Evaluated Bid price


Name of Bidder Bid price
(if applicable)
[insert name] [insert Bid price] [insert evaluated price]

[insert name] [insert Bid price] [insert evaluated price]

[insert name] [insert Bid price] [insert evaluated price]

[insert name] [insert Bid price] [insert evaluated price]

[insert name] [insert Bid price] [insert evaluated price]

3. Reason/s why your Bid was unsuccessful

[INSTRUCTIONS: State the reason/s why this Bidder’s Bid was unsuccessful. Do
NOT include: (a) a point by point comparison with another Bidder’s Bid or (b)
information that is marked confidential by the Bidder in its Bid.]

4. How to request a debriefing

DEADLINE: The deadline to request a debriefing expires at midnight on [insert


date] (local time).
You may request a debriefing in relation to the results of the evaluation of your Bid. If
you decide to request a debriefing your written request must be made within three (3)
Business Days of receipt of this Notification of Intention to Award.
Provide the contract name, reference number, name of the Bidder, contact details; and
address the request for debriefing as follows:
Attention: [insert full name of person, if applicable]
Title/position: [insert title/position]
Agency: [insert name of Purchaser]
Email address: [insert email address]
Fax number: [insert fax number] delete if not used
If your request for a debriefing is received within the 3 Business Days deadline, we will
provide the debriefing within five (5) Business Days of receipt of your request. If we are
unable to provide the debriefing within this period, the Standstill Period shall be extended
by five (5) Business Days after the date that the debriefing is provided. If this happens,
we will notify you and confirm the date that the extended Standstill Period will end.
The debriefing may be in writing, by phone, video conference call or in person. We shall
promptly advise you in writing how the debriefing will take place and confirm the date
and time.
Section X – Contract Forms 250

If the deadline to request a debriefing has expired, you may still request a debriefing. In
this case, we will provide the debriefing as soon as practicable, and normally no later
than fifteen (15) Business Days from the date of publication of the Contract Award
Notice.

5. How to make a complaint

Period: Procurement-related Complaint challenging the decision to award shall be


submitted by midnight, [insert date] (local time).
Provide the contract name, reference number, name of the Bidder, contact details; and
address the Procurement-related Complaint as follows:
Attention: [insert full name of person, if applicable]
Title/position: [insert title/position]
Agency: [insert name of Purchaser]
Email address: [insert email address]
Fax number: [insert fax number] delete if not used
At this point in the procurement process, you may submit a Procurement-related
Complaint challenging the decision to award the contract. You do not need to have
requested, or received, a debriefing before making this complaint. Your complaint must
be submitted within the Standstill Period and received by us before the Standstill Period
ends.
Further information:
For more information see the Procurement Regulations for IPF Borrowers (Procurement
Regulations)[https://policies.worldbank.org/sites/ppf3/PPFDocuments/Forms/DispPage.
aspx?docid=4005] (Annex III). You should read these provisions before preparing and
submitting your complaint. In addition, the World Bank’s Guidance “How to make a
Procurement-related Complaint” [http://www.worldbank.org/en/projects-
operations/products-and-services/brief/procurement-new-framework#framework]
provides a useful explanation of the process, as well as a sample letter of complaint.
In summary, there are four essential requirements:
1. You must be an ‘interested party’. In this case, that means a Bidder who submitted
a Bid in this bidding process, and is the recipient of a Notification of Intention to
Award.
2. The complaint can only challenge the decision to award the contract.
3. You must submit the complaint within the period stated above.
4. You must include, in your complaint, all of the information required by the
Procurement Regulations (as described in Annex III).
Section X - Contract Forms 251

6. Standstill Period

DEADLINE: The Standstill Period is due to end at midnight on [insert date] (local
time).
The Standstill Period lasts ten (10) Business Days after the date of transmission of this
Notification of Intention to Award.
The Standstill Period may be extended as stated in Section 4 above.

If you have any questions regarding this Notification please do not hesitate to contact us.

On behalf of the Purchaser:

Signature: ______________________________________________

Name: ______________________________________________

Title/position: ______________________________________________

Telephone: ______________________________________________

Email: ______________________________________________
Section X – Contract Forms 252

Beneficial Ownership Disclosure Form

INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED


THE FORM

This Beneficial Ownership Disclosure Form (“Form”) is to be completed by the successful


Bidder. In case of joint venture, the Bidder must submit a separate Form for each member.
The beneficial ownership information to be submitted in this Form shall be current as of the
date of its submission.

For the purposes of this Form, a Beneficial Owner of a Bidder is any natural person who
ultimately owns or controls the Bidder by meeting one or more of the following conditions:

• directly or indirectly holding 25% or more of the shares


• directly or indirectly holding 25% or more of the voting rights
• directly or indirectly having the right to appoint a majority of the board of directors
or equivalent governing body of the Bidder

RFB No.: [insert number of RFB process]


Request for Bid No.: [insert identification]

To: [insert complete name of Purchaser]

In response to your request in the Letter of Acceptance dated [insert date of letter of
Acceptance] to furnish additional information on beneficial ownership: [select one option as
applicable and delete the options that are not applicable]

(i) we hereby provide the following beneficial ownership information.

Details of beneficial ownership


Identity of Directly or Directly or Directly or indirectly
Beneficial Owner indirectly holding indirectly holding having the right to
25% or more of the 25 % or more of appoint a majority of the
shares the Voting Rights board of the directors or
an equivalent governing
(Yes / No) (Yes / No) body of the Bidder
(Yes / No)

[include full name


(last, middle, first), 
nationality, country
of residence]
Section X - Contract Forms 253

OR

(ii) We declare that there is no Beneficial Owner meeting one or more of the following
conditions:

• directly or indirectly holding 25% or more of the shares


• directly or indirectly holding 25% or more of the voting rights
• directly or indirectly having the right to appoint a majority of the board of directors or
equivalent governing body of the Bidder

OR

(iii) We declare that we are unable to identify any Beneficial Owner meeting one or more of
the following conditions. [If this option is selected, the Bidder shall provide explanation on
why it is unable to identify any Beneficial Owner]
• directly or indirectly holding 25% or more of the shares
• directly or indirectly holding 25% or more of the voting rights
• directly or indirectly having the right to appoint a majority of the board of directors or
equivalent governing body of the Bidder]”

Name of the Bidder: *[insert complete name of the Bidder]_________

Name of the person duly authorized to sign the Bid on behalf of the Bidder: **[insert
complete name of person duly authorized to sign the Bid]___________

Title of the person signing the Bid: [insert complete title of the person signing the
Bid]______

Signature of the person named above: [insert signature of person whose name and
capacity are shown above]_____

Date signed [insert date of signing] day of [insert month], [insert year]_____

*
In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder. In the
event that the Bidder is a joint venture, each reference to “Bidder” in the Beneficial Ownership Disclosure Form
(including this Introduction thereto) shall be read to refer to the joint venture member.
**
Person signing the Bid shall have the power of attorney given by the Bidder. The power of attorney shall be
attached with the Bid Schedules.
Section X – Contract Forms 254

Letter of Acceptance
[use letterhead paper of the Purchaser]

[date]
To: [name and address of the Supplier]

Subject: Notification of Award Contract No. . . . . . . . . ..

This is to notify you that your Bid dated [insert date] for execution of the [insert name of the
contract and identification number, as given in the SCC] for the Accepted Contract Amount
of [insert amount in numbers and words and name of currency], as corrected and modified
in accordance with the Instructions to Bidders is hereby accepted by our Agency.

You are requested to furnish (i) the Performance Security within 28 days in accordance with
the Conditions of Contract, using for that purpose one of the Performance Security Forms
and (ii) the additional information on beneficial ownership in accordance with BDS ITB 45.1
within eight (8) Business days using the Beneficial Ownership Disclosure Form, included in
Section X, - Contract Forms, of the Bidding Document.

Authorized Signature:
Name and Title of Signatory:
Name of Agency:

Attachment: Contract Agreement


Section X - Contract Forms 255

Contract Agreement
[The successful Bidder shall fill in this form in accordance with the instructions indicated]

THIS AGREEMENT made


the [insert: number] day of [insert: month], [insert: year].

BETWEEN
(1) [insert complete name of Purchaser], a [insert description of type of legal
entity, for example, an agency of the Ministry of .... of the Government of
{insert name of Country of Purchaser}, or corporation incorporated under the
laws of {insert name of Country of Purchaser}] and having its principal place
of business at [insert address of Purchaser] (hereinafter called “the
Purchaser”), of the one part, and
(2) [insert name of Supplier], a corporation incorporated under the laws of
[insert: country of Supplier] and having its principal place of business at
[insert: address of Supplier] (hereinafter called “the Supplier”), of the other
part:
WHEREAS the Purchaser invited Bids for certain Goods and ancillary services, viz., [insert
brief description of Goods and Services] and has accepted a Bid by the Supplier for the supply
of those Goods and Services

The Purchaser and the Supplier agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of
this Agreement. This Agreement shall prevail over all other contract documents.

(a) the Letter of Acceptance


(b) the Letter of Bid
(c) the Addenda Nos._____ (if any)
(d) Special Conditions of Contract
(e) General Conditions of Contract
(f) the Specification (including Schedule of Requirements and Technical
Specifications)
(g) the completed Schedules (including Price Schedules)
Section X – Contract Forms 256

(h) any other document listed in GCC as forming part of the Contract
3. In consideration of the payments to be made by the Purchaser to the Supplier as specified
in this Agreement, the Supplier hereby covenants with the Purchaser to provide the
Goods and Services and to remedy defects therein in conformity in all respects with the
provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of
the Goods and Services and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and
in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of [insert the name of the Contract governing law country] on the
day, month and year indicated above.

For and on behalf of the Purchaser

Signed: [insert signature]


in the capacity of [insert title or other appropriate designation]
In the presence of [insert identification of official witness]

For and on behalf of the Supplier

Signed: [insert signature of authorized representative(s) of the Supplier]


in the capacity of [insert title or other appropriate designation]
in the presence of [insert identification of official witness]
Section X - Contract Forms 257

Performance Security
(Bank Guarantee)

[The bank, as requested by the successful Bidder, shall fill in this form in accordance with
the instructions indicated]

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [insert name and Address of Purchaser]

Date: _ [Insert date of issue]

PERFORMANCE GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that _ [insert name of Supplier, which in the case of a joint venture shall be the
name of the joint venture] (hereinafter called "the Applicant") has entered into Contract No. [insert
reference number of the contract] dated [insert date] with the Beneficiary, for the supply of _ [insert
name of contract and brief description of Goods and related Services] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance


guarantee is required.

At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures]
( ) [insert amount in words],1 such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, upon receipt by us of the Beneficiary’s
complying demand supported by the Beneficiary’s statement, whether in the demand itself or
in a separate signed document accompanying or identifying the demand, stating that the
Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary needing
to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the …. Day of ……, 2…2, and any demand for
payment under it must be received by us at this office indicated above on or before that date.

1
The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount
specified in the Letter of Acceptance, and denominated either in the currency (ies) of the Contract or a freely
convertible currency acceptable to the Beneficiary.
2
Insert the date twenty-eight days after the expected completion date as described in GC Clause 18.4. The
Purchaser should note that in the event of an extension of this date for completion of the Contract, the
Purchaser would need to request an extension of this guarantee from the Guarantor. Such request must be
in writing and must be made prior to the expiration date established in the guarantee. In preparing this
guarantee, the Purchaser might consider adding the following text to the form, at the end of the penultimate
Section X – Contract Forms 258

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is
hereby excluded.

_____________________
[signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.

paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six
months] [one year], in response to the Beneficiary’s written request for such extension, such request to be
presented to the Guarantor before the expiry of the guarantee.”
Section X - Contract Forms 259

Advance Payment Security


Demand Guarantee

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Insert name and Address of Purchaser]

Date: [Insert date of issue]

ADVANCE PAYMENT GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of Supplier, which in the case of a joint venture shall
be the name of the joint venture] (hereinafter called “the Applicant”) has entered into Contract
No. [insert reference number of the contract] dated [insert date] with the Beneficiary, for the
execution of [insert name of contract and brief description of Goods and related Services]
(hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, an advance


payment in the sum [insert amount in figures] () [insert amount in words] is to be made against
an advance payment guarantee.

At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures]
( ) [insert amount in words]1 upon receipt by us of the Beneficiary’s complying demand
supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed
document accompanying or identifying the demand, stating either that the Applicant:

(a) has used the advance payment for purposes other than toward delivery of Goods;
or
(b) has failed to repay the advance payment in accordance with the Contract
conditions, specifying the amount which the Applicant has failed to repay.

1
The Guarantor shall insert an amount representing the amount of the advance payment and denominated
either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible
currency acceptable to the Purchaser.
Section X – Contract Forms 260

A demand under this guarantee may be presented as from the presentation to the Guarantor of
a certificate from the Beneficiary’s bank stating that the advance payment referred to above
has been credited to the Applicant on its account number [insert number] at [insert name and
address of Applicant’s bank].

The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Applicant as specified in copies of interim statements or
payment certificates which shall be presented to us. This guarantee shall expire, at the latest,
upon our receipt of a copy of the interim payment certificate indicating that ninety (90) percent
of the Accepted Contract Amount, has been certified for payment, or on the [insert day] day
of [insert month], 2 [insert year], whichever is earlier. Consequently, any demand for payment
under this guarantee must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No.758, except that the supporting statement under Article 15(a) is
hereby excluded.

____________________
[signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.

You might also like