13.07.2015 Views

Tender Document - Pollution Control Board, Assam

Tender Document - Pollution Control Board, Assam

Tender Document - Pollution Control Board, Assam

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

<strong>Tender</strong> <strong>Document</strong>This document contains the following:i) Copy of quotation noticeii) General Terms and Conditions of Bidiii) Terms and Conditions for Submission ofBidiv) Application Formv) Undertakingvi) Bid Formvii) Detailed specification of the instruments.viii) Schedule of Earnest Money to be depositedalong with <strong>Tender</strong> (Annexure-IV)ix) Check List.


GENERAL TERMS AND CONDITIONS:1. Bidder must pay for the tender document, without which tender will not beaccepted.2. The <strong>Board</strong> takes no responsibility for delay or non receipt of <strong>Tender</strong> <strong>Document</strong> sentby post either way and also reserves the right to accept; or reject any or all thetenders in part or full without assigning any reason thereof.3. Bidder is expected to follow all the instructions mentioned in the biddingdocuments. Failure to furnish required information or submission of a bid notsubstantially irresponsive to the bidding document will be the bidder’s risk.4. This tender notice, <strong>Tender</strong> forms, Specification etc are also available on PCBA’swebsite www.pcbassam.org. Bidders using down loaded tender forms mustsubmit a separate tender fee by Demand Draft alongwith the technical part of thebid. The tender without requisite tender fee will be rejected.5. This call of tenders does not bind the <strong>Board</strong> to place order. The tenders submittedin response to this invitation be rejected without assigning any reason.6. The <strong>Board</strong> at its discretion may extend the last date of submission of tender andopening of tenders. The final authority for acceptance of a <strong>Tender</strong> will rest with theChairman, <strong>Pollution</strong> <strong>Control</strong> <strong>Board</strong>, <strong>Assam</strong> who does not bind himself to accept thelowest tender and is vested with the authority to reject any or all of the tendersreceived without assigning any reason.7. The warranty period is between twelve months to thirty six months depending onthe item and starting from the date of successful commissioning of the instrument.8. Any overwriting, erasures and interlineations should be initiated by the bidder,without which such bid will not accepted.9. In case, the date of opening of tender is declared as Public Holiday, the tendershall be open on the next working day as the same time.10. The bidder should be a manufacturer/authorized dealer or supplier and mustsubmit Authorization certificate with tender documents in case of dealer or supplier.11. Outside bidder should send the tender through Registered post. <strong>Board</strong> is notresponsible for not receiving any tender within the last date of submission oftender. However, local bidder can drop their tender in the tender box kept in theoffice for the purpose.12. <strong>Document</strong>s, literature, diagrams/Leaflets, samples etc. enclosed in the tender shallbecome the property of the <strong>Pollution</strong> <strong>Control</strong> <strong>Board</strong>, <strong>Assam</strong> without any payment.13. Canvassing in any form will disqualify the Bid.14. The <strong>Tender</strong> Notice No. WB/LB-16/Pt-I/97-98/349 dated 02.01.2013 should beinvariably be quoted in the bid and for further correspondence in this regard.15. The courts at Guwahati shall have exclusive jurisdiction to entertain and try allmatters arising out of this contract.16. All the <strong>Tender</strong>s should be addressed to:THE MEMBER SECRETARY,POLLUTION CONTROL BOARD, ASSAMBAMUNIMAIDAN, GUWAHATI-7810212


2.0 SUBMISSION OF BID1. The bid must accompany Annexure-I with Techno Commercial part of Bid and andAnnexure-II & III along with 'Price' part of the Bid duly filled in and signed by theBidder along with the seal of the Firm.2. The Bidders are requested to quote-total price of each instrument separatelyindicating the Govt. levies, freight, insurance, installation charges and otherexpenditure item-wise F.O.R. PCBA, Guwahati. The bidders are expected toexamine the bidding documents carefully and are deemed to have received andread all documents. It shall be the responsibility of the bidders to request thecopies of any missing documents. Failure to do so will be at bidders risks.BIDDER CAN QUOTE THE RATES FOR ALL THE INSTRUMENTS OR SOMEOF THE INSTRUMENTS AGAINST ONE TENDER DOCUMENT. HOWEVER,SEPARATE PRICE BID AND TECHNICAL BID SHOULD BE SUBMITTED FOREACH ITEM CLEARLY MENTIONING THE ITEM CODE NUMBER, ITEM NAMEON THE TOP OF THE ENVELOPES WITH SENDERS NAME AND ADDRESS.THE POLLUTION CONTROL BOARD, ASSAM, RESERVES THE RIGHT TOACCEPT THE TENDER IN FULL OR IN PART. THE BID FOR EACH ITEMSHOULD BE IN SEPARATE SHEETS/PAGES AND ITEM CODE NUMBERSHOULD BE WRITTEN ON THE TOP OF EACH BID. EMD SHOULD BESUBMITTED SEPARATELY AGAINST EACH ITEM. ITEM-WISE TECHNICALSPECIFICATIONS AND PRICES SHOULD BE IN SEPARATE ENVELOPS i.e.THERE SHOULD BE SEPARATE ENVELOPE FOR EACH ITEMS INCASEBIDDERS DESIRES TO QUOTE MORE THAN ONE ITEM. TENDERERSSHOULD COMPLY THE ABOVE INSTRUCTION.3. For the authorized Indian Suppliers, supplying foreign Origin/manufactured items,they are allowed to quote in Indian Rupees on FOR destination basis. However,the <strong>Board</strong> will not enter into any Trade Agreement such as high Sea Sale/deedetc. The Concessional Custom Duty and Excise Duty Exemption certificate will besupplied. In that case, the normal custom duty applicable should be borne by thesupplier. The entire responsibility/charges upto destination should be borne by thesupplier. Therefore excise duty and custom duty excluded price should be quoted.Taxes, other levies, insurance, Octroi, freight etc., if any should be indicatedseparately, No C/D forms will be issued against VAT/CST.4. It may be noted that mere quoting lowest rates will not entitle any firm to get theorder. The quality of the item being offered, the past performance supply etc. willalso be taken into consideration. Prior to award of purchase order the buyer cancall any details, explanation, regarding technical & financial aspect, includingdemonstration of the instrument/equipment.5. The <strong>Tender</strong> is to be submitted "single stage-3 envelops system" i.e. the firstsealed envelope will contain the earnest money, the second sealed envelop willfull information required to judge pre-qualification, earnest money, completedetails and specifications of the instruments offered including the leaflets and3


catalogues, list of credentials with documentary evidence i.e., purchase order etc.,PAN No., Vat/Sales Tax Registration No., Affidavit for not being black listed,Commercial Terms & Conditions etc. It shall be marked "Pre-qualifications,technical and commercial Bid No. WB/LB-16/Pt-I/97-98/349 dtd. 02.01.2013due on 28.01.2013 for supply of Scientific Equipments. The third envelope willcontain only price quoted by the bidder in the form given at Annexure -II of thisdocument and shall be clearly marked "Price Bid No. WB/LB-16/Pt-I/97-98/349dtd. 02.01.2013 for instruments & equipment”. All the above envelopes must beseparately sealed and shall be kept in one envelope bearing the address of<strong>Pollution</strong> <strong>Control</strong> <strong>Board</strong>, <strong>Assam</strong> and superscribed with bold letter "<strong>Tender</strong> for theItem no. .…”. The senders’ address should be mentioned in all envelopes.6. The list of instruments/equipments their approximate quantity is given atAnnexure-IV and the detailed specification of the Instruments are given in thetender documents (Page No. 11-34). The quantity mentioned in the tenderdocuments may be increased or decreased at the discretion of the CompetentAuthority in the <strong>Pollution</strong> <strong>Control</strong> <strong>Board</strong>, <strong>Assam</strong> without assigning any reason.7. Item Code number(s) should be mentioned invariably on all envelopes.Technical & Commercial part of the tender will be opened at 11.00 AM on29.01.2013 in the office of the <strong>Pollution</strong> <strong>Control</strong> <strong>Board</strong>, <strong>Assam</strong>, in presence of therepresentatives of the <strong>Tender</strong>ers who would like to present. Sealed Price part ofTechnically and Commercially acceptable tenders will be opened on a later date inthe presence of purchase committee of the <strong>Board</strong>.8. The EARNEST MONEY shall be in the form of Demand Draft only in favour of"MEMBER SECRETARY, POLLUTION CONTROL BOARD, ASSAM" payable atGUWAHATI. <strong>Tender</strong> shall not be entertained where a <strong>Tender</strong>er has not furnishedadequate earnest money as specified in the Annexure –IV. In case of non-supplywithin stipulated time or the instrument supplied is found defective and notattended by the supplier, the Earnest Money deposited by the supplier will beforfeited.9. The Firm who seek exemption from depositing earnest money being small scaleindustry or being registered with NSIC, DGS&D and other Government agencieswhich entitles them for exemption must submit the valid Registration Certificatecovering the instrument offered by them along with the permissible value. Thecopy of Government Notification granting exemption from deposit of EMD must besubmitted along with the techno- commercial part of tender along with the bid.(EMD Exemption will be granted only to those items specified in the certificate ofRegistration).10. Unsuccessful bidders bid security will be discharged/ returned without any interestin the same form after the concerned purchase is finalized and that of successfulbidders will be discharged without interest after the successful installation of theinstrument.11. The validity of <strong>Tender</strong> would be for a minimum period of 180 days from the date ofopening of <strong>Tender</strong>s. A Bid valid for a shorter period may be rejected by the <strong>Board</strong>as non responsive.4


12. The rates should be quoted both in words and figures. If there is discrepancybetween words and figures, the amount mentioned in words will prevail.13. The Bid shall be typed or written in indelible ink and shall be signed by the Bidderor a person duly authorized to the contract. The letter of authorization should bearthe signatures of only the authorized person of the firm. All pages of the Bid,except for un-amended printed literature shall be initial by the person or personssigning the bid.14. To assist in the examination, evaluation and comparison of bids the buyer may, atits discretion, ask the Bidder for a clarification of its bid. However, no change inthe price or substance of the bid shall be sought, offered, re-permitted.15. The specifications are clearly mentioned in the document and the Bidder arerequested to submit Bid only if their offer comply with these specifications. BIDSCARRYING THE STATEMENT LIKE "SPECIFICATION AS PER TENDERDOCUMENT" SHALL NOT BE ENTERTAINED. THE PRODUCTSPECIFICATIONS SUPPORTED BY TECHNICAL LITERATURE AND LIST OFUSERS MUST BE ENCLOSED.16. The nomenclature of the instruments and spares will be invariably same inProforma Invoice, Invoice, Packing list and in other relevant papers in case theBidder is allotted the purchase order.17. With the submission of the <strong>Tender</strong>, the Bidders are deemed to accept the terms &conditions of the <strong>Tender</strong>.18. The Supplier should attach a copy of financial bid (without cost/price figures)along with the technical bid to assess the item/components quoted in the bid.19. The installation and commissioning of the instruments is the entire responsibility ofthe supplier. It must be done either by the principal/supplier or their authorizedagents within one week of the receipt of the instruments by the <strong>Board</strong>.20. The Bidder must sign each and every folio of the <strong>Tender</strong>.21. The bidder should attach a separate list for the consumable/spares required forsmooth operation of the instrument at least for three years (as optional items) andtwo copies of trouble shooting manuals, electric circuits etc. along with the bids.22. The bidder should provide a complete list of spares and consumables required foroperation and maintenance of the instruments along with bids.23. The instrument for which <strong>Tender</strong>s are invited will have to be supplied as per terms& conditions laid in the purchase order. In case of non-observance of the order willbe cancelled.24. If the instrument supplied is found defective/unsatisfactory condition/shortsupply/other than specifications in the Purchase Orders, the same will have to bereplaced at the suppliers’ risk and cost. The <strong>Board</strong> will not pay freight and othercharges for replacement.25. The prices must be quoted item-wise i.e. basic price, taxes, packing forwarding,handling and installation charges etc. The charges must be quoted clearly and notin vague terms like "As Actual" "Approx" etc.26. The warranty/guarantee of the instrument/equipment should be clearly mentionedin the Bid.5


27. MOST IMPORTANTPLEASE NOTE THAT ANNEXURE-I OF THIS DOCUMENT MUST BEENCLOSED WITH THE FIRST PART OF BID i.e. "TECHNICAL/COMMERCIALBID AND ANNEXURE-II AND III WILL BE KEPT IN THE SECOND PART OFBID i.e. PRICE BID.28. THERE IS NO NEED TO ENCLOSE THE ENTIRE TENDER DOCUMENT(SUPPLIED BY THE BOARD) WITH YOUR BID. ONLY ANNEXURE-I,II AND IIINEED TO BE ENCLOSED AS PER INSTRUCTION STIPULATED IN PARA 23AND OTHER RELEVANT PARAGRAPHS OF THIS BID.29. Payment Condition:Full payment will be released on supply and installation of the system on goodand satisfactory condition and furnishing performance security/performance BankGuarantee equivalent to 10% of the purchase order value till warranty period. Theperformance security in the shape of Bank Guarantee be furnished by theprincipal supplier or their authorized agent from any Nationalized Bank. Noproposal for advance payment will be allowed in any case. Proposal for advancepayment, document and payment through bank will not be considered. Hence nopreference will be given for such advance payment proposals.30. Annual Maintenance Contract:The bidder should quote the charge for annual maintenance contract after thewarranty period for the instrument listed in Annexure… of this tender document atserial No. 8, 11, 12, 13, 18.6


S. No.Annexure-IAPPLICATION FORM(To be filled by the bidder)1) Name and full address of the :Bidder including TelegraphicAddress/Telex No. and Fax No.,e-mail.2) Name and Designation of the Head :of the Firm/supplier and hisTelephone No.3) i) In case the supplier is :located out of ASSAM specifythe Address/ AuthorisedDistributor's or Agent's Addressin <strong>Assam</strong>, if any.ii) Name, Designation, Address :Telephone & Fax Numbers of theAuthorised Person who may beContacted during the process ofthe purchase concerned underthis document(Applicable for all the suppliers)3) Item Code Number(s) & descriptionof item quoted for. :4) Whether Earnest Money Deposited :(Amount: Rs.5) If yes, Demand Draft No, Date and :Name of issuing Bank.6) Validity of <strong>Tender</strong> :7) If the tender documents are :accepted in full (Yes or No)8) Income Tax Clearance Certificate :attached (Latest) (Yes or No)with PAN Number.Place:Date :7Legally Binding Signature with stamp


Annexure -IIBID FORMNo.Details showing quantity, specification and other details of the instruments offered (to be filled by the bidder and must bekept in "Price Bid" part of the <strong>Tender</strong>)Sl No and Itemcode Number ofinstruments asper our tender<strong>Document</strong>Name ofInstrumentTheSpecificationoffered bythe BidderDifference inSpecifications oftenderdocument andthat of Bid, ifUnit Price(in Rupeesexcludingrates atcol. no. 6)Taxes and otherexpenditures(Sales Tax,C.S.T, freight,cost ofTotalAmount inRupeesFOR PCBA,Guwahatianyinstallation &training (in caseof indigenousitems)etc.1 2 3 4 5 6 8NOTE:- If this sheet is not sufficient to accommodate the bid the additional sheets containing the same proforma but allsuch sheets including this one must be signed by the Bidder along with the seal. This Annexure must enclose in theProforma Invoice price bid for item wise. Separate Bid form should be attached against each item, quoted for.8Signature with date & stamp of the bidder


Annexure – IIIUNDERTAKINGDATE_______________________TENDER NOTICE NO_________________TOTHE MEMBER-SECRETARYPOLLUTION CONTROL BOARD, ASSAMBAMUNIMAIDAM, GUWAHATI,781021.Sir,Having examined the conditions of <strong>Tender</strong> <strong>Document</strong> and specifications of theinstruments, the receipt of which is hereby acknowledged. We, the undersigned,offer to supply, install and commissioning the following:1.2.3.4.5.6.8.9.10.11.12.13(Please add additional pages, if required). The above supply, installation andcommissioning shall be in conformity with the specifications and conditions of supply.We undertake if our bid is accepted to deliver the instruments quoted by us,we shall deliver and install within the period indicated by us in our offer, failing which,we have no right to claim the offer.We agree to abide by this bid for a period of 120 days from the date fixed forBid opening and it shall remain binding upon us and may be accepted at any timebefore expiration of that period.We are submitting a Demand Draft for Rs...............in favour of "MemberSecretary, <strong>Pollution</strong> <strong>Control</strong> <strong>Board</strong>, <strong>Assam</strong>", towards the Earnest Money.This Bid, together with your written acceptance thereof in your notification ofaward shall constitute a bidding contract between us.We understood that you are not bound to accept the lowest or any bid youmay receive.Dated this.............day of..............201Signature of authorized Person, Name with Stamp & full Address.9


ANNEXURE – IVSCHEDULE OF EARNEST MONEYItemcodeNo.Name of Instruments/EquipmentsUnitsEarnest Money amountis shown in Rupees.EMD should submitthrough Demand Drafteither in Rupees1. BOD Incubator 4 nos. 3000.002. Bacteriology Incubator 4 nos. 2500.003. Auto Clave 4 nos. 2500.004. Water bath 4 nos. 2500.005. Hot air oven 4 nos. 2500.006. pH, Conductivity, DO meter 4 nos. 5000.00 for each7. COD digester 4 nos. 15000.008. UV Visible spectrophotometer 4 nos. 40000.009. Flame photometer 4 nos. 4500.0010. Ion meter (with electrode, reagents) 4 nos. 15000.0011. Noise Level Meter 4 nos. 6000.0012. HC-CO analyzer 4 nos. 20000.0013. Flue Gas Analyzer 4 nos. 40000.0014. Electronic balance 5 nos. 2000.0015. Spectrophotometer (Visible) 5 nos. 2000.0016. Refrigerator 5 nos. 1000.0017. Flash Point Apparatus 1 no. 1500.0018. Water Purification System (Ultra pure) 1 no. 8000.0019. Horizontal Laminar Air Flow 1 no. 2500.0020. TKN Digestion and Distillation Unit 1 no. 8000.0021.Pesticides Standard and Column forG.C. Analysis1 no. 8000.0022. Distilled Water Plant 4 nos. 4000.0023. Stack Monitoring Equipments 4 nos. 8000.0010


Item Code No.: 01BOD IncubatorMaterial Double / Triple walled construction with• Outer body made of mild steel painted with white coated enamel.• Inner chamber made of stainless steel• Castor wheel for easy movability• Two / three adjustable perforated shelves (SS) will be provided• Door with magnetic gasket with lock & key arrangementCapacityInsulationTemp RangeTemp controlCoolingBlowerPower: 6-10 CFT/170-285 Ltrs.: 75mm gap between the walls is filled with high grade super finemineral glass wool / PUF for proper insulation and avoid thermal loss.: 15°C - 60°C with an accuracy of ± 0.5°C or better.: Microprocessor based Digital controller.: Hermetically sealed high performance CFC free compressor(emersion) with its protective device works efficiently to cool thechamber cooling coils are distributed evenly & lie in the air circulationpath.: Air is circulated by a couple of self cooling motor with fans to keepthe temperature uniform through out the inner chamber.: 220 / 230 Volt, AC, 50 / 60 Hz Mains11


Item Code No.: 02Bacteriological Incubator• Incubator with micro-processor based temperature cum indicatorwith Sensor having temp. range from 5 o C to 80 o C +0.5 o C.• Heating elements placed in the ribs at the Bottom and sides.• Sturdy and double walled inside chamber of Stainless steel. Outerchamber of powder coated mild steel.• High Grade Glass wool/ PUF insulation.• ISI marked Heating element.• Air ventilation to be provided on the top of the unit.• All the control switches and pilot lamps should be fitted on the front• Panel.• Tray should be adjustable and be supplied with stainless steel wire• Mesh.• Inbuilt air circulation fan with motor to maintain temperatureuniformity inside the chamber.• The chamber has the doors, inner full view glass door, outer metallic• Door with positive locking.• Operation : 230 ± 10 V 50 / 60 Hz AC• Size:12˝x12˝x12˝(300x300x300mm.)/14˝x14˝x14˝(350x350x350mm)12


Item Code No.: 03Autoclave (Vertical Sterilizer)Capacity : Different capacity up to 100 liters from 30 liters.• The inner and outer chamber should be made of high grade stainlesssteel sheet.• Sturdy construction of inner chamber with high quality of stainlesssteel.• Double safety radial locking arrangement.• Safety value and presence release value.• Analog pressure display.• High quality electric heater.• Pressure gauge• Pressure range: 1.2 Kg/cm2 (15PSI) at 121°C.• Temperature range: 121°C – 138°C• Alarm system after completion of command.• Stainless steel aluminum carrier basket.• Power supply 220 / 230 Volt, AC, 50 / 60 Hz.• To be supplied with spare gasket (2 nos.), Electric cord.13


Item Code No.: 04Water BathDouble wall, inner chamber SS304 grade & outer M.S. Powder coated finish / SSwith wool insulation and concentric.• Housing in Aluminium• Temperature range: Ambient +5 °C to 100 °C• Temperature accuracy: ± 1°C• Temp control: Primary-PID,Secondary (Safety <strong>Control</strong>)-Hydrolic• Top lid with 6 nos. holes with 75 mm dia• Safe to operate expose parts one at low temperature.• Capacity: 8 to 10 liters• Working depth: 6˝• Power: 220 / 230 Volt, AC, 50 / 60 Hz.14


Item Code No.: 05HOT AIR OVENSpecifications:ChamberShelves: Stainless Steel (304 Grade): 02/03 Nos. (S. Steel perforated adjustable shelves)Size (inner) : 14" x 14" x 14" (350x350x350mm) /Outer BodyDoorInsulationTemp. Range<strong>Control</strong>lerSafety FeaturesAir CirculationTimerHeatersPower18" x 18" x 18" (450x450x450mm): Mild Steel with powder coated.: Double Walled Insulated Door with heavy hinges and DoorLock.: High Grade Glass wool insulation (75 mm): Ambient + 5 o C to 250 o C: Microprocessor based LCD Display Digital Temperature<strong>Control</strong>ler cum Indicator with Date/Time Display.: An Additional inbuilt thermostat to be provided to Cut offpower supply in case the <strong>Control</strong>ler fails.: An Inbuilt Air Circulation Fan with Motor to maintain Temp.uniformity inside the Chamber.: Digital with range 0-24 Hrs. Automatic Timer.: ISI Marked Heating Elements.: 220 Volts (± 10 Volts), Single Phase, 50 Hz.15


pH, Dissolved Oxygen and Conductivity Meter16Item Code No.: 06Display up to 12 parametersTrack measurement locations with GPSWaterproof protection for meter (IP67) and probe (IP68)Tag I.D. System simplifies test loggingGraphic LCD with backlightBuilt-in barometer for DO compensationQuick calibration featureMeasurement check eliminates erroneous readingsAuto recognition of pH and pH/ORP probeLogger function records the data of all connected sensorsLog on demand and automatic logging (up to 60,000 samples)USB PortAuto-range of EC and TDS readingsLast 56 calibrations recordField replaceable sensorsMeter to accept both alkaline and rechargeable batteriesParameters:pH:Range: 0.00 to 14.00 pHResolution: 0.01 PHAccuracy: ± 0.02 pHmV of pH InputRange ± 600.0 mVResolution 0.1 mVAccuracy ± 0.5mVORP:Range ± 2000.0 mVResolution 0.1 mVAccuracy ± 1.0 mVDissolved Oxygen:Range 0.0 to 500.% / 0.00 to 50.00 mg/LResolution 0.1 % 0.01 mg/LConductivity:Rang: 0.000 to 200.000 mS/cm (absolute EC up to 400 mS/cm)Resolution: Minimum 1uS/cmAccuracy ± 1% of reading or ± 1 uS/cmTemperatureRange -5.00 to 55.00 oCResolution 0.01 oCWith the following accessories:Quick calibration standard solution (500 ml.)Probe maintenance kitRechargeable C size Ni-MH batteries (40Power adapter & cableUSB interface cableWindows ® compatible software and instruction manual in a rugged carrying case


Item code No.: 07COD DIGESTER with aluminum heating block system:Should feature Temperature and time controllable facility in the system. Thedigestion set should consist of thermo reactor, test tubes, air coolers, insert frames,air cooler stand, cooling trough, magnetic agitator, selective exchanger.Heater block should have• Over temperature protection standard• Safe to operate – all expose parts are at low temperature.• Housing in Aluminum• Leakage protection(for acid)• Constant temperature, precision surface heating over the entire base plate.• Systematic spacing of the tubes(at least 8-12 tubes)• Temperature range: 0- 200ºC• Separate controller with cableTemperature and time controller:Temperature range: Up to 399ºCWith one parameter setting, the specified temperature and time sequence runsautomatically.Safety functions to ensure that the equipment cut off in the event of short circuitor interruption of temperature sensor signal.Temperature control: PID characteristic, with antidrift controlAccuracy: ±0.5 KTime control: 0-999min, with simultaneous display of set point and remaining timeto runSeries Magnetic agitator for at least 12 test tubes simultaneously, for stirringduring addition of acid.17


Item code No.: 08UV-Visible Spectrophotometer1. PC <strong>Control</strong>led Real Double Beam UV-Visible Spectrophotometer whichmeasures sample and reference signal exactly at the same moment.2. Wavelength range should be from 190 to 1100 nm.3. High scanning speed from 12,000 nm to 15,000 nm or more is preferable.4. Internal holmium oxide filters for automatic wavelength calibration.5. Quartz coated optics.6. Automatic lamp changing should be programmable by the user and can easilybe switched off through the software.7. Should have second cell position directly in front of the detector areas formeasuring turbid samples.8. Light Source: Combination of Halogen and Deuterium lamp/High through putXenon lamp.9. Spectral bandwidth: 1.4 nm / 1.5nm.10. Wavelength accuracy (Deuterium line at 656 nm): ± 0.1 nm.11. Wavelength reproducibility (With holmium oxide filter): ± 0.02.12. Photometric display: - 8 A to 8 A.13. Photometric range: 3 A to 3 A.14. Baseline stability at 500 nm: 0.0001 (RMS).15. System should be supplied with holder for round cells suitable for measuringready-to-use Water testing kits.16. Should be supplied with dedicated software for water analysis and routinekinetics.17. All the high end optics in the Spectrophotometer should be covered with tenyears long term warranty.18. Suitable Branded desktop PC and DeskJet printer should be supplied for theoperation of Spectrophotometer.18


Item Code No.: 09Flame photometerMicroprocessor based with sodium and Potassium filters• Upto 5 point calibration• Direct readout in ppm and meq/I• Auto filter selection• Auto ignition• 24 x 4 line LCD display• Single aspirations• RS 232 interface• Printer attachment facility• Low Noise Air Compressor19


Item Code No.: 10Ion MeterUp to five point pH calibration with seven standard buffers• Up to two point ISE calibration with five standard solutions• 0.001 pH resolution• Calibration expiration reminder• GLP features• Automatic Temperature Compensation• Manually log up to 200 records and interval log up to 500 records• PC interface via USBRange:• pH: 2.0 to 16.0 pH• mV ± 999.9 mV (ORP)• ISE 0.001 to 19990 ppmTemperature: 20.0 to 120.0 o CResolution:Accessories:• pH: 0.001 pH• mV: 0.1 mV• ISE: 0.001Gas sensing, Combination ISE Electrode for AmmoniaSolid State, Half cell ISE electrode for FluoridePolymer Membrane, Combination ISE electrode for NitrateThe instrument should be complete with connecting cable with 9-12 Volts Adaptorfor 230±10 volts 50-60 Hz AC, dust cover, operation & maintenance manual alongwith the accessories with spares and consumables for two years of its continuoususe.20


Item Code No.: 11Noise Level MeterMeasurement Range : Should cover 20 – 140 dBAError Indication : Over Range, under range and Low Battery.Accuracy/Class : Min. IEC 804 (BS 6698) Type-II or ANSI Type IIDisplay : Digital (Leq, SPL, L Max. and L Min.)Frequency Weighting : “A” type as per IS 15575 (Part I) 2005.* and CTime Weighting : Switchable to different time intervals i.e. 1/8 Sec., 1 Sec., 10Sec. etc. or Slow, Fast, Max.Temperature : 0° C to 50° CPower Supply : Battery System, Optional AC AdaptorMemory capacity : Sufficient memory to store atleast 8 hours dataCalibration : Automatic CalibrationComputer interface : Data logging system with RS 232 interfaceSoftware : The instrument is supplied with a Windows compatibleSoftware that allows data download to a PC and makes thedata available in an Excel Spreadsheet for analysis and reportpreparation.Accessories Required : 1. Calibrator2. Microphone3. Tripod stand4. Wind screen5. Batteries6. Carrying case or Kit7. Extension cable with pre amplifier21


Item Code No.: 12CO-HC ANALYZER (EXHAUST)01. Measuring method : Non Dispersive Infrared (NDIR) method02. Measurable components : Carbon monoxides (CO) andHydrocarbons (HC) in Automobileexhaust gases & facility formeasurement of No is preferable03. Measuring range : CO 0-5% and O-10%HC 0-500 ppm, 0-2000 ppm, and 0-10,000 ppm (as normal hexane)04. Reproducibility : Within 1% of full scale05. Stability : Within 1% of full scale / hour atconstant temperature06. Instrument deviation : Within 1% of full scale07. Accuracy for range selection : CO measurement within 1% of fullscaleHC measurement within 2% of fullscale08. Accuracy : Within 2% of scale at constanttemperature09. Response time : 90% response within 10 second with 5meter sampling line10. Drift : Zero & span drift ± 3% FS (3 Hr0 orless11. Calibration : By span gas. Built in calibration check12. Accuracy of span : Within ± 1-2% of the concentrationstated13. Warming up time : Within 30 minutes14. Interference effect from other gas : Less than 0.2 unit15. Ambient Conditions(a) Temperature(b) Humidity: 0-50 o CLess than 95% R.H.16. Display : Bright LED / LCD17. Printer : Built in or separate18. Power supply : 220 ± 10 V AC; 50 Hz ± 3%19. Accessories : For two years: filter paper for fine andcourse particles (two packets of 100each), calibration gas (two Cylinders),spares and consumable.20. Should have facility to transfer data to PC22


Item Code No.:13FLUE GAS ANALYSERA portable gauged multi component flue gas analysers for semi continuous emission monitoring ofindustrial combustion sources suitable for use in harsh environment conditions of Indian Industries.Simultaneous Analysis of:• O 2 Electrochemical 0 – 21.0 %• CO (H 2 compensated) Electrochemical 0 – 10,000 ppm• CO NDIR 0 – 10 %• NO Electrochemical 0 – 4,000 ppm• NO 2 Electrochemical 0 – 1,000 ppm• SO 2 Electrochemical 0 – 4,000 ppm• CO 2 NDIR 0 – 40 %• Hydrocarbon NDIR 0 – 25 %• H 2 S Electrochemical 0 – 1,000 ppm• Air temperature up to 100 ºC• Stack gas Temperature up to 1000 ºC or preferably more• Gas Measuring Unit ppm or mg/m 3 or % or mg/kWhCalculated Parameters: Excess air, Combustion Efficiency, Losses,mg/m 3 CO/CO 2 ratioThe analyser should have the following features:• Modern, rugged metal enclosure designed for rough applications• Effective integrated suction pump, flue gas conditioner with cooler, auto condensate ejection pump& auto-zero solenoid valve• Optimised filter elements for protection against dust and soiling• Built-in high speed printer• Integrated Peltier gas cooler for moisture removal & automatic peristaltic condensate pump• Automatic System Diagnostics• Large, high-contrast and lighted graphical display with zoom function• Flow velocity measurement including airflow calculation. Pilot tube to be supplied.• Different pressure measurement +/- 100 mbar• Handheld remote display with 10 m transmission cable• Simultaneous display of all measured parameters• Use defined display & printout settings• Large fuel type list including self choose fuels with user definable parameters• Variable O 2 referencing for emission reports• RS232 interface and data memory for approx. 2400 measurements• Built-in Multi Media Card atleast 128 MB with suitable data logging software• At least 8 Analog outputs, 4 – 20 mA• Automatic interval measurement program• Automatic print & data storage• Data-visualization and evaluation software for WIN 9X, NT, 2000, XP• Automatic zeroing by means of 3-way solenoid valve• CO Sensor purge by means of 3-way-valve and 2 nd pump for sensor protection & fast CO activity,with individual adjustable threshold valves• Universal power supply: mains 90 – 264 V AC/ 100W, alternately 12 V DC power supply via socket Automatic measurement range extension through Auto dilutionStandard accessories to be supplied with the analyser of basic equipment:• 1500 mm sampling probe with 3 m heated, temperature regulated sample line• 3 m RS 232 interface cable with data visualisation software on CD ROM• Mains power supply cable• Pitot tube, length 1000 mm with extension cable length 2-3 mtr.• Spare filters (Pack of 5)• Spare printer paper roll (Pack of 5)• Operational Manual23


ELECTRONIC BALANCE (Micro Weighing)Item code No.: 14Readability : 0.01 mg in the range of 40 to 60 grams. 0.1 mgupto at least 200 gramsWeighing Range:40 grams for 0.01 mg and 200 grams for 0.1 mgTarring Facility:Entire rangeRepeatability:0.02 mg upto 60 grams, less than 0.1 mg upto 200grams for 0.1 mg accuracy weighingSensitivity Drift:Maximum ± 2 ppm / 0 CDisplay:LCDCalibration:Built in Motorized weightadjustmentPower Supply:Should operate on 230 ± 10 volts, 50 Hz, ACOptional:Standard weight of E1 Class traceable to National /International Standards (50 grams & 100 grams)1. The instrument should be supplied with Instruction / operation / maintenancemanual and dust cover.2. Calibration Certificate from NIST certified (or Equivalent) Laboratory shouldaccompany the analytical balance.Standard Weight:Standard weight of E1 class traceable to National/International standards forcalibration of Electronic balances.Weight:0.1mg, 1mg, 10mg, 100mg, 1gm, 5gm, 10gm, 50gm, 100gm & 200gm.24


Item code No.: 15SPECTROPHOTOMETER (VISIBLE)Spectral Band width : 5 nm or betterOptical System : Double beam grating based single detectorWavelength:1. Range : 320 to 1020 nm2. Accuracy : Better than or equal to 1 nm3. Readability : 1 nmPhotometric:1. Readout : Digital LCD Selectable for Transmittance (T),Absorbance (A), Concentration (C)2. Range : 0.00 to 125.0 T0.000 to 2.50 A0.000 to 1999 C3. Accuracy : Better than 0.5% T or 0.005 A4. Noise : Better than 0.0005 A at 500 nmDrift : 0.003 A /hour after warm upCell Holder : For holding up to 10 mm path length rectangularcuvetteInterface : RS – 232 CPower : 230 ± 10 V / 50 Hz ACStandard item to be supplied : Two pairs of square glass cuvettes (10 mmpathlength) and 02 nos. of quartz cuvettes,Operation and maintenance manual (English), Dustcover, Power cable with plug to suit Indian socket.Consumables and spares : Lamps – 2 nos.Optional Accessories : Wavelength filters with certificate Holonium andDidymium25


REFRIGERATORItem Code No.: 16• Microprocessor based Auto Defrost.• 4/5 Star Rating.• Foldable rack for providing optimum storage space for more bottles.• Capacity – 110 / 170 / 190 Ltrs.• Supplied complete with voltage stabilizer to operate on 220 volts (10 volts)single phase, 50 HZ26


Item code No.: 17Flash Point ApparatusShould be capable of determining close cup flash point of petroleum products.Should contain:o Oil cup cover assembly.o Thermometer,o Socketo Electric heater,o Workable on 220V A.C.o Temperature should be controlled by energy regulator.27


Item Code No.: 18WATER PURIFICATION SYSTEMA. PRE FILTERATION STAGE:One stage purification step involving 5 micron and 1 micron filter.B. ANALYTICAL GRADE WATER SYSTEM:1. The system should respond favorably to feedwater having.• Fouling Index greater than 12• Total Chlorine greater than 2 ppm.• Feedwater conductivity more than 2000 microS/cm2. Four stage purification process:• Primary purification by a prefilter (with anti-scaling and activated carbonfor bacteriostasis)• Secondary purification through RO membrane to remove impurities withMW > 100 daltons• Third purification step should involve a self regenerating Electrodeionization module with carbon bead at cathode to avoid de-ionizationcartridge replacement and hazardous chemical regeneration.3. Conductivity meter present before and after the RO cartridge to monitorRO cartridge efficiency.4. Product Water quality:Resistivity : Typically upto 10-15 Megohm-cmTOC :


Item Code No.: 19Horizontal Laminar Air FlowSpecification:External dimension (LXWXH)approx: 48X35X58 (Inches)Filters : High efficiency particulate air (HEPA) filters with aminimum efficiency of 99.99% at 0.3 micronPre filter : Washable type pre filter with high efficiencyConstruction : Laminated finish / 18 gauge stainless steelAir Flow : 90 FPM (0.45m/s) ± 10 FPM (0.05 m/s) averagevelocity measured 6 in (152.4mm) from the diffuserscreen. Uniformity ± 20% of average or better.Noise Level : Low noise levelMotor/Blower assembly : Direct drive, continuous duty m….. properly toreduce noise & vibration and in dynamicallybalancedOptions : Electrical outlet, Magnetic pressure differentialgauge, Mini pleat HEPA / ULPA filter, gas / vacuum/ Air inlet nozzle.Complete with laminated finish.29


Item Code No.: 20TKN Digestion and Distillation UnitSpecification:Speed Digester:Digestion system for 6sample tubes with• Adjustable IR-heating.• Tight suction module to prevent the escape of sulphuric acid vapors duringdigestion.• Robust design with stand-alone tube holder made from stainless steel.Complete and ready–to-use system supplied with the following:• The insulation plate as well as the optimal designed heating chamberguarantees that the sample tubes are heated with optimal thermalhomogeneity.• Sample tubes 300ml (diameter 48 mm), 100mL or 500 mL with constrictedcondensation zone. Glass thickness for sample tubes atleast 2.2mm.• Stand alone rack.• Operating voltage 110-120V ± 10% / 220-240 V ± 10%• Frequency 50/60Hz• Power consumption 2000 W• Temperature range 70-580 °CDistillation Unit:Steam distillation unit for nitrogen and protein determination. Featuring a highperformance steam generator for efficient steam distillation, with glass splashprotector or plastic splash protector for visual control of the distillation process. Asafety switch interrupts power supply when opening the service door. Additionalsensors monitor the protective shield and check if a sample tube is present beforeallowing to start a distillation.• Cooling water control.• Alkali addition• Recall of last dosage.• Classical nitrogen and protein determination in accordance with officialmethods (AOAC, EPA, ISO & DIN).• Kjeldahi nitrogen and protein determination.• Devarda and protein determination.• TKN (Total Kjeldahi Nitrogen).• Recovery Rate > 99.5%• RSD < 1%• Detection limit 0.1% Nitrogen.30


Item Code No.: 21Pesticides Standard and Column for G.C. AnalysisAll standards should be reputed make having at least 2 years self life. Puritygiven with each standard should be NIST Traceable and supplied with certificate ofpurity, analysis and standard chromatogram showing elution sequence withG.C./G.C.-MS column condition etc.Sl.No.Name of StandardQty. requireda) α - BHC 1gm, 1 No.b) ß - BHC Doc) γ - BHC Dod) α - Endo sulfar Doe) ß - Endo sulfar Dof) Aldrine Dog) Dualdrine Doh) PP – DDE Doi) OP – DDT Doj) PP - DDT Dok) TPH Dol) Benzo(a)pyrene Dom) Column for TPH andBenzo(a)pyreneanalysis1 No.31


Item Code No.: 22Distilled Water PlantMade of high quality stainless steel workable on 230V AC. Complete withpower cord, heating element 2 nos. rate may be quoted for different capacity/sizementioning the cut put of distilled water per hour.32


Item Code No.: 23Stack Monitoring EquipmentsSpecification:S. N. Item/Equipment Specifications/Applicable ranges1Stack Velocity RangeStack TemperatureParticulate SamplingFilter Paper (Thimble)Gaseous samplingGeneral Requirements0 to 30 m /secRange: 0 to 900 o C or moreAt 10 to 60 lpmCollection of particulates down to 0.3 micronAt 1 to 2 lpm collection on a set of impingerscontaining selective reagents.2 Pitot tube Pitot tube shall be modified “S- type” fabricated fromSS 304 or equivalent grade. The construction featureshould be as per EPA regulation and the coefficient ofthe pitot tube should be above 0.95.3 Sampling probe Sampling probe shall be fabricated from SS 304 tube(not less than 15 mm Internal diameter (ID).4 Nozzles Nozzles shall be fabricated with SS 304 or equivalentmaterial with internal diameters suitable to cover thefull range of stack velocities. The leading edge of thenozzle should be sharp and tapered. The minimuminternal diameter of the nozzle shall not be less than 8mm.5 Heated filter box Heated filter box upto 1300c with filter holder made ofglass.6 Sample transfer line Heated sample transfer line (upto 1300c) made ofnonreactive, non corrosive material.7 Thermocouple Thermocouple sensor shall be provided with analog ordigital dial gauge capable of measuring temperaturefrom 0 to 600 0 C or more covered with stainless steelor mild steel casing with acid resistant treatment.8 Mounting flange A pair of male/female flanges fabricated with mildsteel with proper hole for mounting thermocouplesensor, sampling tube and pitot tube.9 Panel box sides Panel box sided shall be fabricated withaluminium/mild steel/fiber glass sheets with ovenbakedstove–enamel finish. It should have suitablearrangement for housing stop- watch, manometer,rotameter, dry gas meter etc.10 Back panel Back panel shall be hinged door panel of mild steel tocontain cold box with 8-10 impingers.11 Inclined - cum - VerticalManometerInclined- cum – vertical manometer with soild acrylicsheets. Velocity range of the manometer shall be 0 to30 m/sec.12 Rotameters 0 to 60 lpm for particulate monitoring and 0 to 3 lpmfor gaseous monitoring13 Stop-watch 0 to 60 minutes, one second readout with hold facility.33


S. N. Item/Equipment Specifications/Applicable ranges14 Impinger Four number 100 ml and four to six number 225 mlcapacity. Facility should be there for keeping ice at thebottom of impinger box. Electrical cooling is desirable.15 Connectors Push and close type quick connector.16 Vacuum pump Vaccum pump shall be of rotary design, with acapacity of to 0 to 120 lpm gas flow with single phasemotor, 220 V. The pump should have a moisture trapand air inlet valve.17 Dry gas meter The sampling train shall have a dry gas meter with thefacility for measuring temperature and static pressure.The capacity of the meter should be adequate torecord upto 60 lpm of airflow and a minimum readoutof 0.001 cubic meters.18 Pump housing Mild steel case with oven- baked stove enamel finishand ON/OFF switch with indicator lights.19 Tools A Kit containing the essential tools for connectingvarious components shall be provided with theequipment.20 Isokineticity The kit shall be capable to perform continuousmonitoring of isokinetic condition through out thesampling period21 Temperature at meteringpointTemperature measuring device at metering point shallbe provided (0-50°c)22 Vaccum measurement Digital/analog vaccum pressure drop measurementdevice in mm Hg should be provided in stack kit.23 Train leakages The sampling train shall be tested for leakage byplugging the inlet. The rotameter shalll not give areading beyond 5 lpm when the flow has been set at100 lpm. The dry gas meter shall also give a readingof less than 5 percent of the airflow.34


CHECK LIST FOR THE BIDDER1. Bid on original <strong>Tender</strong> form only.2. Separate EMD against each item.3. Earnest money or necessary documentary proof for exemption of earnestmoney with the part 1 of the bid.4. Price bid must be Part III of the bid in the form provided at Annexure II of thetender document.5. The Basic Price, Taxes, Packing, Forwarding, Handling, TransportationInsurance, Installation charges etc. must be quoted clearly. Do not use vagueterms like "As Actual, Approximately etc".6. Do not use the terms As per Specification of <strong>Tender</strong> <strong>Document</strong>s' in respect ofinstruments. There should be proper write up of production quoted forsupported with printed leaflets literature.7. In case the bidders desirous to quote more than one item, separate envelopeshould be submitted (technical & price bid) for individual item super scribingitem code number and name.8. With technical bid, the bidder should provide a copy of the price bid format(giving details of the items, accessories, spares etc.) without specifying theprice other than one mentioned in annexure-II of this tender document.******35

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!