Page 1 of 65
ANDHRA PRADESH POLLUTION CONTROL BOARD
Door No. 33-26-14D/2, Near Sunrise Hospital, Kasturibaipet, Vijayawada –
520010, Andhra Pradesh.
Tender Notice No. APPCB-12028/1/2019-SS-CL-APPCB, Date: 27.12.2019
Issued on 01.01.2020
e-Tenders are invited on behalf of the Member Secretary, Andhra Pradesh Pollution Control
Board from the Manufacturer/Suppliers for the supply, installation and commissioning of various
Laboratory Instrument / equipments.
TENDER DOCUMENT
PURCHASER: Attention: Member Secretary Address: Andhra Pradesh Pollution Control Board,
Door No. 33-26-14D/2, Near Sunrise Hospital, Kasturibaipet, Vijayawada, Andhra Pradesh.
Pin Code: 520010 Country: India
Telephone: 0866-2436200 Mobile: 8008403053 e- mail: [email protected]
Website: http://pcb.ap.gov.in
Page 2 of 65
INDEX OF THE TENDER DOCUMENT
S.No. Contents Page No.
1 Part – A: Schedule of tender 3 – 5
2 Part – B: Tender notification 6 – 7
3 Part – C: Terms and Conditions 8 – 13
4 Part – D: Payment and other conditions 14 – 16
5 Part – E: Performance statement for last three years 17
6 Part – F: General Terms and Conditions 18
7 Part – G: Technical specifications of 27 instruments /
equipment
19 – 56
8 Part – H: Location of delivery and installation of instruments
/ equipment
57
9 Part – I: Questionnaire-1 for bidders 58
10 Part – J: Questionnaire-2 for bidders 59 - 60
11 Part – K: Checklist for bidders 61 – 62
12 Part - L: Technical Evaluation Format 63
13 Price Bid Format (Attachment 1) 64
Page 3 of 65
Part - A
SCHEDULE OF TENDER
1. Department Name ANDHRA PRADESH POLLUTION CONTROL BOARD
2. Circle/Division D.NO.33-26-14D/2, NEAR SUNRISE HOSPITAL, PUSHPA HOTEL CENTRE, CHALAMALAVARI STREET, KASTURIBAIPET, VIJAYAWADA.
3. Tender Number APPCB-12028/1/2019-SS-CL-APPCB
4. Tender Subject Supply, installation and commissioning of Laboratory Equipment / Instruments
5. Period of Contract As per Tender Document
6. Form of Contract As per Tender Document
7. Tender Type Open-Rate Contract
8. Tender Category Products
9.
EMD / Offer Security
TENDERERS SHOULD SUBMIT THEIR EMD FOR EACH PRODUCT BY WAY OF DEMAND DRAFT DRAWN ON ANY NATIONALIZED / SCHEDULED BANK PAYABLE AT VIJAYAWADA IN FAVOUR OF THE MEMBER SECRETARY, ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA.
10. EMD/Offer Security Payable to
THE MEMBER SECRETARY, ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA
11. Process Fee Rs. 5000/- (By way of demand draft)
12. Process Fee Payable To THE MEMBER SECRETARY, ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA
13. Start date of online availability of bid document and start date of submission of quotation
01.01.2020 by 10.30 AM
14. Bid Submission Closing Date & Time
30.01.2020 by 5.00 PM
15. Submission of separate DDs towards EMD
SCANNED COPY SHOULD BE UPLOADED WHILE BIDDING AND HARD COPY SHOULD BE SUBMITTED WELL BEFORE OPENINING OF TECHNICAL BID
16 Technical Bid Opening Date 31.01.2020 at 11.00 AM
17 Price Bid Opening Date & Time
17.02.2020 at 12:00 noon
18. Place Of Tender Opening Central Laboratory, Andhra Pradesh Pollution Control Board
19. Officer Inviting Bids The Member Secretary, Andhra Pradesh Pollution Control Board
20. Contact Person Junior Scientific Officer, Phone: 8008403053
21 Address/E-mail id [email protected]
22. Contact Details/Telephone, Fax
0866-2463200
23. Procedure For Offer Submission
The Bidders shall submit their response through Bid submission to the tender on e-Procurement platform at www.apeprocurement .gov.in by following the procedure given below. The Bidders would be required to register on the e-procurement market place www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit their bids online. Offline bids shall not be entertained by the Tender Inviting Authority for the tenders published in e-Procurement platform. The Bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the online standard formats displayed in e-Procurement web site. The Bidders shall upload the scanned copies of all the relevant certificates, documents, etc., in support of their eligibility criteria/technical bids and other certificates/documents in the e-Procurement web site. The Bidders shall sign on the statements, documents, certificates, uploaded by them, owning responsibility for their correctness/authenticity. The Bidders shall attach all the required documents for the specific
Page 4 of 65
tender after uploading the same during the bid submission as per the Tender Notice and Bid Document. 1. Registration with e-Procurement platform: For registration and online bid submission, Bidders may contact HELP DESK of M/s. Vupadhi Techno Services Private Limited or https://tender.apeprocurement.gov.in. 2. Digital Certificate Authentication: The Bidders shall authenticate the bid with their Digital Certificates for submitting the bid electronically on e-Procurement platform and the bids not authenticated by digital certificate of the Bidders will not be accepted on the e-Procurement platform 3. Submission of Hard Copies: After submission of bid online, the Bidders are requested to submit the originals of DD/BG towards EMD, bid processing fee to the Tender Inviting Authority before opening of the price bid and other uploaded documents at the time of concluding agreement. The Bidders shall invariably furnish the original DD/BG to the Tender Inviting Authority before opening of price bid either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of Bidders. The department shall not take any responsibility for any delay or non-receipt. If any of the documents furnished by the Bidders are found to be false/fabricated/bogus, such Bidders are liable for blacklisting, forfeiture of the EMD, cancellation of work and criminal prosecution. The Bidders are requested to get a confirmed acknowledgement from the Tender Inviting Authority as a proof of submission of Hardcopies to avoid any discrepancy. The Bidders have to attach the required documents after uploading the same as required by Tender Inviting Authority in the tender conditions. 4. Payment Of Transaction Fee: It is mandatory for all the participant Bidders from 1st January 2006 to electronically pay a Non-Refundable Transaction fee to M/s APTS, the service provider through "Payment Gateway Service on E-Procurement platform". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any Bank and Direct Debit Facility/Net Banking of ICICI Bank, HDFC, Axis Bank to facilitate the transaction. This is in compliance of G.O. Ms. 13 dated 07.05.2006. A service tax of 12.36% + Bank Charges on the transaction amount payable to APTS shall be applicable. 5. Corpus Fund: As per GO Ms No. 4, User Departments shall collect 0.04% of ECV (estimated contract value) with a cap of Rs. 10,000 (Rupees Ten Thousand only) for all works with ECV upto Rs. 50 crores and Rs. 25,000/- (Rupees Twenty Five Thousand only) for works with ECV above Rs. 50 crores, from successful Bidders on e-Procurement platform before entering into agreement / issue of purchase orders, towards e-Procurement fund in favour of Managing Director, APTS. There shall not be any charge towards e-Procurement fund in case of works, goods and services with ECV less than and upto Rs. 10 lakhs. 6. Tender Document: The Bidders are requested to download the Tender Document and read all the terms and conditions mentioned in the Tender Document and seek clarification, if any, from the Tender Inviting Authority. Any offline bid submission clause in the tender document could be neglected. The Bidders have to keep track of any changes by viewing the Addenda / Corrigenda issued by the Tender Inviting Authority from time-to-time, in the e-Procurement platform. The Department calling for Tenders shall not be responsible for any claims / problems arising out of this.
Page 5 of 65
7. Bid Submission Acknowledgement: The Bidders shall complete all the processes and steps required for Bid submission. The system will generate an acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the Bidders. Users may also note that the bids for which an acknowledgement is not generated by the e-Procurement system are treated as invalid or not saved in the system. Such invalid bids are not made available to the Tender Inviting Authority for processing the bids. The Andhra Pradesh Pollution Control Board and M/s. APTS are not responsible for incomplete bid submission by users.
24. General Terms & Conditions As per Tender Document
HOW TO APPLY
Click at www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in to download e-Procurement notification
Read the complete document carefully
Price Bid shall be submitted online only
The system will generate an acknowledgement with a unique offer submission number on successful completion of the above process.
For any help or technical support on e-Procurement, Bidders may contact M/s. Vupadhi Techno Services Private Limited over phone or in person or their helpdesk at:
e-Procurement Help Desk
M/s. Vupadhi Techno Services Private Limited
Flat No.: 407, 4th Floor, Sreeram's Sneha Avenue,
Near Aravinda School, Kunchanapalli, Tadepalli (M), Guntur (Dist) - 522501.
Andhra Pradesh. Phone: +91 8645-246370 / 71 / 72 / 73 / 74
Page 6 of 65
Part – B
ANDHRA PRADESH POLLUTION CONTROL BOARD
Door No. 33-26-14D/2, Near Sunrise Hospital, Kasturibaipet, Vijayawada – 520010, Andhra Pradesh.
Tender No: APPCB-12028/1/2019-SS-CL-APPCB Date: 27.12.2019.
TENDER NOTIFICATION
Tenders are invited on behalf of the Member Secretary, Andhra Pradesh Pollution Control Board
from Manufacturer / Suppliers for the supply of various Laboratory Instrument / equipments as listed
below:
SCHEDULE OF EARNEST MONEY Deposit (EMD)
S. No. Instrument / Equipment Total EMD (Rs.) Delivery period
1 pH cum Electrical Conductivity Meter 5 20,000.00
45 days
2 Turbidity Meter 2 4,000.00
3 Hot-Air Oven 5 20,000.00
4 Muffle Furnace 3 30,000.00
5 Semi Micro Balance 4 24,000.00
6 Micro Balance 5 1,50,000.00
7 UV-Visible Spectrophotometer 6 96,000.00
8 Laboratory Refrigerator (450 Ltrs) 9 27,000.00
9 CO Monitor 6 12,000.00
10 Methane Monitor 6 12,000.00
11 Noise Meters 6 24,000.00
12 BOD Incubators 2 8,000.00
13 Water bath 3 3,000.00
14 Hotplate cum Stirrer 7 5,600.00
15 Water Purification System 6 1,08,000.00
16 Stack Kit 6 24,000.00
17 Flame Photometer 2 4,000.00
18 RDS Instruments 15 60,000.00
19 PM 2.5 Samples 15 60,000.00
20 Atomic Absorption Spectrometer 1 60,000.00
21 Bacteriological Incubator 2 4,000.00
22 TKN Analyzer 1 60,000.00
23 Fume Cupboard 3 15,000.00
24 Laminar Flow 1 2,000.00
25 COD Digester 2 8,000.00
26 Equipment for enzyme substrate test kit (APHA method no. 9223B; IDEXX Laboratories Kit or equivalent)
3 54,000.00
27 Autoclave 1 3,000.00
28 Real Time Noise Monitoring Stations 13 4,00,000.00
29
Fabrication of Vehicle (ISUZU - D-Max 3.0 LS-A 4x4 M/T) to suit for carrying equipment / instruments for sampling and transportation.
7 35,000.00 30 days
Note (*): EMD has to be paid by way of demand draft in favour of the Member Secretary,
APPCB, Hyderabad and the DD shall be handed over to JSO, Central Laboratory, APPCB after
submission through e-Procurement .
Page 7 of 65
The tender system is TWO BID SYSTEM i.e. “Technical bid” and “Commercial / Financial Bid”.
Tender schedule form and conditions of contract can be downloaded from 01.01.2020 by 10:30 AM from e-Procurement portal. Bidders have to send a Demand Draft for Rs. 5000/- towards tender processing charges in favour of the Member Secretary, Andhra Pradesh Pollution Control Board, Vijayawada. The last date for submission of Tender is 30.01.2020 by 5:00 PM.
Sd/- Member Secretary
Andhra Pradesh Pollution Control Board, Vijayawada.
Page 8 of 65
PART – C
TERMS AND CONDITIONS
All Tender Documents attached with this Invitation to Tender including the specifications are sacrosanct for considering any offer as complete offer. It is therefore important that each page of the TENDER DOCUMENTS IS DULY COMPLETED AND SIGNED.
1. Purchaser and
Inspection Authority
: The Member Secretary, Andhra Pradesh Pollution Control Board, Paryavarana Bhavan, A-III, Industrial Estate, Sanathnagar, Hyderabad
2. Supplies required at : FREE DELIVERY AT CONSIGNEES LOCATION (Part-H)
Bidders are required to quote rates on free delivery at
Consignee location basis only. Bidders received on FOR
Destination Stations/ Station of dispatch basis or different rates
for different destinations shall be summarily rejected.
The successful firm shall arrange clearing agent at his own cost
for unloading, customs clearance and storage of the equipment
from the Foreign Origin, documentation and all the other
procedures. The Board will assist the firm wherever required in
obtaining clearance of the Equipment through the customs and
provide exemption certificate, if required.
Concessional Customs Duty (presently) shall be applicable on
the equipment being imported by Andhra Pradesh Pollution
Control Board. Necessary exemption certificate shall be issued
by APPCB and applicable Custom Duty shall be initially paid by
the firm and the same will be reimbursed by APPCB. Further,
APPCB is also exempted from paying Excise Duty. Necessary
exemption certificate shall be issued by the APPCB.
The firm shall also ensure that the shipping documents are
received by APPCB in 7 days (3 days in case of shipment from
nearby countries/ports like Singapore) prior to the arrival of the
consignment at Hyderabad airport. In case of air freighted
consignments, documents should be received within 7 days
from the date of dispatch. If the documents are not made
available as requested, it will not be possible for APPCB to clear
the consignments through Customs at the discharging port in
time and the same will accrue demurrage. APPCB shall not be
responsible for payment of demurrage charges.
3 Delivery period : As otherwise specified in the tender document.
4 Dispatch Instructions : Supplies are required to be delivered at consignee’s location at
freight, risk and cost of the supplier as annexed at (Part-H).
5 Payment Terms : 100% payment after receipt of the laboratory / supplies in full
quantities ordered, installation, commissioning and certified by
the concerned lab heads. However, the conditions of Security
Deposit and performance guarantee shall be as per provision
mentioned in the tender.
6 Packing & Marking : As per relevant clause of Specification.
7 Rate quoted by the Firms in online only on full piece basis.
Page 9 of 65
8 Firms should clearly indicate different taxes and duties, which they propose to charge. Offers
with such stipulations like ‘as applicable’ will be treated as vague and are liable to be
ignored.
9 Bidders should disclose the name and full address (along with telephone / Fax No.) of the
place where the equipment will be manufactured and offer for inspection. In case the Firm is
registered, they should clarify whether they are registered as a Manufacturing unit or in any
other capacity. In case the registration is as a manufacturer, they should indicate the
registration number & place of registration with full address/phone no. of their manufacturing
facility.
10 Purchaser reserves the right to increase or decrease the quantity at any stage.
11 Purchaser reserves the right to change the consignee and change the quantity of supplies
allotted to them. Purchaser reserves the right to scrap the tender without assigning
any reasons at any stage.
12 Purchaser reserves the right to get the manufacturing capacity of all the Firms verified
irrespective of their registration status.
13 Technical evaluation: Price bids of only those firms whose technical bids are found
acceptable as per technical evaluation will only be opened. If the supply is found inferior /
which doesn’t fulfill the criteria of specifications mentioned, the entire consignment will be
rejected at the cost, risk and freight of the supplier.
14 The price bid of eligible Firms will be opened and order would be considered on the lowest
bidder(s) subject to their capacity and performance etc. based on fulfillment of technical
conditions and commercial conditions.
15 (a) Only reputed Manufacturers specified in Tender Specifications as brought out in Part-
G of Tender document should respond. In countries where manufacturers are
authorized to export the equipment only through their authorized Dealers, Govt.
marketing agencies, such agencies are allowed to bid. The Bidder must furnish
certificate with their tender from manufactures and their Govt. certifying authenticity
as above, failing which their tender will be summarily rejected. The foreign
manufacturers of the tendered store will also have to give details in the tender
document of the after-sales-service to be provided after expiry of warranty period.
(b) Offer from Firms whose business activities are limited to procuring items from
manufacturers, both Indian and foreign and supplying the same to purchaser having
no after sales service back up will not be entertained.
16 LIQUIDATED DAMAGES: In case the Firm does not complete the supply within delivery
period, EMD will be forfeited towards liquidated damages and if required, action will be taken
against the Firm to Blacklisting.
17 SECURITY DEPOSIT AND PERFORMANCE GUARANTEE SECURITY:
a. As per Article 129 (A) of A.P. Financial Code Volume - I, the successful bidder will be
required to furnish a Security Deposit of 15% of the total value of the contract, in two
D.Ds of 10% and 5% each.
Page 10 of 65
b. The Security Deposit (10%) will be returned after the completion of the supplies
within the delivery period to the satisfaction of the consignee. In case of failure of
supply within the delivery period Security Deposit (10%) will be forfeited.
c. The remaining (5%) of Security Deposit shall continue to be with the consignee as
performance guarantee.
d. The Performance Guarantee is against violation of any conditions as regards-
1. Undertaking as to title
2. Sales by Description/by Sample.
3. Quality and fitness by usage of trade and for Buyer’s Purpose.
4. Merchantability.
5. All Customary Guarantees and Warrantees.
6. Misrepresentation, if any done by the vendor.
The successful bidder will have to enter into an “pre-contract Agreement integrity pact” as
per Part-I with the Member Secretary, Andhra Pradesh Pollution Control Board, Vijayawada
for the performance of the contract on Rs.100/- stamped paper of Andhra Pradesh or
Government of India, the cost of which has to be borne by the supplier. The agreement
bond should be submitted within 4 days from the date of receipt of intimation letter
from this office.
a) If the article(s) are damaged within the warranty period and not replaced within
one month, the bidder will be penalized to the extent of twice the cost of damaged
articles.
b) If the final value mentioned in the 19(d) exceeds the 5% Performance Guaranty
value, then the bidder shall make the difference good.
c) Upon completion of warranty period successfully Performance Guaranty 5% will
be returned to the bidders.
d) The bidder shall submit an undertaking for the Performance Guarantee.
18 Eligibility Criteria :
Qualifying criteria: Only bonafide firms having experience in the relevant field for at least 3
years need only apply. While submitting the tender, the bidder shall furnish the
following certificates or documents to this Board:
i. Proof of supply of laboratory equipment of the quantity mentioned in the tender in any one of the last 3 financial years to the central / state govt. / semi Govt. / institutes / PSU / reputed national and international organizations.
ii. The original equipment manufacturer or the authorized service agent must have service centre in Andhra Pradesh /Hyderabad with qualified staff.
iii. The bidder must have entered annual maintenance contract atleast for one year.
iv. Average annual turnover of the bidders should be at least Rs. 2.00 crores during the last two financial years, i. e. April, 2017 to March, 2019. Certificate of the firm certified by chartered accountant during each of last two financial years shall be submitted.
v. Valid income tax returns, VAT and any other tax as applicable for last two years. vi. Details of the firm or company in case of partnership firm. vii. Ink-signed certificates of authorized dealer / distributor / channel partner for
supply of laboratory equipments on letter head of original equipment manufacturers must be enclosed. Otherwise, the bids will be rejected.
viii. Technical bid must be accompanied with bid security which shall remain valid
Page 11 of 65
for a period of at least 90 days.
19 SUBMISSION OF BID
The bid prepared by the bidder and all correspondence and documents relating to the bid
exchanged by the bidder and the purchaser, shall be written in English language,
provided that any printed literature furnished by the Bidder may be written in another language
so long as accompanied by English translation of its pertinent passages in such case, for the
purpose of interpretation of the bid, English translation shall govern.
20 The Bidders are requested to quote excise duty excluded price in item-wise and
total price of each instrument separately indicating the Govt. levies, freight, insurance,
installation charges and other expenditure item-wise F.O.R. APPCB/Locations as
indicated in the Part-H of this document. No C/D form will be issued against
VAT. The bidder is expected to examine the bidding documents carefully and are
deemed to have received and read all documents. It shall be the responsibility of the
bidder to request the copies of any missing documents. Failure to do so will be at
bidder’s risk.
21 It may be noted that mere quoting lowest rates will not entitle any firm to get the order.
22 The quality of the item being offered, the past performance supply etc will also be taken in to
consideration. Prior to award of purchase order the buyer can call any details, explanation,
regarding technical & financial aspect.
23 IMPORTANT
BIDDER CAN QUOTE THE RATES FOR ALL THE INSTRUMENTS OR SOME OF THE
INSTRUMENTS AGAINST ONE TENDER DOCUMENT. HOWEVER, SEPARATE PRICE BID
AND TECHNICAL BID SHOULD BE SUBMITTED FOR EACH ITEM CLEARLY
MENTIONING THE ITEM CODE NUMBER WITH SENDERS NAME AND ADDRESS. THE
ANDHRA PRADESH POLLUTION CONTROL BOARD RESERVES THE RIGHT TO ACCEPT
THE TENDER IN FULL OR IN PART. THE BID FOR EACH ITEM SHOULD BE IN SEPARATE
SHEETS / PAGES AND FOR THE SAKE OF IDENTITY, COMPILATION, INSTRUMENT/ITEM
CODE NUMBER AND DESCRIPTION OF ITEM SHOULD BE WRITTEN ON THE TOP OF
EACH BID. EMD SHOULD BE SUBMITTED SEPARATELY AGAINST EACH ITEM.
CONTAINING TECHNICAL, PRICE BID AND ITEM WISE EMD; ITEMS-WISE TECHNICAL
SPECIFICATION AND PRICE SHOULD BE IN SEPARATE SHEETS. CONTAINING
TECHNICAL, PRICE BID AND ITEM WISE EMD; INCASE BIDDERS DESIRES TO QUOTE
MORE THAN ONE ITEM. THOSE TENDERS DO NOT COMPLY THE ABOVE
INSTRUCTION WILL NOT BE CONSIDERED.
24 The rates should be quoted both in words and figures.
25 Arithmetical error will be rectified on the following basis:- If there is discrepancy
between the unit price and total price that is obtained by the multiplying the Unit Price and
quantity, the unit price shall prevail and the total price shall be corrected. If there is discrepancy
between words and figures, the amount mentioned in words will prevail.
26 Conditional bids will be rejected without assigning any reason.
27 To assist in the examination, evaluation and comparison of bids the buyer may, at its
discretion, ask the Bidder for a clarification of its bid. However, no change in the price or
substance of the bid shall be sought, offered, re-permitted
28 Eventual suggestions for modification or subsidiary bids are principally not admissible.
29 The specifications are clearly mentioned in the document and the Bidders are requested to
submit Bid only if their offer strictly comply with these specifications. Please note that no
deviation in the required specification will be permitted. The bidding for the instruments having
different specification will be on Bidder's risk as the Board will not entertain such Bids. BIDS
CARRYING THE STATEMENT LIKE "SPECIFICATION AS PER TENDER DOCUMENT"
SHALL NOT BE ENTERTAINED. THE PRODUCT SPECIFICATIONS SUPPORTED BY
Page 12 of 65
TECHNICAL LITERATURE AND LIST OF USERS MUST BE ENCLOSED.
30 The placement of work order / purchase order will be according to technical evaluation of the
Tender and after consideration of its price worthiness.
31 The prices to be given in the bids are fixed prices, irrespective of rise in Materials prices and
increase in taxes etc., till complete the delivery of items. No request in regard to increase in
the price of instruments or in taxes etc., will be entertained after the submission of the
tender
32 With the submission of the bid, the Bidder accepts the conditions of the Tender.
33 Installation of the instruments is the entire responsibility of the supplier. It must be done either by
the Principal / Supplier or their authorized agents within one month of the receipt of the
instruments by the Board. The supplier or Agent should be in touch with the Laboratory
Section of the Board to know the exact day of receipt of stores supplied/dispatched by them.
34 If the instrument supplied is not in conformity with the specification other than asked for, it will
have to be replaced at the risk and cost of the supplier. No freight and other charges
will be paid by the Board.
35 Bidder can quote the rates for all the instruments or some of the instruments.
36 The Bid shall be considered only for those instruments for which the rates have been
specifically quoted. The Board further reserves the right to accept the bid for all the
instruments or some of the instruments for which the bidder has quoted the Bid. The
bidder should attach a separate list for the consumable / spares required for smooth
operation of the instrument at least for three years (as optional items) and two copies of
troubleshooting manuals, electric circuits etc. along with the bids.
37 The bidder should provide a complete list of spares and consumables required for
operation and maintenance of the instruments along with the price list. The cost of spares shall
be taken into consideration while evaluating the financial offers.
38 Annual maintenance contract:
The bidder should quote the charges for annual maintenance contract after the warranty period
for the instrument listed in Part-G of this tender document.
39 The instrument for which tenders are invited will have to be supplied within 45 days (or
otherwise mentioned against each instrument) from the date of issue of purchase order. In the
case of non-observance of the delivery period, the order will be cancelled.
40 The after sales service is most important to be considered for comparison bids. The firms
who do not have Indian / local Agents to provide after sales and service during warranty period
will not be considered. After sale service, must be provided at the premises of the laboratory
by the manufacturer or authorized service provider. The instrument will not be sent to service
providers for repairs.
41 At any time prior to the deadline for submission of bids the buyer may for any reason
whether at it's own initiative or in response to a clarification requested by a prospective
Bidder, modify the bidding documents by an amendment.
42 The Amendment if any, will be brought to the notice in writing or by fax or cable to all
concerned Bidders who have purchased the bidding documents and will be binding on them.
43 The Bidder shall quote the prices in Indian Rupees item-wise i.e., basic price, taxes,
discount, packing forwarding, handling and installation charges etc. (through
Attachment – 1). The charges must be quoted clearly and not in vague terms like "As
Actual" "Approx" etc.
No currency other than Indian Rupees is acceptable.
Page 13 of 65
44 The Packing, Forwarding, Insurance, Transportation & Installation including training
charges, if any must be quoted separately for each item according to the place of
delivery as mentioned in the schedule at Part-H. The supplier will be held liable for any
damage, theft or loss during transit. The instruments are to be dispatched to the respective
places directly and to be installed there by the supplier under intimation to the, APPCB
Office at Vijayawada – 5 20010 . The prices should be quoted FOR APPCB / designated
location mentioned in Part-H.
45 In case of foreign suppliers, the delivery of instruments / equipments shall be at Hyderabad
or Part-H. The price indicated should be on CIP basis for imported items. The bidder shall
note that proforma invoice is separately prepared for each instrument / item.
46 The warranty / guarantee of the instrument / equipment should be clearly mentioned in the
Bid.
47 Commercial/ Price Bid Stage :
PRICES TO BE QUOTED IN ONLINE ONLY (Attachment – 1)
a) The rates quoted in the bid are final and no negotiations will be held at any level in future.
b) The decision of the Member Secretary, Andhra Pradesh Pollution Control Board,
Vijayawada – 520010 shall be final as regards the acceptability of tendered articles
and items / equipment to be supplied by the Bidders and shall not be required to give
any reason in writing or otherwise at any time for rejection of the Bidders or articles.
c) Financial bid stage of those successful in Technical Bid stage will only be opened and
L1 will be invited to supply the items / equipment, subject to other conditions of
this tender.
d) The acceptance of the tender will be intimated to the successful bidder only.
Sd/- Member Secretary
Andhra Pradesh Pollution Control Board, Vijayawada.
Page 14 of 65
PART – D
1.0 PAYMENT CONDITIONS
1.1 Full payment will be released on delivery, installation and successful commissioning
of the instruments / equipment (to be certified by concerned Scientist / In-charge of the
Division), and on submission of bills in duplicate. No advance payment will be made
in any case and no proposal for documents through Bank will be considered. Hence,
no preference will be given for such advance payment proposal. The defective,
substandard and contrary to the specifications instruments supplied have to be
replaced by the supplier at their cost and responsibility.
1.2 In case several bills are presented, against one order, the reference of supply order
and other details should be mentioned in each and every bill.
2.0 CONDITIONS REGARDING DEPOSIT OF EARNEST MONEY
2.1 All Firms are required to deposit EARNEST money equivalent to the amount as
mentioned in the Tender Schedule Part-B, failing which their offer will be summarily
rejected.
2.2 The Earnest Money shall be deposited in the form of a crossed bank draft drawn in
favour of the Member Secretary, APPCB, Hyderabad.
2.3 The earnest money shall be valid and remain deposited with the purchaser for the
period of 90 days from the date of tender opening. If the validity of the tender is
extended, the DD submitted in lieu of Earnest money will also be suitably extended
by the Bidder, failing which their tender after the expiry of the aforesaid period
shall not be considered by the purchaser.
2.4 No interest shall be payable by the purchaser on the EM deposited by the Bidder.
2.5 The Earnest Money deposited is liable to be forfeited if the Bidder withdraws or amends
impairs or derogate from the tender in any respect within the period of validity of his
tender.
2.6 The earnest money of the successful Bidder shall be returned after the Security Deposit
as required in terms of the contract is furnished by the Bidder.
2.7 If the successful Bidder fails to furnish the Security Deposit as required in the Contract
within the stipulated period, the Earnest Money Deposit is liable to be forfeited in favour
of the Tender Inviting Authority.
2.8 EMD of all the unsuccessful Bidders shall be returned by the purchaser as early as
possible after the expiry of bids validity, Bidders are advised to send a pre receipt challan
along with their bids so that refund of Earnest Money can be made in time.
2.9 Any bid, where the Bidders is required to deposit Earnest Money in terms of Conditions
mentioned in preceding paras, not accompanied with Earnest Money in any one of the
approved forms acceptable to the purchaser, shall be rejected.
3.0 SETTLEMENT OF DISPUTE, ARBITRATION
3.1 All disputes or difference arising out of or in connection with the contract and supply of any
item/equipment assigned under the same (whether during the progress of the works or after
their completion, determination, abandonment or breach of the contract) shall be settled in
accordance with the Arbitration and Conciliation Act, 1996. The Arbitral Tribunal shall
consists of three (3) arbitrators appointed by the Member Secretary, Andhra Pradesh
Pollution Control Board. The arbitrators shall elect an umpire among them. In case of failure of
the two arbitrator appointed, to reach upon a consensus, the decision of the umpire shall be
Page 15 of 65
final and binding. It will not be an objection to any such appointment that the arbitrators are
the Government Servants and had any interest in the Board or the contract entered into
directly or indirectly. In all cases, the arbitrator shall state their reasons, award/decision in
writing of an amount of claim in dispute is Rs.50,000/- and above, subject as aforesaid the
provision of the Arbitration and Conciliation Act 1996 or any statutory modification or re-
enactment thereof and the rules made there under and for the time being in force shall apply to
the arbitration proceedings under this clause. Arbitration proceeding shall be held at
Hyderabad, India. The Cost and expenses of Arbitration proceedings shall be borne by the
party invoking the Arbitration clause.
3.2 It is a term of the contract that the party invoking the arbitration shall specify the dispute
for disputes to be referred to the arbitration under this clause together with the amount or
amount claimed in respect of each such dispute.
3.3 It is also a term of the contract that if the supplier (s) do not make any demand for arbitration in
respect of any claim (s) or dispute in writing within 90 days of submission of the final bill for
payment, the claim of the supplier will be deemed to have been waived and absolutely
barred and the Board will be discharged and released of all liabilities under the contract in
respect of these claims.
4.0 Laws and regulations: The courts at Hyderabad shall have exclusive jurisdiction to
entertain and try all matters arising out of this contract.
5.0 FORCE MAJEURE
Vendor shall not be considered in default if delay in delivery occurs due to causes beyond his
control such as acts of God, natural calamities, civil, wars, strikes, fire frost, floods, riots
and acts of usurped power. Only those causes which have a duration of more than 7 calendar
days shall be considered cause of force majeure. A notification to this effect duly certified by the
Local Chamber of Commerce/Statutory Authorities shall be given by the Vendor to the owner
by registered letter. In the event of delay due to such cases a length of time equal to the
period of force majeur or at the option of the owner the order may be cancelled. Such
cancellation would be without any liability whatsoever on the part of owner. In the event
of such cancellation the vendor shall refund any amount advanced or period to the vendor by
the Purchaser and delivery back any material issued to him by the Purchaser and release
facilities, if any, provided by the Purchaser.
6.0 IMPORTANT INSTRUCTIONS
6.1 GUARANTEE / WARRANTY: Except as otherwise provided in the invitation to the tender, the
contractor shall declare that the laboratory instruments / equipment supplied to the purchaser
under this contract shall be of the best quality and workmanship and new in all respects and shall
be strictly in accordance with the specification and particulars contained/mentioned in the
contract. The contractor hereby guarantees that the said instruments / equipment would continue
to conform to the description and quality aforesaid for a period of warranty from the date of
delivery of the said instruments / equipment to the purchaser not withstanding the fact that the
purchaser (Inspecting Authority) may have inspected and/or approved the said instruments /
equipment. If during the aforesaid period of warranty, the said instruments / equipment be
discovered not to conform to the description and quality aforesaid or not giving satisfactory
performance or have deteriorated, the decision of the purchaser in that behalf shall be final and
binding on the contractor and purchaser shall be entitled to call upon the bidder to rectify the
instruments / equipment or such portion thereof as is found to be defective by the purchaser
within a reasonable period or such specified period as may be allowed by the purchaser in his
discretion on/an application made thereof by the contractor and in such an event, the above
mentioned warranty period shall apply to the instruments / equipment from the date of
rectification thereof. In case of failure of the bidder to rectify or replace the instruments /
equipment etc. within specified time, the purchaser shall be entitled to recover the cost with all
expenses from the bidder for such defective instruments / equipment
Page 16 of 65
6.2 In the event of contract being cancelled for any breach committed and the purchaser affecting re-
purchase of the instruments / equipment at the risk and the cost of the contractor, the purchaser
is not bound to accept the lower offer of Benami or allied or sister concern of the contractor.
6.3 Purchaser will not pay separately for transit insurance and the supplier will be responsible till the
entire instruments / equipment contracted for, arrive in good condition at the destination. The
consignee, as soon as possible but not later than 30 days of the date of arrival of the instruments
/ equipment at destination, notify to the contractor any loss or changes to the stores that may
have occurred during the transit.
6.4 Bidders who are past suppliers of the item as per T/E Specification should submit their
performance statement in enclosed Proforma. In case, it is found that information furnished is
incomplete or incorrect, their tender will be liable to be ignored.
6.5 GOVT. POLICY The purchaser reserves the option to give a purchase/price preference to offers
from the public sector units and / or from other Firms in accordance with the policies of the Govt.
from time to time.
Signature of the bidder _________________________________
Name in Block Letters ____________________________________
Capacity in which Tender Signed __________________________
Full Address. _____________________________________________
__________________________________________________________
__________________________________________________________
Page 17 of 65
PART - E
PERFORMANCE STATEMENT FOR LAST THREE YEARS
Name of Firm: ____________________________________________________________
1. a. Contact Nos./ Purchase Order :
b. Name of the buyer :
2. Description of lab equipment :
3. Quantity on order :
4. Value (in rupees lakhs) :
5. Original Delivery Period (DP) :
6. Qty. supplied within original
Delivery Period (DP) :
7. Final Extended. D.P. :
8. Last supply position. :
a. Quantity :
b. Delivery Period :
9. Reasons for Delay in supplies :
(if any)
10. Satisfaction report of the bidder
enclosed or not? :
Signature of Bidder
Page 18 of 65
PART - F
GENERAL CONDITIONS OF THE TENDER AND
INSTRUCTIONS TO THE BIDDER
1. The Bids will be received by the Member Secretary, APPCB, Vijayawada, through AP e-
Procurement system as per the particulars given in the Tender Schedule in Technical and
Financial bids.
2. Only those Bidders, who are reputed Manufacturers or their Authorized agents in the line
and are in a position to complete the supplies within the 45 days time or as specified in
the Purchase Order, should quote.
3. Rates should be quoted in figures and words clearly INCLUSIVE OF ALL TAXES, DUTIES,
DISCOUNTS, if any etc., ON SITE WARRANTY as mentioned in the tender.
4. The instruments / equipment should be delivered at places mentioned in Part-H, free of
transport cost.
5. Any deposit pending with the Department in another connection cannot be adjusted for the
present bid.
6. Earnest Money Deposit amount as specified in the Tender Notification should be submitted in
the form of Demand Draft in favour of "the Member Secretary, APPCB, Vijayawada" along
with the tender schedule for each item separately.
7. The Government sponsored Institutions and registered SSI are exempted from the payment of
Earnest Money Deposit provided they produce a Certificate from the concerned authorities to
that effect, duly mentioning the product for which quoted.
8. Except the Government organizations/NSIC certificate holders, all other SSI units located
outside the Andhra Pradesh should attach EMD along with tender.
9. Quantity: The approximate requirement is given in the Tender Schedule Part-B. But, it must
be clearly understood that the demand may fluctuate and no definite quantity can be
guaranteed. The essence of the contract is price per article for the contract period stipulated.
The Member Secretary, APPCB, Vijayawada, reserves to himself the right to invite fresh
Bidders and to place orders against any quantity of any item in this Tender without specifying
any reasons there for.
10 No advance payment will be made against R.R. and other proof of dispatch, but
payment in full will be made only after acceptance of the supplies by the consignee.
11 The Bidders must produce the following documents pertaining to the Firm and not the
name of individuals, with the Tender.
Tender schedule:
Schedule of Opening Date & Time 01.01.2020 by 10.30 AM
Pre-bid meeting 09.01.2020 at 11.00 AM
Last date for downloading tender document 29.01.2020 at 01.00 PM
Last date of Submission through e-Procurement 30.01.2020 by 5.00 PM
Technical bid Opening Date 31.01.2020 at 11.00 AM
Opening date of financial bids of technically qualified bidders
17.02.2020 by 12.00 noon at 11.30 AM
Sd/-
Member Secretary Andhra Pradesh Pollution Control Board,
Vijayawada
Page 19 of 65
PART – G
(Technical specifications for the equipment / instruments
for S. No.1 to 29)
Page 20 of 65
1. Portable pH cum Conductivity Meter
Item code no. 01 / pH cum Conductivity meter
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 5 nos.
Technical Specifications
Instrument : Portable common pH and Conductivity measuring meter
pH measurement requirements
Range pH : 0.0 to 14.00
mV : -1500 to +1500mV
Temperature, : 0 to 100°C
Resolution pH : 0.01
mV : 0.1
Temperature, : 0.1°C
Accuracy pH : ±0.01
mV : ±0.1
Temperature, : ±0.5°C
Buffer recognition : Automatic and manual
Accessories : pH electrode, meter stand, buffer solutions (pH 4.0, 7.0 and 10.0), USB and AC power adapter, alkaline chargeable batteries.
Conductivity measurement requirements
Range : 1 micro siemens to 200 milli siemens/cm
Material : Sensor Body (Noryl)
Resolution : 0.01 micro siemens
Temperature : 1.0 to 100°C
TDS and salinity measurement : Optional
Accuracy : 0.5 micro siemens
Accessories : Conductivity electrode, meter stand, calibration solutions (1413 micro siemens/cm 1000 ml)
Display : Dual Digital display (simultaneously readings from connecting two probes)
Data memory : 500 results
Data Export : Download via USB connection to PC
Temperature compensation : Automatic 0 to 100°C
Power : Battery operated and AC power operated through adapter
Combination electrode with ATC probe
Warranty : Two years from the date of installation
Annual Maintenance Contract : Three years after warranty period
The system should be complete with measuring electrode, calibration and maintenance kit, detailed operation and maintenance manual (English), dust cover, power cable and plug compatible with Indian sockets.
Page 21 of 65
2. Bench top Turbidity meter
Item code no. 02 / Turbidity meter
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 2 nos.
Technical Specifications
Instrument
: Bench top, impact, corrosion resistant and button key operated instrument
Range
: 0.00 to 10 11 to 100 and 101 to 1000 NTU
Range selection : Automatic / manual
Resolution : 0.01 NTU for 0.00 to 10 NTU; 0.1 NTU for 11.0 to 100; 1 NTU for 100 to 1000 NTU
Accuracy @ 25OC / 77OF
: ± 2% of reading or 0.02 NTU
Repeatability : ± 1% of reading or 0.02 NTU, whichever is greater
Stray light : <0.02 NTU
Light detector : Silicon photocell
Light source : Tungsten filament lamp
Lamp life : Long life, atleast 1,00,000 readings
Method : Ratio nephelometric method (90O), ratio of scattered and transmitted light and as per standard method 2130 B
Measuring mode : Normal, average, continuous
Turbidity standards : 10, 20, 100, 800 NTU
Calibration : Two, three or four-point calibration
Log memory : > 200 Capacity to store records
Display : Graphic LCD
Compliance : EPA – 180.01 or equivalent and CE cerification
Data export : Optional USB connectivity
Environment : Up to 50OC (122OF); RH max 95% non-condensing
To be operated on : 230 ± 10 V, 50 Hz AC power supply and rechargeable alkaline batteries as well.
Accessories : Round cells made of boro silicate glass with screw caps
Warranty : Two years from installation
AMC : Three years after warranty
Page 22 of 65
3. Hot Air Oven
Item code no. 03 / Hot-air oven
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 5 nos.
Technical Specifications
Capacity : 200 to 250 Ltrs.
Construction : Double wall stainless steel (SS 304) with inside mirror finish and outside chamber dull buff.
Temp. : 5OC ambient to 250OC
Resolution : + 0.2OC
Temperature stability : + 1.0OC
Temperature uniformity
: + 2.5 %
Heating power : 2000 W and above
Programmable controller
: Shall be available
Electrical wiring : High quality fire retardant with contractor
Control : Microprocessor based PID controller with digital display and PT-100 sensor with printer interface facility.
No. of shelves : 3 nos. adjustable
Safety system : Over temperature and temperature difference alarm.
Compliance : 21 CFR Part 11
Quality tests : System should pass IQ / PQ / OQ tests
Warranty : Two years from installation
AMC : Three years after warranty
Page 23 of 65
4. Muffle Furnace
.Item code no. 04 / Muffle furnace
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 3 nos.
Technical specifications
Shall be designed for the environmental sample analysis applications like, inorganic solids, volatile solids & loss on ignition at 550OC and ash content at 800OC & 1000OC, using silica and platinum crucibles.
Dual shell furnace housing of rust free stainless steel material.
Maximum temperature 1100OC.
Working temperature 1050OC.
Internal furnace cavity dimensions shall be 170 x 200 x 170 (w x d x h) mm.
Volume of the furnace internal cavity shall be about 4 liters
Heating from two sides from heating elements in quartz tubes. Maintenance friendly replacement of heating elements and insulation.
Multi layered high thermal efficient insulation with fiber plates in the furnace chamber.
Housing made of textured/mat finished stainless steel.
Dual shell housing for low external temperatures and high stability.
Flap door which can also be used as a work platform.
Exhaust air outlet on the rear wall.
PID microprocessor based temperature controller having dual indication of “set’’ and “process” temperature with printer output and computer interface option. Should control all parameters, store programmes with self diagnosis system.
LCD / LED display.
Shall be compact and light weight.
With low power consumption.
Shall be operated on 230 ± 10 V, 50 Hz AC power.
Warranty: Two years warranty from the date of installation.
AMC: Three years AMC after warranty.
Page 24 of 65
5. Semi-micro Balance
Item code no. 05 / Semi-micro balance
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 4 nos.
Technical Specifications
Max. Capacity 220 gms (80/220 gms)
Readability 0.01/0.1 mg
Repeatability 0.05/0.1 mg
Linearity + 0.2 mg / + 0.1mg
Weight pan size 80 mm dia (aprox)
Operating principle Electromotive force compensation technology.
Technology Mono- block weighing technology.
Calibration Should have internal calibration facility with an internal adjustment weight and provision for external calibration. Standard weights of 1 gram and 100 grams should be provided for calibration.
Temp. control Preferably it should have automatic temperature control adjustment.
Display OEL display.
Interface Should have interface facility.
Dynamic weight Facility for weighing of unstable samples with automatic or manual start.
PC connectivity Yes.
Input / Output terminal RS-232.
Operating temperature and humidity range
5 to 40oC and 20 to 85%.
Other features Stabilo AP-Ionizer, Clock-CAL function, Inspection support function, sample (concentration) preparation, Mol conversion function, USB host (Type A), USD device (Type B), etc.
Warranty Two years.
AMC Three years.
Page 25 of 65
6. Micro Balance
Item code no. 06 / Micro balance
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 5 nos.
Technical Specifications
Weighing Capacity 5.0 to 6.5 gms.
Readability 1.0 µg
Tare range Entire range
Repeatability (5% load) (sd)
0.0003 mg
Linearity deviation 0.003 mg or better
Response time (Average) < 10 sec
Display Balance should have capacity TFT touch screen.
Draft shield Balance should be provided with glass draft shield with motorized drive.
Hands free operation Sensors should be provided for hands free operation for auto door opening.
Internal adjustment Time and temperature based adjustment based with internal weights.
Level adjustment guide Balance should provide level warning in case of out of level and should not allow user to ad result to protocol if balance is not leveled. Graphical level bubble should be provided for leveling.
Status indicator light Balance should have light indication for various status of balance like, ok, calibration overdue, leveling error and other such warnings.
Pan size approx. 30 mm dia
Calibration Should have internal calibration facility with an internal adjustment weight
Temperature Control It should have automatic temperature control adjustment
Interface Should have interface facility (RS 232 or quick USB)
Units of measurement Grams, milli grams
Operating Temperature 10 - 40OC, 85 % RH (non-condensing)
Power supply 230 volts (± 10 V), 50 Hz, AC power, Power cords suitable to Indian conditions.
Sensitivity drift 2 ppm (2x10-6/OC)
Terminal Detachable and adjustable display terminal
Compliance ISO GLP/GMP compliance
Weighing chamber 90 x 90 mm
Important Quoted model should exist in market for at least ten years and to be continued for another five years. Supplier should give support for service & spares for at least ten years from the date of installation.
Warranty Three years from the date of installation
AMC Five years after warranty
Page 26 of 65
7. UV-Visible spectrophotometer
Item code no. 07 / UV – Visible spectrophotometer
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 6 nos.
Technical Specifications
PC controlled / micro processor controlled split beam UV –Visible Spectrophotometer with automatic
rapid scanning of the entire spectrum, user programmable multi standard calibration, sample cell for
rectangular cells, power cords suitable for Indian conditions.
Type PC controlled / microprocessor controlled split beam technology
Operating Mode Transmittance (%), Absorbance and Concentration.
Built-in pre-programmed methods Optional
User programme >200
Light source Tungsten (Visible) and deuterium (UV range)
Wavelength range Should cover 190-1100 nm range
Wavelength accuracy Better than or equal to ± 1.0 nm
Wavelength repeatability Better than or equal to < 0.1 nm
Wavelength selection Automatic
Band width Variable band width from 0.5 to 2.0 nm or better
Photometric measuring range ± 3 Absorbance
Detector Si photo diode or better
Scan speed 900 nm/min(in 1nm steps)
Baseline flatness ± 0.001 absorbance
Baseline stability 0.0002 A/hr or better
Stray light(KI solution 220 nm) <0.05% or better
Display LCD/LED/TFT display
Cell path length 10 mm expandable up to 100 mm
Data storage About 5000 measurement values
Power Requirement 230 ± 10 volts 50 Hz, AC power, Cords suitable for Indian conditions
Operating Conditions 20 to 45ºC, max 80% relative humidity (non condensing)
Sample cells quartz (UV transparent)-10 mm
10 numbers
Communication Interface USB
Important Quoted model should exist in market for at least ten years and to be continued for another five years. Supplier should give support for service & spares for at least ten years from the date of installation.
Warranty Two years from the date of installation
AMC Three years after warranty
Page 27 of 65
8. Laboratory Refrigerator
Item code no. 08 / Laboratory refrigerator
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 9 nos.
Technical specifications
APPCB is in requirement of laboratory refrigerators for preserving water / waste water, standard reagents / solutions, etc. at 4OC.
Basic Information : High efficiency and energy saving upto 50% by CH cooling system. High stability with main double cascade cooling system. Intelligent control with touch screen operated menu. Optimized design for maximum storage of samples.
Capacity : 350 to 400 Ltrs.
Technical Data
Door : Single door (double-layered)
Shelves : Shelves/Basket (height adjustable)
Ambient Temperature : 10 - 45ºC
Operational temperature range : 2 - 8ºC
Material Inner Material
: Sprayed steel plate
Outer Material : Foam Layer : Polyurethane (PU)
Cooling type : Forced Air Cooling System
Defrost : Auto
Refrigerant : Eco-friendly CFC free
Power Consumption (kWh/24 h) : 1.91
Noise level (dB) : 40 to 45 dB
Safety feature : High/low temperature alarm
Temperature Controller : Digital Control
Alarm indication : Audible buzzing, visible flash
Display : LCD / LED
Voltage/Frequency : 220/50 HZ
Power (W) : 220 W
Electricity(A) : 1.15
Accessories : Caster with Lock, Foot, Door Lock, LED Light, USB port, Remote alarm, Temperature recorder (optional), RS 232 / 485 port.
Qualifications : 9001,13485,14001
Warranty : Two years from installation.
AMC : Three years after warranty.
Page 28 of 65
9. Carbon monoxide (CO) monitor
Item code no. 09 / CO monitor
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 6 nos.
Technical specifications
i) Sensor type: Electro chemical ii) Range: 0 to 500 ppm iii) Resolution: 1ppm iv) Battery: Rechargeable Li-Ion (12Hr. / 18 Hr.) v) Display: Mono chrome graphical LCD display with back lighting vi) Key paid buttons: Three operation and programming keys vii) Sampling: Built-in pump or diffusion viii) Calibration: Automatic / Manual ix) Data logging: Continuous data logging (6 months, 1 minute interval, 24 / 7) x) Communication and data download: Should facilitate data download and
upgrades on PC via desktop charging and PC communication cradle, travel charger
xi) Operating temp: 0 to 50OC xii) Additional feature: Dust and water resistance xiii) Warranty: 2 years on sensor and other parts / consumables. xiv) AMC: 3 years, after warranty
Page 29 of 65
10. Methane monitor
Item code no. 10 / Methane monitor
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 6 nos.
Technical Specifications
Portable and hand held gas detector with integrated pimp is required for measurement of methane and propane at Municipal waste dump sites. The technical specifications of the methane gas detector are as follows:
S. No. Requirement Specification
1 Measuring Range
Methane 10 ppm to 4.0 volume %
Propane
2 Lower Response thresholds 10 ppm or better
3 First alarm limit
Methane 200 ppm
Propane 100 ppm
4 Second alarm limit
Methane 10,000 ppm
Propane 5,000 ppm
5 Display LCD / LED 18 segment display
6 Battery Built in rechargeable battery with 6 hours life per every charging.
7 Operating temperature -5 to +50OC
8 Warranty Two years from the date of installation
9 AMC 3 years
Page 30 of 65
11. Sound Level Meter
Item code no. 11 / Noise monitor
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 6 nos.
Technical specifications
Standards Designed as per IEC 61672-1:2013 Type I
(Certificate to be supplied either from LNE , PTB, METAS, CEM, BEV as a proof of above standard)
Measuring Range 30 – 135dBA
Microphone ½” pre-polarized free field microphone
Calibration Automatic Calibration
Resolution 0.1dB
Display Color LCD or LED having contrast to be read in bright day light
Error Indicator Overload & under range indication
Frequency Weighing A, C and Z, Linear , Octave and 1/3rd octave
Sampling Second Better than 1 Second
Time Weighting Switchable to different time intervals i.e. 1/8 Sec.,1 Sec., 10 Sec, slow, fast and impulse
Memory Minimum 2 GB
Battery Rechargeable Lithium Polymer Battery suitable for minimum 10 hours logging
PC Communication Through USB, Ethernet
Location Identifying facility
In-built GPS facility to be provided in the Sound Level Meter
Details of Software Digital Leq. SPL, Lmax and Lmin over a programmable range.
Repeat Calibration The firm should have facility of Calibration at their firm premises
Construction Minimum IP 40
Temp. & Humidity 0 – 50 degree C & 0 - 90% RH (non-condensing)
Internal clock for date & time
Facility shall be available with the meter
Weight Less than 800 grams
Standard Accessories to be provided with the meter
1. Calibrator: Auto calibration by application 1KHz calibrator, nominal level 114/94 dB (+ 1 dB).
2. Battery charger, carrying case, windshield, Operation manual & PC Software with communication cable
Software 1. Facility for retrieval of short Leq. Elements 2. Post processing to produce Leq. And Ln
measurements over any period automatic event detection
Printer 3. Should be BIS approved. 4. Dot matrix principle. 5. Portable & hand held. 6. Rechargeable. 7. Should have Internal memory where user can take
printout by connecting printer to computer without noise meter
Utility 1.Monitoring of Normal Ambient Noise 2.Vehicular Traffic monitoring 3.Built-in data logging system with computer interface 4.Automatic Calibration using acoustic calibrator
Warranty Two years from the date of installation
AMC Three years after warranty
Page 31 of 65
12. BOD Incubator
Item code no. 12 / BOD incubator
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 2 nos.
Technical specifications
Stainless steel double-walled (inside and outside) chamber with thick PUF insulation to minimize the heat exchange.
A duct at the backside of the inside chamber, which consists of cooling coil, air heater and air circulating fan motor.
Air should be sucked from the working area and passed over cooling coil, heater, and then come back into the working area. The same air should be re-circulated to give maximum uniformity of temperature inside the chamber.
The incubator should have full-length inner glass /acrylic observation door, interior lighting, port hole and safety features.
The outside metal door with proper insulation shall have the magnetic gasket and lock.
The incubator should be certified and calibrated from NABL or tracing Authority.
The incubator (sensor & controller) should pass IQ / PQ / OQ tests.
Capacity : 250 to 300 Ltrs.
Temperature range : 10 – 60OC
Accuracy : + 0.5OC
Temperature uniformity : < 1.5 OC
Inside material : SS-304
Outside material : SS-304
External finish : Matted stainless steel
Internal finish : Mirror finish
Control system : Micro processor based PID controller with digital display and PT-100 sensors With Printer interface facility, PC interface hardware card.
Trays : SS perforated trays – 3 Nos. (adjustable)
Compressor : Hermetically sealed compressor coupled with evaporation coil and condenser, safe guarded by time delay circuit, CFC free refrigerant.
Power requirement : The unit shall work on 230 volts AC and 50 Hz mains supply.
Warranty : Two years from the date of installation
AMC : Three years after warranty
Page 32 of 65
13. Water bath (Thermostatic)
Item code no. 13 / Water bath
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 3 nos.
Technical specifications
Description : Rectangular double walled, inner & outer made of
SS 304 and with proper insulation between two walls.
Holes : 12 holes with 3” dia. Adjustable concentric rings to use flasks from 50 to 500 ml capacity.
Temperature range : 10OC above ambient to close to 100OC
Temperature stability : ± 2.0OC
Temperature uniformity : ± 2.0OC
Temperature control
Primary : PID controller
Secondary (safety control) : Hydraulic thermostat controller
Temperature sensor : 100 Pt RTD
Display : LED / LCD to show temperature
Heating element : Long lasting element
Water low-level cutoff : Yes, adjustable
Bath Capacity : 10 Litres
Overall dimension (outer) : 23” X 18” X 6” (L X B X H) approximately
Spares : One heater spare set shall be provided
Base : Grounding should be with rubber bushes
Power : 240 Volt AC, 50Hz
Warranty : Two years from installation
AMC : Three years after warranty
Page 33 of 65
14. Hot-plate cum stirrer
Item code no. 14 / Hot plate cum stirrer
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 7 nos.
Technical Specifications
Bench-top portable hotplate cum magnetic stirrer of reputed make is required for dissolution of chemicals for preparation of standard solutions and heating purpose in the laboratories.
a) Maximum stirring speed-1200 rpm with step-wise speed control and good speed stability.
b) Temperature range: 300 to 350oC.
c) External temperature control: Accuracy of 0.2oC (PT 1000 sensor).
d) Heating Capacity - 600W.
e) Hotplate Size – 130 to 150 mm dia.
f) Supply – 220/240V, 50Hz, A.C.
g) Hotplate-Should be chemically resistant to acid and alkali.
h) Top Plate Material – Stainless steel.
i) Stirring Unit – Should be enclosed so that corrosive fumes do not enter it.
j) Controls for both hotplate and stirrer should be provided with suitable indicators.
k) Necessary electrical cables should be provided.
l) Warranty – 2 years.
m) AMC – 3 years.
Page 34 of 65
15. WATER PURIFICATION SYSTEM
Item code no. 15 / Water purification system
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 6 nos.
Technical Specifications
1. System should have feed water acceptance level of Conductivity up to 2000 µS/cm.
2. System should have a pretreatment kit with 10 µm, 5 µm and 1µm filter followed by a 3 stage pre-treatment cartridge consisting of Activated Carbon, Anti-scaling Agents and 0.5 µm depth filter to protect downstream cartridge.
3. Reverse Osmosis module should be made up of thin film composite polyamide RO membrane with
rejection rate of 94 - 99% and recirculation loop for optimum utilization of feed water.
4. Electronic De-ionisation Module to give consistency in Type-II water long life of the for the Type-I water purifier.
5. To ensure constant flow rate the system should have unique temperature feedback mechanism.
6. The ultra-pure water system unit should contain Deionization module, UV (254 / 185 nm).
7. The analytical grade water should be stored in a Poly Ethylene Reservoir of about 75 liters capacity with level sensor switch.
8. Mixed-bed cartridge to remove ionic and organic contaminants to trace levels.
9. The final product water should be dispensed through pharmaceutical grade 0.22 µ final filter.
10. The Type-1 water system should have features Online TOC measurement / monitoring, Volumetric Dispense, Auto Valve Dispense, Manual Dispense, provision for USB port for data capture is optional.
11. Audible / Visible alarms for both units, any additional feature that can be user friendly
12. The system should give the following product water specifications:
I. Pure (Type - II) water:
Resistivity > 10 MΩ• cm at 25°C
TOC < 30 ppb
Flow Rate Variable up to 15 lit/hr.
I. Ultra Pure (Type- I) water:
Resistivity 18.2 MΩ• cm at 25°C
TOC < 5 ppb
Bacteria < 0.1 cfu/ml
Particulates (< 0.22 μm) < 1 / ml
Ultrapure Water (Type 1) Flow Rate 1.5 Liter /min
13. Warranty for the total Water Purification System shall be two years from the date of installation.
14. Annual Maintenance Contract (AMC) shall be quoted for three years, which starts after two years of warranty.
Page 35 of 65
16. Stack Sampler
Item code no. 16 / Stack kit
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 6 nos.
Technical Specifications
Stack sampler which can be used to collect samples of particulate matter, gaseous pollutants like SO2,
NOx, etc., in industrial emissions from stationary sources / chimney and vents.
Stack Temperature Range
Ambient to 600O C read on a digital Pyrometer
Stack Velocity Range 3 to 60 m/sec
Thermocouple T/C sensor in SS 304 casing, length of insertion:0.6 m with 2m long cable
Manometer Digital with 0-1300 mm of Hg range
Pitot Tube Calibrated S-type fabricated – SS 304, 0.6 m extendable to 1.2 m
Particulate sampling 2 to 30 lpm collection on thimble type filter
Gaseous sampling 0.2 to 3.0 lpm collected in borosilicate, glass impingers,
Rotameter Plastic body with 2% FSD accuracy, 0 to 30 lpm for PM and 0 to 3 lpm for gas
Sampling probe Made of SS 304 tube, 0.6m length extendable to 1.2 m
Fliter Holder Made of SS 304 tube suitable to hold either cellulose filtration thimble (size 28mm ID x 100 mm long) or glass micro fibre thimble (size 19mm ID x 90 mm long)
Nozzles A set of 3 stainless steel nozzles of different diameter (1/2, ¼, & 3/8 inches)
Digital Clock 0 to 60 minutes, one second read out with start & stop switches
Gaseous sampling impinger box
Box provision to hold 1 No. of 240 ml cap. & 2 Nos. of 120 ml capacity borosilicate glass impingers with sufficient numbers of ground-glass-joints accommodated in ice tray, placed on the rear side of instrumental panel with a provision to keep ice.
Pipes One set of all required connecting pipes (hose) with leak proof joints. One additional 10 meters length pipe (hose).
Vacuum pump Mono-block rotary vane type, oil lubricated, single phase motor (230 V) with more than 50 lpm free flow capacity
Tripod stand Tripod stand for mounting stack sampler
Warranty Two years from the date of installation
AMC Three years after warranty
Page 36 of 65
17. Flame Photometer
Item code no. 17 / Flame photometer
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 2 nos.
Technical specifications
System for the measurement of Sodium and Potassium in water and waste water samples, using the technique of flame emission photometry, comprising of an aspirator unit, oil free compressor, burner unit, filters and photo detector.
Measurement : System for the measurement of Sodium and
Potassium in the water and waste water samples.
Technique : Flame emission photometry.
Required units : Should comprise of an aspirator unit, oil free compressor, burner unit, filters
Detector : Photo detector.
Range
: Sodium - 0 to 100 mg/lit Potassium - 0 to 100 mg/lt
Limits of detection
: Sodium : < 0.2 mg/lit Potassium : < 0.2 mg/lit
Accuracy and reproducibility
: ± 2%
Display : At least 3 digit LCD
Filters : Filters for Sodium, Potassium should be inbuilt
Detector : Photoconductive cell
Power requirement : 230 ± 10 volts 50 Hz AC
Accessories and spares : For 3 years of continuous use
Calibration Standards required
: Sodium Standard 1000 mg/lit (CRM) Potassium Standard 1000 mg/lit (CRM)
Important : Quoted model should exist in market for at least five years and to be continued for another five years. Supplier should give support for service & spares for at least ten years from the date of installation.
Warranty : Two years from the date of installation.
AMC : Three years after warranty.
Page 37 of 65
18. Respirable Dust sampler (PM10) (Equipment should confirm to BIS IS: 5182-part-23-2006)
Item code no. 18 / RDS instrument
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 15 nos.
Technical Specifications
1. RSPM should be collected on filter paper and coarse dust should be collected in a cup under
cyclone. This separation technology should be based on approved design from a CSIR Lab.
2. The equipment must be in use with CPCB & SPCBs.
Housing Sturdy Aluminium cabinet to house Blower, Filter holder assembly, time totalizer, Programmable timer, Flow controller& flow measurement device.
Heavy duty Blower Brushless and noiseless, for at least 28 hours continuous operation
Flow Rate 0.8 to 1.4 M3/min free flow with flow stabilization by electronic feedback flow control device.
Filter Holder Aluminium Casting with fine finished rubber gasket
Automatic Sampling 0-24 hrs(Flexible to set at any interval of time)
Time Totaliser 0-9999.99 Hrs
Flow Controller Electronic Feed-back controller with pressure sensor to maintain Constant flow rate and compensate for dust load deposited on filter
Auto shut off Flow controller should have provision to automatically shut off the system if flow rate drops below 0.85 m3/min in compliance with BIS 5182-part 23:2006
Flow measurement Glass Monometer tube accurately graduated directly in m3/min and calibrated across a critical orifice
Particulate sampling/ Separation
From 10 micron down to 0.1 micron on filter paper and coarse dust should be collected in cup under the cyclone as per BIS design.
power supply Nominal 220 v ± 10 single phase AC mains
Gaseous Sampling Attachment
Thermoelectrically cooled temperature controlled system
Sampling Train 4 Nos. of 35 ml. borosilicate glass impingers
Flow control Four inlet and one outlet with built in Needle Valves for flow control of each unit & fitted with silica gel tubes
Flow Rate 0.2 – 2.0 LPM, Accuracy: 2% of span, Least Count:0.05 LPM
Warranty Two years from the date of installation. Calibration of the equipment shall also be ensured during warranty.
AMC Three years after warranty. Calibration of the equipment shall also be ensured during AMC.
Page 38 of 65
19. PM2.5 Sampler as per USEPA designated manual FRM or FEM
Item code no. 19 / PM 2.5 sampler
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 15 nos.
Technical Specifications
Design Compliance Should comply with USEPA published design & the compliance should be certified by CSIR Lab of India
Flow rate 1.0 M3/hour maintained by Mass Flow Controller
Elapsed time indicator Real time clock based records the operating time for each sample in hours and minutes
Volumetric flow rate compensation
Performed automatically by the system using sensors for ambient temperature and barometric pressure
Volumetric totalizer MCU unit totalisers and displays volume of air sampled
Flow recorder USB flash memory based system records flow rate, volume of air sampled, air temperature, filter temperature, filter pressure and barometric pressure
Size selective inlets PM10 impactor and WINS impactor for PM2.5 confirm to USEPA design
Special features Auto shut-off of sampler if flow rate drops by more than 10 % from designed value of 16.7 LPM
Vacuum pump Oil free pump driven by induction motor for suitable flow rate
Data file compatible with MS Excel
Down loaded data directly opens in an excel sheet. No additional software is required
Calibration unit Leak check & flow rate calibration system to be provided
Power requirements 230 v ± 10 single phase AC mains
Warranty Two years from the date of installation. Calibration of the equipment shall also be ensured during warranty.
AMC Three years after warranty. Calibration of the equipment shall also be ensured during AMC.
Page 39 of 65
20. ATOMIC ABSORPTION SPECTROPHOTOMETER (FLAME / VGA)
Item code no. 20 / AAS
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 1 no.
Technical Specifications
Atomic absorption spectrophotometer with the following specifications is required for the analysis of
constituents, arsenic, antimony, boron, cadmium, chromium, cobalt, copper, iron, lead, manganese,
mercury, nickel, selenium and zinc, available in the water, industrial effluents, solid wastes, minerals, etc.
S. No. Specification Requirement
1.0 INSTRUMENT COMPOSITION
PC controlled Atomic Absorption Spectrophotometer to work under flame and flameless conditions.
Units for Flame: Air-acetylene and nitrous oxide-acetylene.
Operating modes: Absorption and emission modes.
2.0 TECHNICAL SPECIFICATIONS
Atomic Absorption Spectrophotometer
P C controlled instrument with built-in flame and Vapor Generation Accessory (VGA) works for absorption and emission modes. The system should be capable of operating in both single beam and double beam optics mode. Optical system must consist of 3-dimensional layout double-beam optics with optical true double-beam for excellent stability in flame measurement and high-throughput single beam in furnace measurement for higher sensitivity.
Wave length range 185 - 900 nm.
Sensitivity It should have more than 0.8 absorbance for 5 ppm / mg/lit copper standard solution with < 0.5% RSD in air-acetylene flame.
2.1 Monochromator The system should have fully sealed quartz coated optics with good quality monochromator having blazed diffraction grating with 1800 lines per mm. Software controlled selectable wavelength through PC.
Spectral bandwidths Computer controlled user selectable automatic with adjustable slit height setting in the range 0.2 to 1.2 nm and widths 0.2, 0.5, 0.8 and 1.2 nm.
Detector Wide-range UV sensitive photo multiplier / CCD. The detector should have 8 years of warranty.
Lamp Turret 8 lamp turret capable of holding different lamps with built-in power supplies. Computer controlled lamp selection and alignment through software.
Background correction The system should be ultrafast high sensitive deuterium background correction with superior S/N ratio due to identical absorption profile of D2 and element lamp.
Focal Length At least 250 mm focal length.
Burners Acid, Alkali, High saline corrosion resistance burners for operation with air-acetylene and nitrous oxide-acetylene flames shall be provided.
Page 40 of 65
Burner head must be made from highly resistant titanium with 10 cm slot size (5 cm titanium slot burner for N2O-C2H2 flame must be available).
2.2 Flame Atomizer All titanium or equivalent burner with impact bead / Flow spoiler, Premix Design.
Flame switch over Flame atomizer must be able to operate Air-C2H2, N2O-C2H2 flames with automatic changing between the two flame types.
Affect from Acids/Organic solvent
Unaffected from attacks by acid solutions or organic solvents (e.g. Methyl isobutyl Ketone i.e. MIBK
Flame Alignment in liquid beam
Fully automatic, optimized with motorized burner mount for vertical and horizontal burner adjustment. The burner angle should be adjustable from 0 to 90° to extend working concentration range.
Nebulizer High precision able to provide manually adjustable uptake rates material of the nebulizer and related Venturi should be inert to acid solutions and organic solvents, such as MIBK.
2.3 Flame Control Computer controlled ignition and extinguishing.
2.4 Gas Control Computer controlled with oxidant and fuel gases monitoring to monitor constant fuel/oxidant ratio ignition
2.5 Safety Function Interlocking system to prevent ignition, if the proper burner head, the nebulizer / end cap or the burner drain system is not correctly installed, the liquid level in the drain vessel is incorrect or gas pressures are too low. Interlocks also shall automatically shutdown burner gases, if flame is not detected or if any of the other interlock functions are not activated. Provision shall be there for safe shutdown from all operating modes in the event of a power failure. Separate flame shields for protection of operator from heat and radiation to be provided.
2.6 Essential Interlock Monitors
Burner type as well as its presence in position, air selector, flame sensor, liquid trap level, gas supply pressures and air supply anywhere in the network of gas tubings in the system.
2.7 Automatic Lamp Selection Function
Computer controlled Hollow cathode lamp selection and alignment.
Lamp Holder turret At least 8 lamp holder with built-in power supplies for hollow cathode lamps electrode-less discharge or equivalent.
Operator parameter setting Automatic setting.
2.8 Read Out / Display Display facility for absorbance as well as concentration, display of errors or error codes, absorbance range at least up to 2.0 Abs.
Scale expansion Scale expansion at least up to 100x.
Integration time Integration time should cover at least 0.2 to 50 seconds range.
Measurement Measurements of mean, RSD and CV, Background only mode, integration of peak height and peak areas
2.9 Samples introduction system Modular samples introduction system consisting of the quick-change spray chamber, burner head and nebulizer units.
2.9 Accessories / Spares with the Flame AA System
2.9.1 Vapour generation Hg/Hydride system with Batch Mode. Should
Page 41 of 65
assembly be equipped with Electro Thermal Heating for maintaining constant & Uniform temperature.
Precision Precision of better than or at least 1% at ppb levels of mercury, arsenic etc.
Absorption cell The absorption cell’s material should have no effect of the high heat of the flame and the cell for the analysis of Mercury should be of a closed cell design. Suitable absorption cell for the estimation of Arsenic, Antimony and Selenium shall also be provided.
Flame arrestor Flame arrestor should be provided in the tube which connects the assembly to the absorption cell
Cell design holder The design of the cell holder should give a firm and easily adjustable (for alignment) mounting on the burner head.
System accessories Complete with necessary reagent bottles, connectors etc.
2.9.2 Hollow Cathode Lamps 14 Hollow cathode lamps. One lamp for each of the elements – arsenic, antimony, boron, cadmium, chromium, cobalt, copper, iron, lead, manganese, mercury, nickel, selenium and zinc.
2.9.3 Air Compressor with Air Filter (noiseless)
Complete with pressure regulator quite in operation, necessary tubing and connectors and should meet the air supply requirements of AAS operation.
Pump Noiseless oil-free pump and moisture trap.
Corrosion resistant Resistant to acidic vapour and the drain value (if any) should be made of stainless steel or equivalent corrosion resistant material.
2.9.4 Gas Regulators
Nitrous-oxide gas regulator Nitrous-oxide gas regulator (two stage) with heater, with necessary tubings and connectors. Necessary transformer should be provided to transform this supply to the requirements of the heater. The heater should work on 230 ±10 volts 50 Hz AC power supply.
Acetylene gas regulator BIS certified complete stainless steel two stage regulator for acetylene gas cylinder and with necessary tubing, connectors, adaptors and filter panels (moisture traps, gas purifiers, molecular sieves, etc.).
Zero air gas regulator BIS certified complete stainless steel two stage regulator for zero air cylinder and with necessary tubing, connectors, adaptors and filter panels (moisture traps, gas purifiers, molecular sieves, etc.).
3.0 Data Work Station
3.1 Application Software Programme facility with multitasking software.
Should provide complete control of instrument with instrument status display and its various accessories
Provide accurate and reproducible time averaged, integration, non-averaged integration, multi level calibration
Software should handle instrument linear absorbance reading, concentration, or emission intensity, integration time, built in statistics, calibration equation control, slope of analytical curve using operator selective calibration standard
Built in interface for computer connection and use of optional accessories
Comprehensive quality control protocols facility including blank, multiple quality control
Page 42 of 65
standards, QA/QC audit trail and calibration failure.
3.2 Computer System
Make Reputed brand such as HP/Compaq/IBM/Dell
Processor Intel i7
RAM 8 GB
HDD 500 GB ultra DMA or higher HDD (7200 RMP),
Monitor 21” TFT – LCD Flat Colour
CD ROM 52 x CD-ROM
DVD-CDRW 32 x DVD_ROM and CDRW_Combo Drive Max speed 48x24x48
Ports 2 Serial, 1 parallel and 4 USB front 4 rear USB and above, 2 PS/2 port, 1 VGA integrated Portline in / out port,
Key board 104 key IBM Compatible
Mouse Optical mouse with pad
Ethernet 32bit auto selectable 10/100 MBPS
Graphics Internet ready with integrated graphics
Sound Integrated sound cord and inbuilt stereo spakers
Printer HP LaserJet Printer 1200x1200 dpi 12 PPM black
3.2 Operation Softwares Pre-loaded Windows XP Professional operating system with Licensed CD
MS Office 2000 Standard with media, manual and Licensed CD
Preloaded Antivirus with latest version along with Licensed CD
4.0
Additional Items Following item to be supplied:
Operation kit Manufacturers Standard Operation Kit including all required items, tubings, fittings for start up/regular operation of instrument
Operation / Maintenance manual
Operation and Maintenance manual for each unit
Analytical manual Analytical manual including applications for Flame and VGA system
Service manual Service manual with one set of required tools for each system / unit
Trouble shooting charts Trouble shooting charts
Spare parts catalogue Spare parts catalogue
Application notes Application notes for trace metal analysis in environmental, biological, geological, metallurgical and industrial samples.
Dust Cover One for each unit.
Consumables For three years operation for each of the following units:
Flame AAS (basic unit, burner system) Vapour generation assembly
5.0 Operation and Maintenance training
Two weeks training to be provided to two scientists on software training, operation, maintenance and troubleshooting aspects of instrument at its application laboratory in India.
6.0 General conditions of supply
1. The instrument and all its sub units should operate on 230±10 volts 50 Hz AC power supply.
2. All the operation and maintenance manuals, circuit diagrams, application notes and application softwares to be supplied should be in English language.
3. The supplier / manufacturer should have Indian agent to provide after sales service.
4. The main unit and all the sub units of the instrument should be serviced by the Indian representative of supplier.
5. The bidder should be a manufacturer/
Page 43 of 65
authorized representative, of a manufacturer, who must have designed, manufactured, tested and supplied two numbers of such equipment similar to the type specified in the past five years, which shall be in successful operation for atleast 2 years as on the date of bid opening.
6. The bidder should furnish the information on past supplies and their satisfactory performance.
7. Bidders shall invariably furnish documentary evidence (client’s certificate – at least two) in support of the satisfactory operation of the equipment as specified above.
7.0 Important Guarantee certificate for 10 years of support to be provided.
8.0 Warranty Three years on all the equipment.
9.0 AMC To be quoted for five years.
Page 44 of 65
21. Bacteriological Incubator
Item code no. 21 / Incubator
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 2 nos.
Technical Specifications
1 Construction : Double wall construction with PUF insulation. Inner chamber made of SS 304 and outer body made of stainless steel matted finish. Perforated stainless steel adjustable sheet shelves – 3 Nos.
2 Capacity : 250 to 300 ltrs.
3 Controlling system : Microprocessor based PID controller with Digital Display of Temp. and Timer.
4 Temperature range : 5.0OC above ambient to 70OC
5 Accuracy : +/- 0.5OC in the entire range
6 Timer (optional) : 99 hours / continuous
7 Viewing facility (inner door)
: With full length inner glass door to observe without disturbing the thermal condition.
8 Outer door : The outer door is insulated having inner SS lining fitted on stainless steel hinges and positive door gasket seals door perfectly.
9 Heating element : It should be located at appropriate locations to enable temperature controls through a built-in air circulating fan and thermostat arrangement from room temperature to 70OC.
10 Air ventilators : Adjustable air ventilators located near the top of the sides.
11 Certificates : Sensor & controller to be certified by a NABL recognized Laboratory. The incubator should pass IQ / PQ / OQ tests.
12 Warranty : Two years from the date of installation.
13 AMC : Three years after warranty.
Page 45 of 65
22. Total Kjeldahl Nitrogen (TKN) estimation system
Item code no. 22 / TKN analyser
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 1 no.
Technical Specifications
TKN system consists of digestion unit, acid fume scrubbing unit and distillation unit for the estimation of
total kjeldhal nitrogen in water, industrial effluents, solid wastes, etc., samples.
Automatic digestion unit:
1. Automated with integrated programmable control. 2. Minimum number of methods / programme should in between 5 and 10. 3. Two-tier console / auto-rack facility for minimize the utility of bench space. 4. Shall have the capacity to accommodate eight numbers of digestion tubes each of 250ml
capacity. 5. Shall have electrically heated aluminium metal block with casted aluminium alloy heaters. 6. Capable of providing temperature ranging from 100-440oC with ±10oC repeatability or better. 7. Should have in-built temperature controller with digital display and LED display along with manual
temperature adjustments. 8. Heating time setting with steps from 1-150 minutes. 9. Should have leak proof integrated condensers (fume carriers) made of glass, fixed on movable
panel along with adaptor for outlet to the scrubber unit. 10. System should have a facility for manual operation. 11. Provision for measurement of actual temperature using external thermometer.
Scrubbing unit:
Effective acid fume suction and neutralization scrubber with alkali and water (two-stage) using non-
corrosive and oil-free centrifugal suction type, with manual vacuum adjustment facility. Acid resistant
tubing inter connections.
Distillation unit:
1. Fully automatic microprocessor based distillation unit with in-built software, LCD touch screen with user programmable formulae, compatible for Phenol determination ammonical Nitrogen distillation, Cyanide distillation, TKN analysis and general distillation.
2. Programmable for sample dilution, alkali and boric acid additions, distillate volume setting, tube emptying, including all level sensors with tanks, etc.
3. Should be made of standard quality borosilicate glass for steam generator along with heater. Steam inlet tube shall be of PTFE.
4. Automatic sensing no water condition in the condenser with auto alarm. 5. Validated procedure / certification for TKN distillation like AOAC, EPA, ISO, etc. 6. Should have in-built calibratable pump for accurate reagents dispensing. 7. Safe feature for safe distillation (steam addition for equilibrium). 8. Distillation unit is equipped with sensors for safety door, distillate temperature and water level as
well. 9. Alkali resistant splash-head with polypropylene / PTFE material for long life. 10. Reproducibility: 1 % RSD. 11. Recovery: 99.5 % 12. Distillation unit can also be operated manually by the operator. 13. Instrument should be upgradable to system with external titration.
General:
All the three units should be operated on 230 ±10 Volts, 50 Hz, AC power supply.
Accessories:
1. Tube removing/replacement device. 2. Digestion tube stand – two in all. 3. Two sets of digestion tubes (16 tubes).
Important:
Page 46 of 65
Quoted model should exist in market for atleast five years and to be continued for another five years.
Supplier should give support for service & spares for atleast ten years from the date of installation.
All quoted items must be from the same manufacturer.
Warranty and AMC
Three years warranty for digestion and distillation units. AMC for five years after warranty shall be
quoted.
Page 47 of 65
23. Fume Cup-board
Item code no. 23 / Fume cup-board
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 3 nos.
Technical specifications
Dimensions 1500 mm (W) x 900mm (D) x 2400mm (H)
Inside Fume hood working volume
1220 mm (W) x 665 mm (D) x 1480mm (H)
Bed size 1220 mm (W) x 665 mm (D)
Worktop height from floor level 500 mm
Design Structure Aerodynamic floor mounted
Air Flow Type Automatic Bypass Type
Construction Exterior
Structure Pure Epoxy Powder coated, GP chromate Zero sprangle CRCA sheets, 18 & 22 Gauge Electro –Galvanized steel with rigid structure
Construction Interior
Thickness Phenol based high-pressure compact laminate (6mm thick)
Baffle Arrangement 3-point suction system (for light, normal & heavy fumes) with baffle constructed of phenolic resin laminate.
Air Foil Corrosion resistant stainless steel, providing spill retention and safe ventilation of fumes generated to be provided.
Work-top Chemical resistant splash & spillage proof `Jet Black Granite` worktop
Sink, Water tap with drain arrangement
PP cup sink of size 175 x 102 mm
Sash (shutter) Vertical rising counter-balanced ‘Toughened Float Glass’ (4 mm thick) fitted in the powder coated Aluminium extrusion, Smooth and light sash operation to be provided.
Sash opening height 655 mm
Lighting LED tube light (12 watt, 1No.) with metal enclosure for better illumination with less power consumption. The lighting needs to be isolated from the air stream to increase air flow uniformity.
Electrical Utilities Electrical sockets 4 nos. and switches (230v, 5/16 A, 50 HZ) and two heavy duty (industrial) power sockets (30 amps) switches to have LED to indicate ‘ON’ position. The control panel should have audible alarms to indicate low/unsafe airflow velocities. The panel should have a time display with a stopwatch timer and should also be able to indicate ambient temperature.
Apparatus storage base unit Apparatus holding grid of SS 304,complete rigid steel framework to support fume hood, Epoxy powder coated ,Shutters should have Double skin with CED coated self closing hinges are required.
Overall dimensions of storage unit
695 mm (w) x 570 mm (D) x 643 mm (H)
Air Flow Monitor AFA 500 (analog)/model 1000/2(digital)
Maximum Air Exhaust Air Volume
1170 cmh (690 cfm) for minimum face velocity of 0.5 m/s or 100 fpm at full open sash position
Minimum Air Exhaust Air Volume
585 cmh (344 cfm) for minimum face velocity of 0.5 m/s or 100 fpm at half open sash position
Light Intensity at Work Surface 780 Lux
Air blower system Suitable air blower system shall be offered to each fume cup-board so that the generated fumes can be sucked and lifted to a convenient height for dispersion.
Warrantee Two years from the date of installation.
AMC Three years AMC shall be quoted, which starts from the date of expiry of warrantee.
Page 48 of 65
24. Laminar Air Flow
Item code no. 24 / Laminar Air Flow
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 1 no.
Technical Specifications
1 Construction : Regular, vertical with magnihellic guage and class 100 fitted with HEPA Filters
2 Particle retention : 0.3 micron & above
3 Pre-filter efficiency: : 99.00 % with particle retention > 5 micron
4 HEPA Filter efficiency : 99.97% with particle retention > 0.3 micron
5 Protection : Grill for protection of HEPA filter
6 Noise level : 60 decibel ± 5%
7 Velocity : 90 ± 20 feet/minute
8 Work Table : Made up of stainless steel (304) with a provision of cock for gas / burner on work table
9 Front door : Acrylic transparent sheet, foldable type
10 UV Lamp : 30/15 Watts
11 Normal working illumination
: 40 W fluorescent tube
12 Pressure : Static pressure manometer
13 Power Supply : 230 ± 10 V / 50 Hz single phase A.C.
14 Cabinet : Epoxy powder coated GI sheet of 18 mm thickness.
15 Side panels : 5 mm thick UV stabilized Polycarbonate sheet
16 Heavy Duty Blower : Dynamically balanced with 0.25 HP Electric Motor 1440 rpm, mounted on anti vibration pad
17 Size of the laminar flow : 120 x 60 x 60 cm (4 x 2 x 2 ft)
19 Warranty : Two years from the date of installation.
20 AMC : Three years after warranty.
The above laminar flow system shall be mounted and installed on the laboratory plat form already
constructed.
Page 49 of 65
25. COD digester
Item code no. 25 / COD
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 2 nos.
Technical Specifications
1. Micro processor based COD Digestion System with Air Condensers for 20 Reaction Vessels.
2. 20 Samples at a time
3. Construction: Compact design made of Mild Steel construction body and aluminum block
consisting of 20 holes to take reaction vessels.
4. Stainless Steel Insert Rack to hold COD reaction vessels
5. Tube support rack to place reaction vessels along with stand,
6. Stand to hold air condensers,
7. Capacity of glass vessels:250ml each with 42mm dia
8. Auto alarm /Buzzer for user’s attention,
9. Auto power off mode on completion of COD digestion,
10. Graphical digital LCD display,
11. Temperature Range: 40-4000C
12. Temperature Accuracy: ±10C
13. Temperature controller: Microprocessor based PC compatible temperature controller with Feather
Touch membrane Switches setting.
14. Sample size: 20ml (As per APHA Method 1:2:3) with USB port with memory programs and ramps.
Built in software giving live schematic process flow feature.
15. Timer: Integrated Programmable time with digital display of set value and process value
16. Glassware: 20 reaction vessels along with 20 air condensers.
17. Heating Block: Aluminum Solid metal block,
18. Air Condensers: Reflux condensers with ground joint,
19. Automatic safety features like auto over temperature protection,
20. FRP water tank with provision of tap water circulation to cool 20 Nos. vessels during addition of
reagents.
21. Electrical Requirement: 230 V/50Hz AC mains.
22. Two years warranty for the instrument.
23. Three years AMC after warranty.
Page 50 of 65
26. Total / Fecal Coliform test kit
Item code no. 26 / Total / fecal coliform test kit
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 3 nos.
Technical specifications
Equipment for enzyme substrate test confirming to American Public Health Association Standard
Methods for Water & Wastewater testing; Method No. 9223; IDEXX Laboratories kit or equivalent is
required for the estimation of total coliform, fecal coliform, E. coli, enterococci, etc. bacteria in water
samples.
1. Quanti-Tray Sealer PLUS along with Quanti-Tray Rubber Inserts.
2. UV Lamp: 6 – watt fluorescent, 365 nm long-wave UV lamp with bulb.
3. UV Viewing Cabinet: Aluminum cabinet with built-in UV absorbing window, access curtain and
holding bracket for lamps.
4. Quanti-Tray/2000: 200 Nos.
5. Colilert*-18 for 100 ml samples: 200 Nos. reagents.
6. Enterolert* for 100 ml samples: 200 Nos. reagents.
7. Manual for operation of the kits and methods.
8. Warranty for the equipment: Two years.
9. AMC: Three years after expiry of the warranty period.
Page 51 of 65
27. Autoclave – Vertical
Item code no. 27 / Autoclave
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 1 no.
Technical Specifications
1 Construction : Fully organ welded to avoid steam and pressure leak. Double walled construction with inner SS 316 L and outer SS 304 Matt / Buff or mirror finish.
2 Capacity : 100 liters
3 Controlling system : Microprocessor based PID controller with Dual Digital Display of temperature and timer with auto-purging facility.
4 Heating System : SS 316 Water Immersion heater
5 Sterilizing temperature : 121OC
6 Operating Pressure : 15 PSI
7 Sterilizing Time : 0 -120 minutes and adjustable
8 Lid : Lid is made of SS and die pressed, shall be equipped with 0 to 20 PSI pressure guage, steam release valve and safety valve. Fitted with silicon rubber gasket jointless.
9 Power supply : 230 ± 10 V, 50 Hz, AC power
10 Water cut off : Water low-level alarm indication and heater cut-off facility
11 Basket type : Stainless steel carrier basket
12 Drainage : Auto and manual draining facility for reservoir tank water
13 Calibration and inspection
: Should have calibration and inspection certificate from factory
14 Certification : Temperature & Pressure controller to be certified by a NABL recognized Laboratory.
15 Safety Items : 1. Safety Valve- 20 PSI, 2. Extra safety valve- 25 PSI
16 Safety : Over temperature protection device
17 Spares : One spare set of heater to be provided.
18 Important : 10 years of spare parts support shall be provided.
19 Warranty : Two years warranty from the date of installation
20 AMC : Three years after warranty
Page 52 of 65
28. Real Time Noise Monitoring Stations
Item code no. 28 / RTNMS
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 13 nos.
Technical specifications
1. TECHNICAL SPECIFICATIONS OF REMOTE STATION:
The Remote Station for Ambient Noise Monitoring Network should have a standalone operating terminal,
appropriate for outdoor installation for continuous measurement of ambient noise on real-time basis. The
signal from the Microphone has to be communicated to a latest signal processing and data storage unit.
It should be compatible with integrated 3G/4G modem for transmitting the data to the Central Receiving
Station.
The Noise Monitoring Station / Terminal (NMT) shall be with an outdoor microphone covered with an
acoustic enclosure for protection from rain and wind (resistant to all weathers) and with a weatherproof
cabinet containing a noise level analyzer, battery, communication device for transmitting data to the
receiving station. The whole of the station shall be portable to be installed on a mast and the analyser
shall be easily accessible with a self locking door.
The detailed specifications are as follows:
S. No. Particulars Specification
1 Standards IEC61672-1 (2013)* Class 1 (* Class 1 type certification with 90 deg reference direction either from LNE, PTB, METAS, CEM, BEV- Either of these certificate to be supplied along with technical document)
2 Microphone type ½” pre-polarized random incidence permanent outdoor microphone
3 Microphone Sensitivity
50 – 60 mV / PA
4 Microphone reference directions
90º reference incidences
5 Measurement Range
25-135 dB (A)
6 Time weighting Fast, Slow, Impulse and Peak IEC
7 Frequency / weighting
A, C and Z
8 Display Auto brightness, alpha numeric colour display with High viewing angle and high brightness for onsite service and maintenance purpose
9 Dynamic Span 110 dB(A) or more
10 Resolution 0.1 dB (A)
11 Noise floor <18 dBA
12 Operating Temperature Range
-10 to 50ºC
13 Calibration Automatic Calibration
14 Humidity Range 90% RH Non - Condensing for internal devices 90% Condensing for external devices
15 Power Supply Instrument should be supplied with internal rechargeable battery with capacity of min 10 hr in power failure. This internal battery to be charged through Solar Panel or from 220 Volt 50Hz, AC. Bidder must quote for a solar panel, external battery and solar charge controller for all stations.
Page 53 of 65
16 Power Back-up Power backup should provide complete power autonomy with telemetry enabled to the field stations for min 10 days without charging the internal battery or either by Solar Panel or by power supply.
17 Memory storage Storage of all the above measured and stored data for at least 1 month at 1-sec acquisition rate.
18 Communication Port
USB, RS 232, Ethernet
19 Sampling Rate Short Leq time history user selectable from 125 ms, 1 second or 2 second etc. Leq, Lmax. Ldn and Ln periods adjustable between 1 minute and 1 hour (The sampling rate should be Programmable independently for each channel)
20 Measured and stored data
Min. of Leq, Lmax, Lmin, Lpeak, L10, L90, L50. Short Leq time history, measurement time and date, actual time and date (accurate to 12 sec/month).
21 Communication 3G/4G internet connectivity or better
22 Number of input channels
02
23 Essential Function Time Synchronization with central receiving station. Web interface with web monitoring software shall be provided
24 Programmability Fully programmable. All functions must be programmable from remote access or direct from the instrument
25 Hardware diagnosis The system should perform remote calibration test to check the whole noise measurement system by means of generating remotely a well-known electrical signal at microphone and proper operation of each unit. This should be automatically used to check the calibration of the microphone, preamplifier and instrument and the result of electrical check should be displayed for each site in Central Receiving Station. This check should be repeated twice or thrice on daily basis to assure the quality data on daily basis.
26 Specification for Outdoor Microphone
Standards: IEC61672 - (ed. 2013) Class1 Approval: Class I type international certification either from LNE, PTB, METAS, CEM, BEV Sensitivity: 50-60 mV/PA Response Type: 1/2” Pre-polarized 90º Reference incidences Microphone Type: Permanent Outdoor Microphone based on External polarized capsule (for better Temperature and Humidity performance) Operating Temp: -10ºC to + 50ºC Humidity Range external components: 90% RH (Condensing) Humidity Range internal components: 90% RH (non condensing) Range: 30 - 130 dB (SPL) Frequency response: IEC 61672 Class 1 Output connector: Compatible with NMT Pole adapter: Suitable for instrument monitoring Accessories Required: Bird spike, wind screen, Protected Extension cable
27 Enclosure for Remote sensors
The weather proof cabinet (size 600 x 200 x 130) shall be robust, durable with IP65 protection It should be equipped with standard sensors to check the unauthorized intrusion by way of alarm and have ability to produce telecommunication alarm if the enclosure has been
Page 54 of 65
opened with an in-built GPS position to identify the present location of installed Noise Monitoring Terminal. The length of mast should be 4 mts. (height adjustable) and to be mounted in a concrete base and be of GI material and non corrosive.
28 Cabling All cabling will be protected via armoured Conduit
29 Warranty Three years.
30 Comprehensive AMC
Five years including spares and consumables to start after expiry of three-year warranty period.
2. SPECIFICATION OF SOFTWARE FOR APPCB RECEIVING STATION
Software shall be installed on the cloud for the communication, from measuring and acquisition stations, via Wi-Fi network / 3G / 4G connectivity.
Software Management:
⮚ Software capable for requesting, downloading, editing, processing and representation and management of data.
⮚ The software integrates the entire data request commands made to the stations in real time data or data saved in the memory.
⮚ Software allows the user to change and/or modify the configuration of the stations, enable to perform tasks such as date and time synchronization with the computer and adds new measuring channels specifying the different sampling and storage periods, as well as the statistical calculations to be stored.
Multiple communication possibilities
⮚ Mobile phone system (3G / 4G) ⮚ Direct communication via Ethernet port (RJ45) ⮚ Wi-Fi Communication ⮚ Built in FTP Server and Client ⮚ Redundant communications. Each remote station could include up to three types of
communication profiles. If one communication profile fails, the system will connect with redundant communication system automatically
Window for enquiry and configuration of each station
⮚ Name, number and abbreviation of the station, Location, UTM coordinates ⮚ Connection type and telephone, if any. ⮚ Configuration of channels, parameter and calculations ⮚ Photography which represents the actual station (“Associate image”)
Hand on Operations
The following parameters of stations must be configurable for each station.
⮚ Allow the Setting of Date/Time of the station. ⮚ Real time data request from each channel (in table and graphs). ⮚ Downloading of data stored in the station ⮚ Downloading the station’s configuration of PC ⮚ Downloading of PC’s configuration to the stations ⮚ Channel calibration settings ⮚ Alarm trigger user settings for each channel
Data Analysis
⮚ Data enquiry over several days ⮚ Comparison of readings between stations ⮚ Daily statistics enquiry ⮚ Strip charts of the daily statistics. ⮚ Comparison between the daily statistics of various stations ⮚ Comparison between parameters from the same station or from different stations
Visualization of Data
⮚ Enquiry of data in Table Form
Page 55 of 65
⮚ Enquiry of data in graph form ⮚ Temporary graphs composition window
Additional Features
⮚ Printing of various reports and graphs. ⮚ Zoom in and Zoom out facility with automatic graph scale Resizing ⮚ Registers all the events like Information messages, error messages. ⮚ Information of the communications resources used by the PC at that moment
Exportation of readings to word, pdf, jpeg formats ⮚ Creating monitoring environments with “gauges” displaying real time values. ⮚ Configuring maximum and minimum thresholds and sending alarms by e-mail or SMS if
data exceeds them. ⮚ Customizing maps with icons representing the selected stations. Icons should change
their color if there is an alert in a station.
Regular updates of software shall be provided on half yearly basis on as and when
available basis. Software shall be dynamic with all post processing capabilities and it must
include basic and advance statistical tools for data analysis and report generation for
managing the huge database
Web Enabled Software for data distribution
The Web Software Platform must be able for web posting of the data available on the cloud server at APPCB Headquarter, Vijayawada, in such a way that all authorized persons with an internet connection would have the possibility to access to the information of all the noise monitoring terminals. The user can customize the way to display the noise parameters. The user can play the role as administrator and define other user’s access rights. Considering data transmission from the remote terminals to the Cloud Server is carried out via 3G cellular network, data can be updated. The Web Enabled Software must have following features:
a) Only authorized users can access the web enabled data b) The format for administrator for issue of user id and password should be provided. c) The authorized user should have access to current data and historical data. d) User should have provision for full graphical plotting of the time series of the data and
comparison of data from historical data of the station. e) Graphical and GIS based visualization of all the Noise monitoring terminal f) In graphical representation should have full attributes, which should be displayed by
positioning cursor on the map g) Image superposition on a map or on an imported noise map h) The selected station by clicking on the map must show the geographical information and
status of the stations, for example Name of station, Station ID, Latitude, Longitude, Height etc.
i) On selecting a station, the complete menu of the data should be displayed. j) Data can be selected both in Tabular and graphical format k) The graphical display for all noise parameters should be available l) The graphical plot of noise data analysis like Peak Noise, average noise etc. are
available for the user. m) Fast data analysis using Heat Map visual tool with features as minimum to:
i. Colour display of average hourly levels versus week days ii. Selection of the period on display: day, week, month, year iii. Selection of recomposition versus period on display: 1 mn, 15 mn, 1 h, 24 h iv. Selection of the indicator: average LAeq, LAMax, LA99, ALARM, meteorological
data
n) Spectrogram: real-time display of the frequency representation of the acoustic levels measured versus time
o) Noise mapping at all the station should be available with Calibration check status, Noise level alarm, saturation level indication.
p) Automated reports about user-selected periods (day, week, month, year, etc.) in word, pdf and jpg format
q) The software should have provision for displaying additional weather and environmental sensors like temp, humidity, air monitoring parameters etc. as available in the central server for the respective station.
r) Multi languages (including Hindi) interface accessible upon APPCB choice in private mode (with user ID and a password) and/or in public mode
Page 56 of 65
Back facility: The vendor should quote for sufficient back up facility for incremental backup of 13 NMTs for 5 years.
Data processing work station:
Data processing Work Station Computer – 1 No. HP / Lenova / Dell, Windows 10 or better, Hard disk: 1 TB RAM: 4 GB or more, Processor: 3rd generation Intel Core or better, Screen size: 17 inches
Printer – HP Color Laser jet
3. Calibrator:
Specifications for External Acoustic Calibrator
STANDARDS: EN/IEC 60942 (2003), Class 1 type Type Approval: From PTB, LNE Sound pressure level: Nominal: 94 dB ±0.2 dB re 20μPa at reference conditions Individually calibrated under the following reference conditions: Operating Static pressure: 65kPa to 108kPa Operating temperature: -10°C to 50°C Operating humidity: 25 to 90 % RH Calibration accuracy: Absolute: ± 0.09 dB at reference conditions Frequency: 1 KHz ± 1 % Distortion: < 2 % Power : Battery operated Carry and storage case: To be provided Adaptor: Suitable adaptor for microphone (as quoted by Vendor)
Page 57 of 65
29. Fabrication of Vehicles
Item code no. 29 / Fabrication of Vehicles
Tender notice no. APPCB-12028/1/2019-SS-CL-APPCB, Date: .12.2019.
Quantity 7 nos.
S. No. Design and fabrication features of the vehicle for transportation of air & water quality monitoring equipment:
1 Fabrication of Isuzu D-Max LS-A 3.0 L 4x4 MT, V-Cross.
2 Fabrication of cargo compartment to a sturdy enclosure from all the three sides and top with backside half opened.
3 The inner height of the cargo compartment shall be 3.5 feet (105 cm).
4 Clamping facility for transportation of ambient air quality monitoring equipment (RDS & PM2.5 samplers shall be provided on both sides of the cargo compartment enclosure.
5 Vehicle fabrication works would conform to latest rules and regulations of Road Transport Authority and shall not invite objection from any quarter.
6 The designer / fabricator should have sufficient experience in designing & fabricating such vehicles.
7 The floor and side walls of the cargo compartment shall be lined with acid, alkali and rust proof material.
8 The bidder shall provide two years warranty for the fabricated items and shall carry out free service / repairs during the warranty period.
9 APPCB will procure and handover the said vehicles to the successful bidder for fabrication.
Page 58 of 65
PART – H: Details of instruments / equipment and delivery locations
S. No. Instrument / Others Zonal LAB -
Kurnool RO -
Tirupathi RO -
Kadapa RO -
Anantapur RO -
Guntur RO -
Srikakulam RO -
Kurnool Total
1 pH cum Electrical Conductivity Meter ---- 1 1 1 1 1 ---- 5
2 Turbidity Meter ---- 1 ---- 1 ---- ---- ---- 2
3 Hot-Air Oven ---- 1 1 1 1 1 ---- 5
4 Muffle Furnace 1 1 ---- 1 ---- ---- ---- 3
5 Semi Micro Balance ---- 1 1 1 ---- 1 ---- 4
6 Micro Balance ---- 1 1 1 1 1 ---- 5
7 UV-Visible Spectrophotometer 1 1 1 1 1 1 ---- 6
8 Laboratory Refrigerator (450 Ltrs) 2 2 1 1 1 1 1 9
9 CO Monitor ---- 1 1 1 1 1 1 6
10 Methane Monitor ---- 1 1 1 1 1 1 6
11 Noise Meters ---- 1 1 1 1 1 1 6
12 BOD Incubators ---- 1 --- 1 ---- ---- ---- 2
13 Water bath 1 1 --- 1 ---- ---- ---- 3
14 Hotplate cum Stirrer 1 1 1 1 1 1 1 7
15 Water Purification System 1 1 1 1 1 1 ---- 6
16 Stack Kit ---- 1 1 1 1 1 1 6
17 Flame Photometer ---- 1 ---- 1 ---- ---- ---- 2
18 RDS Instruments ---- 2 3 3 2 3 2 15
19 PM 2.5 Samples ---- 2 3 3 2 3 2 15
20 Atomic Absorption Spectrometer 1 ---- ---- ---- ---- ---- ---- 1
21 Bacteriological Incubator ---- 2 ---- ---- ---- ---- ---- 2
22 TKN Analyzer ---- 1 ---- ---- ---- ---- ---- 1
23 Fume Cupboard ---- 2 ---- 1 ---- ---- ---- 3
24 Laminar Flow ---- 1 ---- ---- ---- ---- ---- 1
25 COD Digester ---- 1 ---- 1 ---- ---- ---- 2
26 Equipment for enzyme substrate test kit (APHA method no. 9223B; IDEXX Laboratories Kit or equivalent)
1 1 ---- 1 ---- ---- ---- 3
27 Autoclave ---- 1 ---- ---- ---- ---- ---- 1
28 Real Time Noise Monitoring Stations Srikakulam, Vizianagaram, Kakinada, Rajahmundry, Eluru, Machilipatnam, Guntur, Ongole,
Nellore, Tirupati, Kadapa, Kurnool & Anantapuram. 13
29 Vehicle for Sampling and Transportation (ISUZU - D-Max 3.0 LS-A 4x4 M/T)
1 1 1 1 1 1 1 7
Page 59 of 65
PART – I
QUESTIONNAIRE – 1
[Please Mark √ in appropriate Box and fill the answer correctly. Bidders leaving the box
unmarked and questionnaire unanswered shall be rejected]
1. Name and address of Manufacturer
2.
a. Proof of Manufacturing
b. Proof of Authorized Dealer and also the proof of the original Manufacturer
c. Manufacturing capacity in volume and in Rs. lakhs per annum
d. Turnover of last three years with proof
e. Purchaser order copy and satisfaction report
3. a. Whether registered as SSI/NSIC (copy of
certificate)
YES NO
b. If yes, Monetary limit [Enclose Photocopy
of Regn. Certificate]
[Lakh] [Without Limit]
c. Validity Date
4. Terms of delivery : Free delivery at consignee’s
YES No
5. a] Delivery period in 30 days from date of placement of order
b] Quantity Offered
6. a. Whether instruments fully
conforms to tender schedule
specifications in all respects.
YES NO
b. If answer to 6 [a] is No, indicate
the details of deviation in
separate sheet.
Deviation statement of technical evaluation
must be enclosed.
7. Have you enclosed required EMD
YES NO
8.
Do you accept the liquidated damage
clause
YES NO
9. a. Do you accept the Security
Deposit and Performance
Guarantee Deposit clause?
b. Did you enclose the above
YES NO
YES NO
Signature of the Bidder ______________________________________
Name in Block Letters ______________________________________
Capacity in which Tender signed ____________________________
Full Address ________________________________________________
Page 60 of 65
PART – J
QUESTIONNAIRE -2
BIDDERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS GIVEN BELOW. BIDDERS MAY PLEASE NOTE THAT IF THE ANSWER SO FURNISHED ARE NOT CLEAR AND /OR
ARE EVASIVE, THE TENDER WILL BE LIABLE TO BE IGNORED
1. Tender No. ___________________________________________________________________
2. Make & model of the instrument
:
3. Name and address of manufacturer
:
4. Station of manufacture
:
5. Please confirm that you have offered packing as per tender enquiry requirements if not indicate deviations.
:
6. What is your permanent Income Tax A/C No.?
:
7. Status. a] Indicate whether you are SSI/NSIC
:
b] Are you registered with DGS&D for the item quoted?
:
c] If you are a small scale unit registered with SSI/NSIC under Single Point Registration scheme, whether there is any monetary limit.
:
d] In case you are registered with SSI/NSIC under Single Point Registration Scheme for the item quoted confirm whether you have attached a photocopy of the registration certificate indicating the items for which you are registered.
:
8. a] If you are not registered either with SSI/NSIC or with DGS&D, please state whether you are registered with Directorate of Industries of State Government concerned.
:
b] If so, confirm whether you have attached a copy of the certificate issued by Director of Industry
:
9. Please indicate name & full address of your Banker
[a] Name & Address of Bank [b] Accounts No. [Core Banking] [c] IFSC Code [d] MICR Code [e] Whether Bank branch is NEFT/RTGS enabled or not
:
10. Business name and constitution of the firm Is the Firm registered under :- i. The Indian Companies Act 1956. ii. The Indian Partnership Act 1932
[Please also give name of partners. iii. Any Act; if not, who are the owners.
[Please give full names and address]
:
11. Whether the tendering Firm is/are:- 1. Manufacturer : 2. Manufacturer’s Authorized Dealers. : N.B If manufacturer’s / authorized dealers please enclose with tender the copy of manufacturer’s
authorization on properly stamped paper, duly attested by a Notary Public.
Page 61 of 65
12. If instruments / equipment offered are manufactured in
India, please state whether all raw materials components etc. used in their manufacture are also produced in India. If not give details of materials components etc, that are imported and their break up of the indigenous and imported components together with their value and proportion it bears to the total value.
:
13 Here state specifically, 1. Whether the price tendered by you is to the best of your knowledge and belief, not more than the price usually charged by you for instruments / equipment of same nature/class or description to any private purchaser either foreign of as well as Govt. purchaser. It not state the reasons thereof. If any, also indicate the margin of difference.
:
2. In respect of indigenous items for which there is a controlled price fixed by law, the price quoted shall not be higher than the controlled price and if the price quoted exceeds the controlled price the reasons thereof should be stated.
:
Signature of the Bidder
Signature of Witness _________________________________ [Full Name and address of witness in Block letters]
Signature of Bidder ___________________________
[Full Name and address of the persons signing in Block letters]
Whether signing as Proprietor / Partner / Constituted Attorney / duly authorized by the Company.
Page 62 of 65
PART - K
Check list for Bidders/Suggestive
(Bidders should check following requirements for compliance before submission of the tender
documents)
Sl. No.
Requirements to be checked by the Bidders before submission of the tender.
Compliance (To be indicated by the tenderer with “YES” after compliance of
the requirements)
1. Bidders should mention quantity for which they have quoted. This should be mentioned in the covering/ forwarding letter head of the technical bid.
2. Whether Bidder are deposited required Earnest Money Deposit.
3. Bidders should confirm that their equipment/products conform to the governing specifications of the quoted instrument / equipment as per Tender Enquiry.
4. Bidders should mention their manufacturing/ supplying capacity.
5. Bidders should mention in the Tender Enquiry that they accept our delivery terms i.e. they agree to supply instrument / equipment at consignees’ locations at freight, risk and cost of the Bidders.
6. Bidders should mention that their offer is valid up to 180 days from the date of opening of the tender.
7. Bidders should mention their Delivery Period clearly.
8. Bidders should give their past performance in the specified format given in the Tender Document
9. Bidders should mention that they agree to the Arbitration clause of the Tender Enquiry.
10. Bidders should mention whether it is a manufacturer of the instrument / equipment quoted or it is the manufacturer’s authorized agent. In case of agent, it should submit valid authority letter(s) of their Principal(s) for they have quoted.
11. Bidders should mention that Business dealing with their Firms has not been banned by any Govt/Private agencies.
12. Bidders should ensure that witness has signed at appropriate places of the Tender documents and full name and address of the witness has been mentioned clearly.
13. Bidder should ensure to sign each page of the Tender documents with name, designation, seal and address of the signatory.
14. If the Bidders want to mention any specific condition, it should be mentioned on the covering/forwarding letter only which will be placed on the first page of the technical bid. Such condition mentioned in any other document shall not be given any consideration.
15. Bidders should mention their address for communication with Telephone and Fax Number.
Page 63 of 65
16.
i. Manufacturer Certificate/Authorized dealer certificate if applicable.
ii. Company/Firm Registration Certificate.
iii. Proof showing manufacturing of tender stores.
iv. Proof showing authorized dealership with date(s) validity ect.,
v. Income Tax return for the last three years for the assessment year of 2011-12, 2012-13, 2013-14.
vi. VAT Return for the period from ending 31-03-12, 31-03-13 and 31-03-14 OR VAT Clearance Certificate as on 31-03-12 and 31-03-13/31-03-14.
vii. SSI Certificate, if applicable.
viii. NSIC Certificate, if applicable.
ix. EMD Demand Draft separately for each item.
x. Please see para 12(ix) for details of minimum requirement:
Name of the Item Average turnover for the last 3 financial years of the present business
xi. Certificates/Orders. Reg. Previous performance
xii. Purchase Orders regarding similar items supplied elsewhere together with satisfactory certificate.
xiii. Samples.
Signature of the Bidder
Page 64 of 65
PART - L
TECHNICAL EVALUATION FORMAT
Detailed comparison statement for each technical specification and deviation statement
for Part-G must be enclosed for technical evaluation
Sl. No.
Specification Requirement
Bidder’s response (Bidder shall indicate “Complied” *or “Non-Complied” as applicable
in each row. In case of “Non-complied”, details shall be
mentioned)
Note: Please attach relevant support documents / brochures for verification.
Signature of Bidder
Page 65 of 65
Attachment 1 <Letterhead of the Bidder>
PRICE BID FORM
Date: Bid No. ------------------ To (Name of the Board & address)
I. Instrument / equipment:
S. No. Instrument / equipment & accessories
Make / Part no.
Unit price (Rs.)
GST Unit price after GST
(Rs.)
Qty. (Nos.)
Total (Rs.)
1
2
3
4
5
6
Total:
Discount, if any:
Total after discount
Customs duty, freight charges and other taxes, if any may also be incorporated in the price bid.
II. Annual Maintenance Contract charges:
S. No. Year Amount per unit (Rs.)
GST Unit price after GST (Rs.)
Qty. Total (Rs.)
1 1st
2 2nd
3 3rd
4 4th
5 5th
Total:
Terms & conditions Validity of the offer, Delivery period, Bank details of the details of the supplier shall be provided:
Signature of Bidder