+ All Categories
Home > Documents > ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD,...

ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD,...

Date post: 24-Jun-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
65
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
Transcript
Page 1: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

Page 19 of 65

PART – G

(Technical specifications for the equipment / instruments

for S. No.1 to 29)

Page 20: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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: ANDHRA PRADESH POLLUTION CONTROL BOARD · 2020-01-01 · ANDHRA PRADESH POLLUTION CONTROL BOARD, VIJAYAWADA. 10. EMD/Offer Security Payable to THE MEMBER SECRETARY, ANDHRA PRADESH

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


Recommended