ENVIRONMENT PROTECTION TRAINING AND …gmail.com Website: 18. Tender Inviting / Opening authority...

36
ENVIRONMENT PROTECTION TRAINING AND RESEARCH INSTITUTE (EPTRI) Survey No.91/4, Gachibowli, Hyderabad 500 032, Telangana INDIA Phone: +91-40-23180100; Fax: +91-40-23180135 Email: [email protected], [email protected] Website: www.eptri.com Notice Inviting Tender Number: Recall Tender EPTRI/Lab Instruments/2016-2017/13/Feb-2017 Tender Invited For: Recall Tender Supply of Laboratory Instruments to EPTRI, Gachibowli, Hyderabad

Transcript of ENVIRONMENT PROTECTION TRAINING AND …gmail.com Website: 18. Tender Inviting / Opening authority...

ENVIRONMENT PROTECTION TRAINING AND RESEARCH INSTITUTE (EPTRI)

Survey No.91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA

Phone: +91-40-23180100; Fax: +91-40-23180135 Email: [email protected], [email protected]

Website: www.eptri.com

Notice Inviting Tender Number:

Recall Tender EPTRI/Lab Instruments/2016-2017/13/Feb-2017 Tender Invited For:

Recall Tender Supply of Laboratory Instruments to EPTRI, Gachibowli, Hyderabad

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 2 of 36

INDEX OF THE TENDER DOCUMENT

S.No. Contents 1 Part-A (Notice Inviting Tender & Tender notification) 2 Part-B (Schedule of tender) 3 Part-C (Payment conditions) 4 Part-D (Settlement of dispute, arbitration) 5 Part-E (Important Instruction) 6 Part-F (Performance statement for last three years) 7 Part-G (General Terms and Conditions) 8 Part-H (Technical specifications of instruments /

equipment)

9 Part-I (Questionnaire-1 for bidders) 10 Part-J (Questionnaire-2 for bidders) 11 Part-K (Checklist for bidders) 12 Part-L (Technical Evaluation Format)

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 3 of 36

NOTICE INVITING TENDER

PART - A

Sl.

No.

Description

1. Department Name Environment Protection Training and Research

Institute (EPTRI)

2. Circle/Division Office of the Director General, EPTRI, Gachibowli, HYDERABAD

3. FILE / NIT Number Recall Tender EPTRI/Lab Instruments/2016-2017/13/Feb-2017

4. Tender Subject “Recall Tender Supply of Laboratory Instruments to EPTRI Laboratory

5. Period of Contract As per tender document

6. Form of Contract As per tender document

7. Tender Type Open

8. Tender Category Products

9. EMD / Office

Security

EMD to submit to EPTRI, Gachibowli as per the following schedules.

A Schedule -1 Schedule – 2 Schedule -3 Schedule -4 Schedule -5

AIIPM25 AIPM10 AIPM10G NI WMS

Rs.2000/- Rs.2000/- Rs.1000/- Rs.2000/- Rs.5000/-

B Security Deposit The success full bidder will be required to

deposit 10% of the total value of the equipment

in the name of Director General, EPTRI. No

interest will be paid. Security deposit will be

returned after successful completion of the

warranty period.

10. EMD/ Offer Security Deposit payable to

Director General, EPTRI, Hyderabad

11. Bid Document Downloading Start date & time

01/03/2017, 05.00 PM

12. Bid Document Downloading End Date

10/03/2017, 4.00 PM

13. Last Date of Bids & Time

for Receipt

10/03/2017, 05: 00 PM

14. Submission of

separate DDs

towards EMD

As per tender document

15. Pre-Qualification Opening Date

-------

15. Technical Bid Opening Date and Time (Qualification and Eligibility Stage)

13/03/2017, 11.00 AM

16. Price Bid Opening Date and Time (Financial Bid

13/03/2017, 2.00 PM.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 4 of 36

Stage)

17. Place of Tender

Opening

ENVIRONMENT PROTECTION TRAINING AND RESEARCH INSTITUTE (EPTRI) Survey No.91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone: +91-40-23180100; Fax: +91-40-23180135 Email: [email protected], [email protected], [email protected] Website: www.eptri.com

18. Tender Inviting /

Opening authority

Director General, EPTRI

19. Address/E-mail id ENVIRONMENT PROTECTION TRAINING AND

RESEARCH INSTITUTE (EPTRI) Survey No.91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Email: [email protected], [email protected], [email protected] Website: www.eptri.com

20 Contact

Details/Telephone:

040-23180100/23180106/23180126

21. Procedure for Bid

Submission 1. Bids shall be submitted online only.

2. The participating bidders in the tender should register themselves free of cost on e-procurement platform in the website www.eprocurement.gov.in (OR) https://tender.eprocurement.gov.in

3. The bidders who are desirous of participating in e-procurement shall submit their technical bids & financial bids as per the standard formats available at the e market place. The bidders should scan and upload the below mentioned documents and submit all the hard copies duly attested to Institution.

a) EMD in the form of Demand Draft payable at any of the Nationalized bank for the amount indicated in Sl.No.9 and it should be scanned and uploaded at the time of Tendering.

4. Transaction fee on eProcurement Platform:

All the participating bidders shall pay a transaction fee (non-refundable) as mentioned in the NIT payable to M/s M.D, TTS, Hyderabad and through on line. (0.03% of estimate contract value + 15% service tax).It is mandatory for all the participant bidders from 1st January 2006 to pay a Non-refundable Transaction fee electronically to M/s. M.D. TSTS, Hyd the service provider through "Payment Gateway Service on E-Procurement platform".

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 5 of 36

5. 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 as per G.O.Ms. 13 dated 07.05.2006. A service tax of 10.30% + Bank Charges for Credit Card Transaction of 2.09%(inclusive of service tax) on the transaction amount payable to The M.D., TTS, Hyd shall be applicable)

6. 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 eProcurement platform before entering into agreement / issue of purchase orders, towards eprocurement fund in favour of Managing Director, T.T.S,HYDERABAD.

NOTE: There shall not be any charge towards eProcurement fund in case of works, goods and services with ECV less than and up to Rs. 10 lakhs

22. Transaction Fee Payable

M/s M.D., T.T.S, Hyd (ON LINE)

23. General Terms and

Conditions

As per Tender document

1.0 PROCEDURE FOR BID SUBMISSION ON e-Procurement PLATFORM (e-tendering)

1. The bidder shall submit his response through Bid submission to the tender on

e- Procurement platform at www.eprocurement.gov.in by following the procedure given below. The bidder would be required to register on the e-procurement market place www.eprocurement.gov.in or https:// tender.eprocurement.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.

2. 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 certificate/documents in the e-Procurement web site. The bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. The

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 6 of 36

bidder shall attach all the required documents for the specific tender after uploading the same during the bid submission as per the tender notice and bid document.

3. Registration with eProcurement platform: For registration and online bid submission bidders may contact HELP DESK of M/s Vayam Technologies, Hyd. www.eprocurement.gov.in or https://tender.eprocurement.gov.in.

4. Digital Certificate authentication:

The bidder shall authenticate the bid with his Digital Certificate for submitting the bid electronically on e-Procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted.

5. For obtaining Digital Signature Certificate, you may please Contact:

Telangana Technology Services Limited BRKR Bhavan, B-Block, Tankbund road , Hyderabad-500022

Phone: +91-40-23220305, Fax: +91-40-23228057

(OR)

Any other Registration Authority of TCS-CA in India. The city-wise list of RAs is available by clicking

the link "Apply for a Class-2 Certificate" under "Enroll" section in the website "https://www.tcs-

ca.tcs.co.in/mca21/index.jsp

For any help or technical support on e-Procurement, Bidders may contact M/s Vayam Technologies Limited over phone or in person or their helpdesk at:

e-Procurement Help Desk

Vayam Technologies Limited

Plot No.107, 1st Floor, Lumbini Enclave, Opp: NIMS Hospital,

Near Hotel Urvasi , Punjagutta,

Hyderabad-500082,

Telangana State, India

Ph: +91-40-44426250/51

Fax: +91-40-44426252

E-Mail: helpdesk.eproc@ vayamtech.com

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 7 of 36

Environment Protection Training and Research Institute (EPTRI)

S.No.91/4, Gachibowli, Hyderabad

Recall Tender No: EPTRI/Lab Instruments/2016-2017/13/Feb-2017

Date: 01-03-2017

TENDER NOTIFICATION

Tenders are invited from the Manufacturers and Tender specific

Authorized Dealers for the supply of following Laboratory Instruments to the

EPTRI Laboratory, Office of the Director General, EPTRI, Gachibowli,

Hyderabad.

Sl.no Items Code Name of the Instrument to be supplied

Approx. Qty Required

Time of submission of tender

Warranty Period

1

AIPM2.5 Air Instruments PM 2.5 15 10 days 1Year

2 AIPM10 Air Instruments PM 10 15 10 days 1 Year

3 AIPM10G PM 10 & PM 2.5 Combo

Instruments

02 10 days 1 Year

4 NI Noise Instruments 10 10 days 1 Year

5 WMS Weather Monitoring Stations

3 10 days 1 Year

The tender system is TWO-BID SYSTEM i.e. “Technical bid” and

“Commercial / Financial Bid” under Part F- and Part – H of tender document.

The last date of submission Tender Online two bids on 11-03-2017 at

5.00 pm.

O/o Director General,

EPTRI

Note: Bidders have to send a Demand Draft for Rs.500/- for each schedule

towards tender processing charges in favour of Director General, EPTRI, Hyderabad and submit in person to EPTRI.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 8 of 36

PART – B SCHEDULE OF TENDER

Director General, EPTRI, S.No.91/4, Gachibowli, Hyderabad – 500032 Schedule to Tender No Recall Tender EPTRI/Lab

Instruments/2016-2017/13/Feb-2017

Date of Tender Download From 01-03-2017, 05.00 PM

Last Date and Time of the receipt of Tender along with

hard copies

11-03-2017 at 5.00 PM

Time and date of opening of Technical Bid On 13-03-2017 at 11:00 A.M.

Time and date for opening of Commercial/Financial Bid On 13- 03-2017 at 02.00 P.M

Validity of offer The Tender shall remain open for

acceptance till 180 days from the

date of Purchase Order.

Sl.no Items Code Name of the Instrument to be supplied

Approx. Qty Required

Time of submission of tender

Warranty Period

1

AIPM25 Air Instruments PM 2.5 15 10 days 1 Year

2 AIPM10 Air Instruments PM 10 15 10 days 1 Year

3 AIPM10G PM 10 & PM 2.5 Combo

Instruments

02 10 days 1 Year

4 NI Noise Instruments 10 10 days 1 Year

5 WMS Weather Monitoring Stations

3 10 days 1 Year

SPECIFICATIONS: Specifications for the above items are given in detail in Part-H of this

Tender Document. The Bidders should adhere to the specifications strictly, failing which their

bids will be rejected.

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 ARE DULY COMPLETED AND

scanned SIGNED hard copies (Optional) to be submitted to Director General ,

EPTRI, Hyderabad

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 9 of 36

1) Purchaser and

Inspection

Authority

: DIRECTOR General, EPTRI, Gachibowli,

HYDERABAD

2) Inspection Officer : Head, Laboratory, EPTRI or any other officer

detailed by the Director General.

3) Suppliers required

at

: FREE DELIVERY TO THE EPTRI, GACHIBOWLI,

HYDERABAD PREMISES

Bidders are required to quote rates on free

delivery at Consignee location basis only.

Bidders received on FOR Destination Station/

Stations of dispatch basis or different rates for

different destinations shall be summarily

rejected.

4) Delivery Period : Within 30 days of placement of Purchase Order

for entire quantity.

5) Dispatch

Instructions

The successful bidder / 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.

EPTRI will provide exemption certificate.

Concessional Customs Duty shall be applicable

on the equipment being imported by EPTRI.

Necessary exemption certificate will be issued

by EPTRI and applicable Custom duty shall be

initially paid by the firm and the same will be

reimbursed by EPTRI subject to production of

proof of payment for customs clearance.

The bidder / firm shall also ensure that the

shipping documents are received by EPTRI 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 shall 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 EPTRI to clear the consignments

through Customs at the discharging port in

time and the same will be accrue demurrage.

EPTRI shall not be responsible for payment and

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 10 of 36

demurrage charges.

6) Payment Terms : 100% payment after receipt of the Laboratory /

supplies in full quantities ordered; after being

inspected and certified by the concerned Lab

Head/ authorized by Director General, EPTRI.

7) Packing & Marking : As per relevant clause of Specifications.

8) Liquidated Damages : In case, the Firm does not complete the supply

within delivery period, liquidated damages will

be charged @ 5 % of the total cost of items

ordered on the Bidder and if required, action

will be taken against the firm to Blacklist.

9) Rate quoted by the Firms on full piece basis.

10) 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.

11) 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 and Place of Registration with full

Address/ Phone No of their manufacturing facility.

12) EPTRI reserves the right to increase or decrease the quantity at any

stage.

13) EPTRI reserves the right to change the consignee and change the quantity

of suppliers allotted to them. EPTRI reserves the right to scrap the tender

without assigning any reasons at any stage

14) EPTRI reserves the right to get the manufacturing capacity of all the

Firms verified irrespective of their registration status.

15) Price bids of only those firms whose technical bids are found acceptable as

per technical evaluation will be opened. If the supplied material is found

inferior / doesn’t fulfill the criteria of specifications mentioned, the entire

consignment will be rejected at the cost, risk and freight of the supplier.

16) The Price Bid of eligible bidders / Firms will be opened and Order would

be considered on the lowest bidder (s), subject to their capacity,

performance, etc., based on the fulfillment of technical conditions and

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 11 of 36

commercial conditions

17) a) Only reputed Manufacturers specified in Tender Specifications as

brought out of Part H of Tender Document should respond. In

countries where manufacturers are authorized to export the

equipment only through their authorized Dealers. Government

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, falling which their

tender will be summarily rejected. The foreign manufactures of the

tendered store will also have to give details in the tender document

of the after-sale-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.

c) Firms shall have service centers in Hyderabad

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 Institute : 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 Organizations.

ii. The original equipment manufacturer of the authorized service agent must have service centre in Telangana with qualified staff.

iii. The bidder must have entered annual maintenance contract at least for one year.

iv. Annual turnover certificate of the firm certified by chartered accountant during each of last two financial years.

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 for a period of atleast 180 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

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 12 of 36

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 included 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. EPTRI, Hyderabad. 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 risks.

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. EPTRI 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

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 13 of 36

words and figures, the amount mentioned in words will prevail.

26) Conditional Tenders 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 Tenders are principally not admissible.

29) The specification are clearly mentioned in the document and the Bidder are requested to submit Bid only if their offer strictly comply to 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 Institute will not entertain such Bids. BIDS CARRYING THE STATEMENT LIKE "SPECIFICATION AS PER TENDER DOCUMENT" SHALL NOT BE ENTERTAINED. THE PRODUCT SPECIFICATIONS SUPPORTED BY 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 price to be given in the Tender 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 Tender, the Bidder accepts the conditions of the Tender

33) The 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 Institute. The supplier or Agent should be in touch with the Laboratory Section of the Institute to know the exact day of receipt of stores supplied/dispatched by them. Training shall be imparted on all the instruments/equipment free of cost.

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 Institute.

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 Institute further reserves the right to accept the Tender 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 trouble shooting 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. (separately for each item). The cost of spares shall be taken into consideration while evaluating the financial offers.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 14 of 36

38) Annual maintenance contract: The bidder should quote the charges for annual maintenance contract after the warranty period for the instrument listed in Part-H of this tender document.

39) The instrument for which Tenders are invited will have to be supplied within 45 days 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) The prices must be quoted preferably in Indian Rupees item-wise i.e.,

basic price, taxes, packing forwarding, handling and installation charges etc. The charges must be quoted clearly and not in vague terms like "As Actual" "Approx" etc. As per eprocurement, final rates inclusive of all taxes are only appears, care must be taken by bidders, purchase order will be placed inclusive of all taxes only.

42) The Packing, Forwarding, Insurance, Transportation & Installation if any must be quoted separately for each item. The supplier will be held liable for any damage, theft or loss during transit. The instruments are to be dispatched to EPTRI, Hyderabad. The prices should be quoted FOR EPTRI, Hyderabad.

43) In case of foreign suppliers, the delivery of instruments / equipments shall be at EPTRI, Hyderabad 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.

44) The warranty/guarantee of the instrument/equipment should be clearly mentioned in the Bid.

45)

A. Commercial/ Price Bid Stage : PRICES TO BE QUOTED IN ONLINE AND INDIAN CURRENCY ONLY

INCASE OF IMPORTED ITEMS ALSO D. a) The decision of Director General, EPTRI, S.No. 91/4, Gachibowli,

Hyderabad – 500032 shall be final as regards the acceptability of tendered articles and stores to be supplied by the Bidders and the Director General, EPTRI, Gachibowli, Hyderabad - 500 032 shall not be required to give any reason in writing or otherwise at any time for rejection of the Bidders or articles.

b) Financial bid stage of those successful in Technical Bid stage will only be opened and L1 will be invited to supply the stores, subject to other conditions of this tender.

c) The acceptance of the tender will be intimated to the successful bidder only. d) Prices to be quoted in online only. The rates quoted in the bid are final and no negotiations will be held at any level in future.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 15 of 36

PART – C 1.0 PAYMENT CONDITIONS

2.0 Full payment will be released on delivery, installation and successful commissioning of the instruments/equipment (to be certified by concerned Laboratory , and on submission of bills in duplicate and on furnishing performance Bank Guarantee for 10% of the purchase order valid for a period of 60 days beyond the warranty period. 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 advanc payment proposal. The defective, substandard and contrary to the specifications instruments supplied have to be replaced by the supplier at their cost and responsibility.

3.0 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. CONDITIONS REGARDING DEPOSIT OF EARNEST MONEY

4 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.

5 The Earnest Money shall be deposited in the form of a crossed bank draft drawn

in favour of the Director General, EPTRI, Hyderabad.

6 The earnest money shall be valid and remain deposited with the purchaser

for the period of 1 year 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.

7 No interest shall be payable by the purchaser on the EM deposited by the

Bidder.

8 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.

9 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.

10 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.

11 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.

12 Any tender, 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.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 16 of 36

PART - D 1. SETTLEMENT OF DISPUTE, ARBITRATION 2. 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 Environment Protection Training and Research Institute (EPTRI), Gachibowli, Hyderabad. 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 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 Insitute 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. 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.

4. 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 Institute will be discharged and released of all liabilities under the contract in respect of these claims.

5. L a w s a n d R e g u l a t i o n s : The courts at Hyderabad shall have exclusive jurisdiction to entertain and try all matters arising out of this contract.

6 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 unsurped 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.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 17 of 36

PART –E IMPORTANT INSTRUCTIONS

1. GUARANTEE / WARRANTY Except as otherwise provided in the invitation to the tender, the contractor shall declare that the goods, stores, articles sold/supplied to the purchaser under this contract should 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 stores would continue to conform to the description and quality aforesaid for a period of warranty from the date of delivery of the said stores to the purchaser notwithstanding the fact that the purchaser after installation the inspector by the inspecting authority and approved the said store. If during the aforesaid period of warranty, the said stores 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 stores 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 stores from the date of rectification thereof. In case of failure of the bidder to rectify or replace the goods etc. within specified time, the purchaser shall be entitled to recover the cost with all expenses from the bidder for such defective stores. 2. In the event of contract being cancelled for any breach committed and the purchaser affecting re-purchase of the stores 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.

3. Purchaser will not pay separately for transit insurance and the supplier will be responsible till the entire stores 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 stores at destination, notify to the contractor any loss or changes to the stores that may have occurred during the transit. 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.

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 Tenderer _________________________________

Name in Block Letters ____________________________________

Capacity in which Tender Signed __________________________

Full Address. _____________________________________________

__________________________________________________________

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 18 of 36

PART - F

PERFORMANCE STATEMENT FOR LAST THREE YEARS

Name of Firm: ____________________________________________________________

1. a. Contact Nos./ Purchase Order :

b. Name of the buyer :

2. Description of Stores :

3. Quantity on order :

4. Value (in rupees) :

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 stores enclosed or not? :

Signature of Bidder

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 19 of 36

PART - G

TERMS AND CONDITIONS GENERAL CONDITIONS OF THE TENDER AND

INSTRUCTIONS TO THE BIDDER

1. The Bids will be received by the Director General, EPTRI, S.No. 91/4, Gachibowli, Hyderabad – 500032 through open tender system as per the particulars given in the Tender Schedule Technical and Financial.

2. Only those Bidders who are reputed Manufacturers or their Authorized Dealers in the line and are in a position to complete the supplies Within the 45 days time or 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 stores should be delivered at EPTRI, S.No. 91/4, Gachibowli, Hyderabad – 500032 free of transport cost.

5. Any deposit pending with the Department in another connection cannot be adjusted for the present Tender.

9. Quantity: The approximate requirement is given in the Tender Schedule. 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. “Director General, EPTRI, S.No. 91/4, Gachibowli, Hyderabad – 500032, 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. Alternative Offer: A remark "Alternative Offer' should be given when articles differ from the specifications given in the Bidders, but the offer must confirm nearest to the prescribed specifications.

11. 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.

12. The Bidders must produce the following documents pertaining to the Firm and not the name of individuals, for Pre-Qualification Bid along with the Tender.

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 etc.,

v. Income Tax return for the last three years for the assessment year of 2013-14, 2014-15, 2015-16.

vi. VAT Return for the period from 1.04.2014 to 31.03.2016 OR VAT Clearance Certificate for the period up-to 31-03-2016.

vii. SSI Certificate, if applicable.

viii. NSIC Certificate, if applicable

ix. Certificates/Orders. Reg. Previous performance

x. Purchase Orders regarding similar items supplied elsewhere together with satisfactory certificate.

13. "Director General, EPTRI, S.No. 91/4, Gachibowli, Hyderabad – 500032 reserves

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 20 of 36

to himself the right to reject any tender which does not comply with the conditions.

14. If the Bidder fails to deliver the stores or any consignment thereof within the period prescribed for such delivery, the " Director General, EPTRI, S.No. 91/4, Gachibowli, Hyderabad – 500032 shall be entitled at his discretion to the action as under: a. Should the bidder fail to supply the materials on or before the stipulated

date, the extension of period for supply is purely at the discretion of the " Director General, EPTRI, S.No. 91/4, Gachibowli, Hyderabad – 500032. In such situation the " Director General, EPTRI, S.No. 91/4, Gachibowli, Hyderabad – 500032, will be at liberty to reduce the rates of the articles to be supplied up-to the extent of 10%;

b. To cancel the contract or portion thereof and if so desired to purchase the stores at the risk and cost of the contractor, or

c. To forfeit the Earnest Money Deposit and/or Security Deposit to the extent of the loss incurred by the Government.

In the event of action being taken under (a), (b), and (c) above the bidder shall be liable for any loss which the Government may sustain on that account but the bidder shall not be entitled to any gain on purchases made against default.

15. "The Director General, EPTRI, S.No. 91/4, Gachibowli, Hyderabad – 500032 reserves the right to split the order among more than one bidder for a particular item to ensure the supply of stores within the stipulated time or for any such reasons and such an offer will be at (L1) Price only without assigning any reasons and his decision will be final.

16. " The Director General, EPTRI, S.No. 91/4, Gachibowli, Hyderabad – 500032 reserves the right to place order on the successful bidder for additional quantity at the rates quoted.

17. The Director General, EPTRI, S.No. 91/4, Gachibowli, Hyderabad – 500032 reserves the right to place order on the next higher successful Firms if the Firm quoting lower rates do not meet the whole demand due to his limited capacity/Monitory limit/Offer etc.

19. Bidders quoting for the above items should have minimum 3 years of experience in the supply and produce latest authorization certificate.

21. If the date originally scheduled for opening of the Bids gets declared by Government at a later stage as public holiday, the Bids will be opened on the next working day at the same time.

22. Failure to abide by any of the conditions stated above, will result in the Bid being rejected without notice.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 21 of 36

SPECIAL CONDITIONS FOR PURCAHSE ORDER

1. The rates shall be inclusive of transport and other costs for delivery of

the items at Hyderabad.

2. The rates shall be inclusive of all taxes applicable taking into

consideration the warranty period as per the Tender Document.

However, while submitting bills for payment, taxes should be shown

separately.

3. Dispatch Instructions: All the supplies should be delivered to the

consignee in the manufacturer’s original packing and original markings.

4. The bill of cost should be submitted in triplicate to this office duly

showing the tax component separately for arranging necessary payment.

The following certificates should be furnished on each copy of the bill.

a. Certified that the goods for which Sales Tax has been charged

have not been exempted under the Central Sales Tax Act or the

State Sales Tax Act or Rules made there-under. The amounts

charged on account of Sales Tax on these goods not more than

what is payable under the provisions of the relevant Act or the

Rules made there-under.

b. Certified that the goods on which Excise Duties have been

claimed in this Bill have not been exempted under Central Excise

Act or Rules made there-under and the amounts charged on

account of Excise Duties of the goods are not more than what are

actually paid to the Excise Department.

c. Where the Excise Duty is claimed by the Firms, the Gate passes

should invariably be enclosed to the connected bills. In the

absence of Gate pass, the Excise Duty claimed by them cannot

be admitted.

5. A certificate from the manufacturer should be produced regarding the

amount of Excise Duties liable on each unit of the supply that is being

actually paid by the manufacturer to the Excise Department.

6. Articles supplied shall be as per the approved sample and specifications.

Or else, such Articles shall be rejected and returned to the Bidder at his

own cost for replacement. Action will simultaneously be taken either

to reduce the rates of the Articles to be supplied up-to the extent of

10% or to blacklist the Firm besides affecting forfeiture of Earnest

Money Deposit and / or Security Deposit amount and initiation of

action to obtain supplies from alternative sources at the risk and cost of

the Bidder.

7. The date mentioned in the Purchase Order for arranging supplies should

be construed as date on or before which supplies should be received by

the Consignee and should not be taken as the date for dispatching

stores.

8. Advance delivery prior to Issue of Purchase Order will not be accepted.

9. Supplies should strictly confirm to the specifications required by this

Department (or) should strictly confirm to the approved (tender) Sample.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 22 of 36

10. Under any circumstances, Railway Receipt should not be sent through

Bank to the consignee or to this office. Any demurrage etc., incurred

due to failure to observe this condition shall be entirely on Bidders

account.

11. Unless and until prior extension in delivery period is applied for and

granted, the execution of the supplies after the delivery date mentioned

in this order shall be deemed to constitute breach of contract and shall

attract condition No.6 above.

13. The supplies not distributed and kept in the stores for a period of one

year and found with any manufacturing defects, color fade etc., are to be

replaced free of cost by the supplier and consequential losses borne by

Bidder in case of defaults like fading of color etc.

14. The buyer will not pay for transit insurance and the bidder will be

responsible until the entire consignment reaches the central stores in

good condition.

15. Whenever under this Purchase Order any sum of money is

recoverable/payable by Bidder, the Director General, EPTRI, Hyderabad

- 500 032 shall be entitled to recover such sums by appropriating in part

or whole the balance and the total sum/due recoverable, as the case

may be, shall be deducted from any sum/due or which any time

thereafter money becomes due to the bidder, under this, or any other

contract with the Government, such deduction being made from the

bidders bills.

16. If any dispute arises as to the quality of stores supplied the opinion of

the Director General, EPTRI, S.No. 91/4, Gachibowli, Hyderabad –

500032 shall be final and he shall not be required to give any reason in

writing for rejection of the supplies to that effect.

17. Remittance of the bills will be at the cost of the bidder.

18. In case of any breach of contract, Terms of Agreement and Purchase

Order and its conditions, the decision of the Director General, EPTRI,

S.No. 91/4, Gachibowli, Hyderabad – 500032 is final and binding on the

bidder.

19. Payment will be made by this office after supply of the items.

20. Rejected goods or materials shall be removed at the expenses of bidder

within seven days, after the notice has been given to the bidder. If not

removed the Director General, EPTRI, S.No. 91/4, Gachibowli,

Hyderabad – 500032, may cause the goods or materials to be removed

and penalize the bidder with all expenses incurred in such removal.

21. The contract or any part of it shall not to be transferred or assigned by

the bidder directly or indirectly to any other agencies whom-so-ever

without the written consent of the Director General, EPTRI, S.No. 91/4,

Gachibowli, Hyderabad – 500032.

22. In the case of partnership Firm, the Firm should submit a copy of the

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 23 of 36

partnership deed duly attested by a Scheduled Bank or a Gazetted

Officer. The Firm should also indicate the names of their partners to

receive payments of bills from this office.

24. The Bidders should affix stamp clearly of the concerned Firm on each

item supplied by them after issue of Purchase Order while making

delivery to this office Director General, EPTRI, S.No. 91/4, Gachibowli,

Hyderabad – 500032

25. Bidders should submit the required documents as mentioned above.

After the opening of bid, no further correspondence will be

entertained.

26. In case of any dispute, the matter can be referred to competent Court at

Hyderabad city only and not anywhere else.

27. The following is schedule:

a.

b.

First date of issue of Tender

Document

Last date of submission of Tender

document

- 01-03-2017 at 5.00 PM

- 10-03-2017 at 5.00 PM

e. Date of opening Technical bid - 13-03-2017 at 11.00 AM

f. Date of opening of Price bid - 13-03-2017 at 02.00 PM

DIRECTOR GENERAL EPTRI, GACHIBOWLI HYDERABAD-500032

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 24 of 36

PART – H

Technical Specifications:

SCHEDULE – 1

SPECIFICATIONS FOR Air Instruments PM 2.5

FINE PARTICULATE SAMPLER (PM2.5/10) Based on designs standardized by US-EPA.

Technical Specifications 1. Particle Size: Omni-directional air inlet with PM 10 separation through an impactor

followed by PM 2.5 separation through a WINS Impactor. 2. Sampling rate: Constant sampling rate of 1m3/hr unaffected by voltage fluctuation and

filter choking maintained by critical orifice system. 3. Filter Media: Filter holder designed to accept any standard 47 mm diameter filter media. 4. Sample Volume: Dry Gas meter to record the total air volume. 5. Power Requirement: Single phase AC 220 Volts, 50 Hertz supply. Sampler resistant to +/-

10% fluctuation in supply voltage. 6. Warranty: 1 year and above.

PREFERRED FEATURES OF FINE PARTICULATE SAMPLER PM10 and 2.5 Impactors of sampler based on deigns standardized by US EPA.

Pumps with low noise.

Compact and portable for convenient field operations.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 25 of 36

SCHEDULE – 2

SPECIFICATIONS FOR Air Instruments PM 10

RESPIRABLE DUST SAMPLER With brushless blower (PM10 & TSPM) with Gaseous Attachment.

Technical Specifications 1. Flow Rate: - 0.9 – 1.4 m3 /min free flow. 2. Particle Size: - Particles of 10 microns & below collected on Filter Paper holder. SPM

bigger than 10 microns collected in a separate sampling bottle under the cyclone. 3. Sampling Time: - 24 hours (maximum). 4. Sampling Time Record: - 0 to 9999.99 hrs. Recorded on a Time Totalizer. 5. Automatic Sampling: - 24 hrs timer (Preferred programmable timer to automatically shut

off the system after pre set time interval) 6. Power Requirement: - Nominal 220 V, Single Phase, 50Hz AC mains supply. 7. Recommended Filter & Size: - GF/A common use and 8”X10”. 8. Rotameter Flow Rate: - 0- 3 lpm measured using acrylic body flow meter with 2% FSD

accuracy. 9. Sampling Train: - Four Inlets and outlet manifold with built in needle valves for flow

control of each inlet. 10. Warranty: 1 year and above.

Absorbers: - 2 Nos. of 35 ml. Borosilicate glass impingers.

PREFERRED FEATURES OF RESPIRABLE DUST SAMPLER 1. Brushless blower. 2. Toolbox within the instruments. 3. Lockable casters. 4. Lockable Top cover and Gaseous attachment.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 26 of 36

SCHEDULE – 3

PM 10 & PM 2.5 Combo Instruments

Matching the standard specified by CPCB.

Schedule – 4

Specifications for Noise Instruments

Sl.No SPECIFICATIONS CPCB SPECIFICATIONS

REQUIRED SPECIFICATIONS

FOR SOUND LEVEL METER

1 Standard IEC 804 (BS 6698) GRADE I

Or

ANSI Type I

Or

IEC 61672-1 (2002-05) CLASS-I

IEC 61672 CLASS 1,

IEC 60651 CLASS 1,

IEC 60804 CLASS 1,

ANSI S 1.4 CLASS 1 and

ANSI S 1.43 CLASS 1

2 Measurement range 0-130 dB 30 dB to 140 dB (Expandable to

160 dB by using a ¼ inch

microphone)

Dynamic range of 100 dB

3

Frequency Range 20-20KHz 5 Hz – 20 KHz

4 Time Weightings the audio frequency range (20 Hz to

20KHz)

Fast, Slow, Impulse-Can be

measured in Parallel

5 Integration Time - Programmable (1s to 24h)

6 Calibration Start the calibrator and put on 1 KHz

frequency calibration on two values

94 dB and 114 dB. If instrument is

shows more than ± 0.3 dB

differences adjust the calibration.

Calibration is done O.K. now

instrument is ready for monitoring.

Auto Calibration using 94 dB and

114 dB external calibrators

7 Batteries

- Alkaline or Lithium ion batteries

more than 12 hours power backup

8 Storage - Inbuilt 8GB storage through a

Micro SD card

9 Warranty - One year and above

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 27 of 36

SCHEDULE – 5

Specifications for Weather Monitoring Stations

1. Purpose: For observation of the following weather variables- air temperature, relative humidity, solar radiation, rainfall, wind speed, wind direction, atmospheric, pressure, CO2 measurement, soil temperature measurement. 2.(B) Sensors: Provision of the following sensors

(i) Air Temperature: Range: -30°C to +100°C ( Accuracy : + 0.7 °C)

(ii) Relative Humidity Range : 10 to 100% RH (Accuracy : + 3%)

(iii) Solar Radiation Range : 0 to 1500 W/m2 (Accuracy : + 5 %)

(iv) Rainfall Range : 0.01 inch (Accuracy : + 5%) Sensor Type : Tipping bucket rain collector, Self emptying bucket, freeze resistant (v) Wind speed Range (operation) : 0.3 to 240 km/h b) Accuracy : + 5% or better (vi) Wind direction a) Measurement Range : 0 – 359 degree b) Accuracy : + 4 degrees or better c) Resolution: 1 Deg. Increments

3. (C) Other Features Enclosure: Enclosure of the Type -4 as under National Electrical Manufacturers Association (NEMA) Standards. Weather-proof housing. External sensors ports – 5 additional sensor ports Storage Memory : Fail-safe memory log of data. Records data logging from continuous recording of 180 days. Measurement Intervals – 1 minute to 60 minute interval Multiple PC access to the Weather station

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 28 of 36

Provision of Visual Display unit (LCD/ LED) on the Instrument, along with system Clock. It shows daily high/low readings on screen. Operating temperature: up to 55 degrees Celsius Power supply Sources:

(i) By Maintenance free Battery (ii) Direct Power source (iii) solar panel

Communications: Provision of Telemetry Modem to send the data to our server, Communication via wireless, cellular, or direct connection.

Software: Windows Based software. Supply of web software and Station Data Management Software. Software helps to generate CUSTOMIZED data reports, logs, and generation of graphical reports. Provides automated downloads, generates scheduled log-files, log-option for web uploads, calibration adjustment. Accessories : Tripod stand, PC interface cables Warranty and AMC

Comprehensive warranty with spares for two years from the date of installation of the instrument should be Covered. AMC amount for next three years also to be quoted after Warranty.

DIRECTOR GENERAL

EPTRI, GACHIBOWLI, HYDERABAD

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 29 of 36

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/Authorized Dealer

______________________________________________________________________________

______________________________________________________________________________

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/approval of

Advance Sample.

_____________________________________

_____________________________ Month

b] Quantity Offered

____________________________________

6. a. Whether store fully conforms to

tender schedule specifications

in all respects.

YES NO

b. If answer to 11 [a] is No.

Indicate the details of deviation

in separate sheet.

7. Have you enclosed required EMD

YES NO

8. Do you accept tolerance clause

YES NO

9.

Do you accept the liquidated damage

clause

YES NO

10.

a. Do you accept the Security

Deposit and Performance

Guarantee Deposit clause?

b. Did you enclose the above

YES NO

YES NO

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 30 of 36

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. Brand of store offered.

:

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

:

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 31 of 36

[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. :

NB 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

12. If stores 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 of the store.

:

13. State whether raw materials are held in stock sufficient for the manufacture of the stores

:

14. Please indicate the stock in hand at present time:- 1. Held by you against this enquiry.

:

2. Held by M/s.________________________________________________________________ over which you have secured an option.

15. For partnership Firms state whether they are registered or not registered under Indian Partnership Act, 1932. Should the answer to this question by a partnership Firm be in the affirmative, please state further:- 1. Whether by the partnership agreement, authority to refer disputes concerning the business of the partnership to arbitration has been conferred on the partner who has signed the tender. 2. If the answer to [1] is in the negative, whether there is any general power of attorney executed

:

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 32 of 36

by all the partners of the Firm authorizing the partner who has signed the tender to refer disputes concerning business of the partnership to arbitration. 3. If the answer to either [1] or [2] is in the affirmative furnish a copy of either the partnership agreement or the general power of attorney as the case may be N.B

1. Please attach to the tender a copy of either document on which reliance is placed for authority of partners of the partner signing the tender to refer disputes to arbitration. The copy should be attested by a Notary Public or its execution should be admitted by Affidavit on a properly stamped paper by all the partners.

2. Whether authority to refer disputes to arbitration has not been given to the partner signing the tender the Bidders must be signed by every partner of the Firm.

16. 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 stores 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.

:

17. Are You:- 1. Holding valid Industrial Licence[s]

Registration Certificate under the Industrial Development and

Regulation Act, 1981. If so, please give particulars of Industrial income Registration Certificate.

2. Exempted from the licensing provisions of the Act, for the manufacture of item quoted against this tender. If so, please quote relevant orders and explain your position.

3. Whether you possess the requisite license for manufacture of the stores and/or for the procurement of raw

:

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 33 of 36

materials belonging to any controlled category required for the manufacture of the store? In the absence of any reply it would be assumed that no license is required for the purpose of raw materials and/or that your possess the required license.

18 State whether business dealings with you have been banned by Min/Deptt. of Supply/Min. of Home Affairs?

19 Please confirm that you have read all the instructions carefully and have complied with accordingly.:

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.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 34 of 36

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. Bidders should confirm that their products conform to the governing specifications of the quoted stores as per Tender Enquiry.

3. Bidders should mention their monthly manufacturing/ supplying capacity.

4. Bidders should mention in the Tender Enquiry that they accept our delivery terms i.e. they agree to supply stores at consignees’ locations at freight, risk and cost of the Bidders.

5. Bidders should mention that their offer is valid up to 180 days from the date of opening of the tender.

6. Bidders should mention their Delivery Period clearly.

7. Bidders should mention that they agree to the Tolerance Clause of the Tender Enquiry.

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 store(s) 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 the stores they have quoted.

11. Bidders to confirm whether they have attached required Lab test report.

12. Bidders should mention that Business dealing with their Firms has not been banned by any govt/private agencies.

13. 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.

14. Bidder should ensure to sign each page of the Tender documents with name, designation, seal and address of the signatory.

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 35 of 36

15. 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.

16. Bidders should mention their address for communication with Telephone and Fax Number.

17.

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 of 2013-14, 2014-15, 2015-16.

vi. VAT Return for the period from 1.04.2014 to 31.03.2016 OR VAT Clearance Certificate for the period up-to 31-03-2016.

vii. SSI Certificate, if applicable viii. NSIC Certificate, if applicable. ix. Proprietary Certificate if item is

proprietary x. Certificates/Orders. Reg. Previous

performance xi. Purchase Orders regarding similar items

supplied elsewhere together with satisfactory certificate

Signature of the Bidder

Environment Protection Training & Research Institute (EPTRI)

91/4, Gachibowli, Hyderabad – 500 032, Telangana – INDIA Phone : +91-40-23180100; 23180116,23180126

Email:[email protected],[email protected] ; Website : www.eptri.com

Page 36 of 36

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