Procurement of Laboratory Equipments & Instrumentsand Related
Transcript of Procurement of Laboratory Equipments & Instrumentsand Related
i
I n t e r n a t i o n a l C o m p e t i t i v e B i d d i n g
B I D D I N G D O C U M E N T S Issued on: 14.01.2013
for
Procurement of Laboratory Equipments &
Instrumentsand Related Services
ICB No.: ICZMP/G/SPCB/02/2012-13
Credit # 4765 – IN
Project: Integrated Coastal Zone Management Project
Purchaser: State Project Management Unit, ICZM Project, Odisha on behalf of The Nodal Officer, ICZMP-cum-Project Co-Ordinator, State Pollution Control Board, Bhubaneswar, Odisha
ii
Table of Contents
PART 1 – Bidding Procedures 1
Section I. Instructions to Bidders ..........................................................................................3
Section II. Bidding Data Sheet (BDS) .................................................................................27
Section III. Evaluation and Qualification Criteria ............................................................41
Section IV. Bidding Forms ...................................................................................................47
Section V. Eligible Countries ...............................................................................................61
PART 2 – Supply Requirements 63
Section VI. Schedule of Requirements ................................................................................65
PART 3 - Contract 109
Section VII. General Conditions of Contract ...................................................................111
Section VIII. Special Conditions of Contract ...................................................................131
Section IX. Contract Forms ............................................................................................139
Invitation for Bids (IFB) ......................................................................................................147
3
Section I. Instructions to Bidders
Table of Clauses
A. General 5
1. Scope of Bid ..................................................................................................................5
2. Source of Funds ............................................................................................................5
3. Fraud and Corruption .................................................................................................5
4. Eligible Bidders ............................................................................................................7
5. Eligible Goods and Related Services ..........................................................................8
B. Contents of Bidding Documents 9
6. Sections of Bidding Documents...................................................................................9
7. Clarification of Bidding Documents ...........................................................................9
8. Amendment of Bidding Documents .........................................................................10
C. Preparation of Bids 10
9. Cost of Bidding ...........................................................................................................10
10. Language of Bid .........................................................................................................10
11. Documents Comprising the Bid ................................................................................10
12. Bid Submission Form and Price Schedules .............................................................11
13. Alternative Bids ..........................................................................................................11
14. Bid Prices and Discounts ...........................................................................................11
15. Currencies of Bid .......................................................................................................13
16. Documents Establishing the Eligibility of the Bidder .............................................13
17. Documents Establishing the Eligibility of the Goods and Related Services .........14
18. Documents Establishing the Conformity of the Goods and Related Services ......14
19. Documents Establishing the Qualifications of the Bidder .....................................14
20. Period of Validity of Bids ..........................................................................................15
21. Bid Security and Bid-Securing Declaration ............................................................15
22. Format and Signing of Bid ........................................................................................17
D. Submission and Opening of Bids 17
23. Submission, Sealing and Marking of Bids ...............................................................17
24. Deadline for Submission of Bids ...............................................................................18
Section I Instructions to Bidders
4
25. Late Bids .....................................................................................................................18
26. Withdrawal, Substitution, and Modification of Bids .............................................18
27. Bid Opening ................................................................................................................19
E. Evaluation and Comparison of Bids 20
28. Confidentiality ............................................................................................................20
29. Clarification of Bids ...................................................................................................20
30. Responsiveness of Bids ..............................................................................................20
31. Non-conformities, Errors, and Omissions ...............................................................21
32. Preliminary Examination of Bids .............................................................................21
33. Examination of Terms and Conditions; Technical Evaluation .............................22
34. Conversion to Single Currency .................................................................................22
35. Domestic Preference ..................................................................................................22
36. Evaluation of Bids ......................................................................................................22
37. Comparison of Bids....................................................................................................23
38. Postqualification of the Bidder .................................................................................23
39. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids ..................24
F. Award of Contract 24
40. Award Criteria ...........................................................................................................24
41. Purchaser’s Right to Vary Quantities at Time of Award ......................................24
42. Notification of Award ................................................................................................24
43. Signing of Contract ....................................................................................................25
44. Performance Security ................................................................................................25
Section I Instructions to Bidders
5
Section I. Instructions to Bidders
General
Scope of Bid 1.1 The Purchaser indicated in the Bidding Data Sheet (BDS),
issues these Bidding Documents for the supply of Goods and
Related Services incidental there to as specified in Section VI,
Schedule of Requirements. The name and identification number
of this International Competitive Bidding (ICB) procurement are
specified in the BDS. The name, identification, and number of
lots of are provided in the BDS.
1.2 Throughout these Bidding Documents:
(a) the term “in writing” means communicated in written form
(e.g. by mail, e-mail, fax, telex) with proof of receipt;
(b) if the context so requires, “singular” means “plural” and
vice versa; and
(c) “day” means calendar day.
Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”)
specified in the BDS has applied for or received financing
(hereinafter called “funds”) from the International Bank for
Reconstruction and Development or the International
Development Association (hereinafter called “the Bank”) toward
the cost of the project named in theBDS. The Borrower intends
to apply a portion of the funds to eligible payments under the
contract for which these Bidding Documents are issued.
2.2 Payments by the Bank will be made only at the request of the
Borrower and upon approval by the Bank in accordance with the
terms and conditions of the financing agreement between the
Borrower and the Bank (hereinafter called the Loan Agreement),
and will be subject in all respects to the terms and conditions of
that Loan Agreement. The Loan Agreement prohibits a
withdrawal from the loan account for the purpose of any
payment to persons or entities, or for any import of goods, if
such payment or import, to the knowledge of the Bank, is
prohibited by decision of the United Nations Security Council
taken under Chapter VII of the Charter of the United Nations. No
party other than the Borrower shall derive any rights from the
Loan Agreement or have any claim to the funds.
Fraud and
Corruption
3.1 It is the Bank’s policy to require that Borrowers (including
beneficiaries of Bank loans), as well as bidders, suppliers, and
contractors and their agents (whether declared or not), personnel,
Section I Instructions to Bidders
6
subcontractors, sub-consultants, service providers and suppliers
under Bank-financed contracts, observe the highest standard of
ethics during the procurement and execution of such contracts.1
In pursuance of this policy, the Bank:
(a) defines, for the purposes of this provision, the terms set
forth below as follows:
(i) “corrupt practice” is the offering, giving, receiving or
soliciting, directly or indirectly, of anything of value
to influence improperly the actions of another party2;
(ii) “fraudulent practice” is any act or omission, including
a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation3;
(iii) “collusive practice” is an arrangement between two or
more parties4 designed to achieve an improper
purpose, including to influence improperly the actions
of another party;
(iv) “coercive practice” is impairing or harming, or
threatening to impair or harm, directly or indirectly,
any party or the property of the party to influence
improperly the actions of a party5;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to the
investigation or making false statements to
investigators in order to materially impede a
Bank investigation into allegations of a corrupt,
fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party
to prevent it from disclosing its knowledge of
matters relevant to the investigation or from
pursuing the investigation; or
1In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, agents, subcontractors,
sub-consultants, service providers, suppliers and/or their employees to influence the procurement process or
contract execution for undue advantage is improper. 2“Another party” refers to a public official acting in relation to the procurement process or contract execution. In
this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing
procurement decisions. 3“Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or
contract execution; and the “act or omission” is intended to influence the procurement process or contract
execution. 4“Parties” refers to participants in the procurement process (including public officials) attempting to establish bid
prices at artificial, non- competitive levels. 5“Party” refers to a participant in the procurement process or contract execution.
Section I Instructions to Bidders
7
(bb) acts intended to materially impede the exercise
of the Bank’s inspection and audit rights
provided for under sub-clause 3.1 (e) below.
(b) will reject a proposal for award if it determines that the
bidder recommended for award has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices in competing for the contract in
question;
(c) will cancel the portion of the loan allocated to a contract if it
determines at any time that representatives of the Borrower
or of a beneficiary of the loan engaged in corrupt,
fraudulent, collusive, or coercive practices during the
procurement or the execution of that contract, without the
Borrower having taken timely and appropriate action
satisfactory to the Bank to address such practices when they
occur; and
(d) will sanction a firm or an individual, at any time, in
accordance with prevailing Bank’s sanctions proceduresa,
including by publicly declaring such firm or individual
ineligible, either indefinitely or for a stated period of
time:(i) to be awarded a Bank-financed contract; and (ii) to
be a nominatedb subcontractor, consultant, manufacturer or
supplier, or service provider of an otherwise eligible firm
being awarded a Bank-financed contract.
3.2 In further pursuance of this policy, Bidders shall permit the Bank to
inspect any accounts and records and other documents relating to the
Bid submission and contract performance, and to have them audited by
auditors appointed by the Bank.
3.3 Furthermore, Bidders shall be aware of the provision stated in
Sub-Clause 35.1 (a) (iii) of the General Conditions of Contract.
Eligible Bidders 4.1 A Bidder, and all parties constituting the Bidder, may have the
nationality of any country, subject to the restrictions specified in
Section V, Eligible Countries. A Bidder shall be deemed to have
the nationality of a country if the Bidder is a citizen or is
aA firm or an individual may be declared ineligible to be awarded a Bank-financed contract upon completion of the
Bank’s sanctions proceedings as per its sanctions procedures, including inter alia: (i) temporary suspension in
connection with an ongoing sanctions proceeding; (ii) cross-debarment as agreed with other International Financial
Institutions, including Multilateral Development Banks; and (iii) the World Bank Group corporate administrative
procurement sanctions procedures for fraud and corruption.
bA nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used
depending on the particular bidding document) is one whicheither has been:(i) included by the bidder in its pre-
qualification application or bid because it brings specific and critical experience and know-how that are accounted
for in the evaluation of the bidder’s pre-qualification application or the bid; or (ii) appointed by the Borrower.
Section I Instructions to Bidders
8
constituted, incorporated, or registered and operates in
conformity with the provisions of the laws of that country. This
criterion shall also apply to the determination of the nationality
of proposed subcontractors or suppliers for any part of the
Contract including Related Services.
4.2 A Bidder shall not have a conflict of interest. All bidders found
to have conflict of interest shall be disqualified. Bidders may be
considered to have a conflict of interest with one or more parties
in this bidding process, if they:
(a) are or have been associated in the past, with a firm or any
of its affiliates which have been engaged by the Purchaser
to provide consulting services for the preparation of the
design, specifications, and other documents to be used for
the procurement of the goods to be purchased under these
Bidding Documents ; or
(b) submit more than one bid in this bidding process, except
for alternative offers permitted under ITB Clause 13.
However, this does not limit the participation of
subcontractors in more than one bid;
4.3-4.4 Afirm that has been sanctioned by the Bank in accordance with the
above ITB Clause 3.1 (d), or in accordance with the Bank’s
Guidelines on Preventing and Combating Fraud and Corruption in
Projects Financed by IBRD Loans and IDA Credits and Grants,
shall be ineligible to be awarded a Bank-financed contract, or
benefit from a Bank-financed contract, financially or otherwise,
during such period of time as the Bank shall determine. The list of
debarred firms is available at the electronic address specified in
the BDS.
4.5 Government-owned enterprises in the Borrower’s Country shall
be eligible only if they can establish that they (i) are legally and
financially autonomous, (ii) operate under commercial law, and
(iii) are not a dependent agency of the Purchaser.
4.6 Bidders shall provide such evidence of their continued
eligibility satisfactory to the Purchaser, as the Purchaser shall
reasonably request.
Eligible Goods and
Related
Services
5.1 All the Goods and Related Services to be supplied under the
Contract and financed by the Bank may have their origin in any
country in accordance with Section V, Eligible Countries.
5.2 For purposes of this Clause, the term “goods” includes
commodities, raw material, machinery, equipment, and industrial
Section I Instructions to Bidders
9
plants; and “related services” includes services such as
insurance, installation, training, and initial maintenance.
5.3 The term “origin” means the country where the goods have been
mined, grown, cultivated, produced, manufactured or processed;
or, through manufacture, processing, or assembly, another
commercially recognized article results that differs substantially
in its basic characteristics from its components.
Contents of Bidding Documents
Sections of Bidding
Documents
6.1 The Bidding Documents consist of Parts 1, 2, and 3, which
include all the Sections indicated below, and should be read in
conjunction with any Addendum issued in accordance with ITB
Clause 8.
PART 1 Bidding Procedures
SectionI. Instructions to Bidders (ITB)
Section II. Bidding Data Sheet (BDS)
Section III. Evaluation and Qualification Criteria
Section IV. Bidding Forms
Section V. Eligible Countries
PART 2 Supply Requirements
Section VI. Schedule of Requirements
PART 3 Contract
Section VII. General Conditions of Contract (GCC)
Section VIII. Special Conditions of Contract (SCC)
Section IX. Contract Forms
6.2 The Invitation for Bids issued by the Purchaser is not part of the
Bidding Documents.
6.3 The Purchaser is not responsible for the completeness of the
Bidding Documents and their addendum, if they were not
obtained directly from the Purchaser.
6.4 The Bidder is expected to examine all instructions, forms, terms,
and specifications in the Bidding Documents. Failure to furnish
all information or documentation required by the Bidding
Documents may result in the rejection of the bid.
Clarification of
Bidding
Documents
7.1 A prospective Bidder requiring any clarification of the Bidding
Documents shall contact the Purchaser in writing at the
Purchaser’s address specified in theBDS. The Purchaser will
respond in writing to any request for clarification, provided that
such request is received no later than twenty-one (21) days prior
to the deadline for submission of bids. The Purchaser shall
forward copies of its response to all those who have acquired the
Bidding Documents directly from it, including a description of
the inquiry but without identifying its source. Should the
Section I Instructions to Bidders
10
Purchaser deem it necessary to amend the Bidding Documents as
a result of a clarification, it shall do so following the procedure
under ITB Clause 8 and ITB Sub-Clause 24.2.
Amendment of
Bidding
Documents
8.1 At any time prior to the deadline for submission of bids, the
Purchaser may amend the Bidding Documents by issuing
addendum.
8.2 Any addendum issued shall be part of the Bidding Documents
and shall be communicated in writing to all who have obtained
the Bidding Documents directly from the Purchaser.
8.3 To give prospective Bidders reasonable time in which to take an
addendum into account in preparing their bids, the Purchaser
may, at its discretion, extend the deadline for the submission of
bids, pursuant to ITB Sub-Clause 24.2
Preparation of Bids
Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation
and submission of its bid, and the Purchaser shall not be
responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to
the bid exchanged by the Bidder and the Purchaser, shall be
written in the language specified in the BDS. Supporting
documents and printed literature that are part of the Bid may be
in another language provided they are accompanied by an
accurate translation of the relevant passages into the language
specified in theBDS, in which case, for purposes of
interpretation of the Bid, such translation shall govern.
Documents
Comprising the
Bid
11.1 The Bid shall comprise the following:
(a) Bid Submission Form and the applicable Price Schedules,
in accordance with ITB Clauses 12, 14, and 15;
(b) Bid Security or Bid-Securing Declaration, in accordance
with ITB Clause 21, if required;
(c) written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB Clause 22;
(d) documentary evidence in accordance with ITB Clause 16
establishing the Bidder’s eligibility to bid;
(e) documentary evidence in accordance with ITB Clause 17,
that the Goods and Related Services to be supplied by the
Bidder are of eligible origin;
(f) documentary evidence in accordance with ITB Clauses 18
and 30, that the Goods and Related Services conform to the
Bidding Documents;
(g) documentary evidence in accordance with ITB Clause 19
establishing the Bidder’s qualifications to perform the
contract if its bid is accepted; and
(h) any other document required in theBDS.
Section I Instructions to Bidders
11
Bid Submission
Form and Price
Schedules
12.1 The Bidder shall submit the Bid Submission Form using the form
furnished in Section IV, Bidding Forms. This form must be
completed without any alterations to its format, and no
substitutes shall be accepted. All blank spaces shall be filled in
with the information requested.
12.2 The Bidder shall submit the Price Schedules for Goods and
Related Services, according to their origin as appropriate, using
the forms furnished in Section IV, Bidding Forms
Alternative Bids 13.1 Unless otherwise specified in theBDS, alternative bids shall not
be considered.
Bid Prices and
Discounts
14.1 The prices and discounts quoted by the Bidder in the Bid
Submission Form and in the Price Schedules shall conform to the
requirements specified below.
14.2 All lots and items must be listed and priced separately in the
Price Schedules.
14.3 The price to be quoted in the Bid Submission Form shall be the
total price of the bid, excluding any discounts offered.
14.4 The Bidder shall quote any unconditional discounts and indicate
the method for their application in the Bid Submission Form.
14.5 The terms EXW, CIP, and other similar terms shall be governed
by the rules prescribed in the current edition of Incoterms,
published by The International Chamber of Commerce, as
specified in the BDS.
14.6 Prices shall be quoted as specified in each Price Schedule
included in Section IV, Bidding Forms. The dis-aggregation of
price components is required solely for the purpose of facilitating
the comparison of bids by the Purchaser. This shall not in any
way limit the Purchaser’s right to contract on any of the terms
offered. In quoting prices, the Bidder shall be free to use
transportation through carriers registered in any eligible country,
in accordance with Section V Eligible Countries. Similarly, the
Bidder may obtain insurance services from any eligible country
in accordance with Section V Eligible Countries. Prices shall be
entered in the following manner:
(a) For Goods manufactured in the Purchaser’s Country:
(i) the price of the Goods quoted EXW (ex works, ex
factory, ex warehouse, ex showroom, or off-the-
shelf, as applicable), including all customs duties
and sales and other taxes already paid or payable on
the components and raw material used in the
manufacture or assembly of the Goods;
(ii) any Purchaser’s Country sales tax and other taxes
Section I Instructions to Bidders
12
which will be payable on the Goods if the contract is
awarded to the Bidder; and
(iii) the price for inland transportation, insurance, and other
local services required to convey the Goods to their
final destination (Project Site) specified in the BDS.
(b) For Goods manufactured outside the Purchaser’s
Country, to be imported:
(i) the price of the Goods, quoted CIP named place of
destination, in the Purchaser’s Country, or CIF
named port of destination, as specified in the BDS;
(ii) the price for inland transportation, insurance, and
other local services required to convey the Goods
from the named place of destination to their final
destination (Project Site) specified in the BDS;
(iii) in addition to the CIP prices specified in (b)(i)
above, the price of the Goods to be imported may
be quoted FCA (named place of destination) or
CPT (named place of destination), if so specified
in the BDS;
(c) For Goods manufactured outside the Purchaser’s
Country, already imported:
[For previously imported Goods, the quoted price shall be
distinguishable from the original import value of these Goods
declared to customs and shall include any rebate or mark-up of
the local agent or representative and all local costs except
import duties and taxes, which have been and/or have to be
paid by the Purchaser. For clarity the bidders are asked to
quote the price including import duties, and additionally to
provide the import duties and the price net of import duties
which is the difference of those values.]
(i) the price of the Goods, including the original
import value of the Goods; plus any mark-up (or
rebate); plus any other related local cost, and
custom duties and other import taxes already paid
or to be paid on the Goods already imported.
(ii) the custom duties and other import taxes already
paid (need to be supported with documentary
evidence) or to be paid on the Goods already
imported;
(iii) the price of the Goods, obtained as the difference
between (i) and (ii) above;
(iv) any Purchaser’s Country sales and other taxes
which will be payable on the Goods if the contract
Section I Instructions to Bidders
13
is awarded to the Bidder; and
(v) the price for inland transportation, insurance, and
other local services required to convey the Goods
from the named place of destination to their final
destination (Project Site) specified in the BDS.
(d) for Related Services, other than inland transportation
and other services required to convey the Goods to their
final destination, whenever such Related Services are
specified in the Schedule of Requirements:
(i) the price of each item comprising the Related
Services (inclusive of any applicable taxes).
14.7 Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the Contract and not subject to variation on any
account, unless otherwise specified in the BDS. A Bid submitted
with an adjustable price quotation shall be treated as non
responsive and shall be rejected, pursuant to ITB Clause 30.
However, if in accordance with the BDS, prices quoted by the
Bidder shall be subject to adjustment during the performance of
the Contract, a bid submitted with a fixed price quotation shall
not be rejected, but the price adjustment shall be treated as zero.
14.8 If so indicated in ITB Sub-Clause 1.1, bids are being invited for
individual contracts (lots) or for any combination of contracts
(packages). Unless otherwise indicated in the BDS, prices
quoted shall correspond to 100 % of the items specified for each
lot and to 100% of the quantities specified for each item of a lot.
Bidders wishing to offer any price reduction (discount) for the
award of more than one Contract shall specify the applicable
price reduction in accordance with ITB Sub-Clause 14.4
provided the bids for all lots are submitted and opened at the
same time.
Currencies of Bid 15.1 The Bidder shall quote in the currency of the Purchaser’s
Country the portion of the bid price that corresponds to
expenditures incurred in the currency of the Purchaser’s country,
unless otherwise specified in the BDS.
15.2 The Bidder may express the bid price in the currency of any
country in accordance with Section V, Eligible countries. If the
Bidder wishes to be paid in a combination of amounts in
different currencies, it may quote its price accordingly but shall
use no more than three currencies in addition to the currency of
the Purchaser’s Country.
Documents
Establishing the
Eligibility of the
Bidder
16.1 To establish their eligibility in accordance with ITB Clause 4,
Bidders shall complete the Bid Submission Form, included in
Section IV, Bidding Forms.
Section I Instructions to Bidders
14
Documents
Establishing the
Eligibility of the
Goods and
Related
Services
17.1 To establish the eligibility of the Goods and Related Services in
accordance with ITB Clause 5, Bidders shall complete the
country of origin declarations in the Price Schedule Forms,
included in Section IV, Bidding Forms.
Documents
Establishing the
Conformity of
the Goods and
Related
Services
18.1 To establish the conformity of the Goods and Related Services to
the Bidding Documents, the Bidder shall furnish as part of its
Bid the documentary evidence that the Goods conform to the
technical specifications and standards specified in Section VI,
Schedule of Requirements.
18.2 The documentary evidence may be in the form of literature,
drawings or data, and shall consist of a detailed item by item
description of the essential technical and performance
characteristics of the Goods and Related Services, demonstrating
substantial responsiveness of the Goods and Related Services to
the technical specification, and if applicable, a statement of
deviations and exceptions to the provisions of the Schedule of
Requirements.
18.3 The Bidder shall also furnish a list giving full particulars,
including available sources and current prices of spare parts,
special tools, etc., necessary for the proper and continuing
functioning of the Goods during the period specified in theBDS
following commencement of the use of the goods by the
Purchaser.
18.4 Standards for workmanship, process, material, and equipment, as
well as references to brand names or catalogue numbers
specified by the Purchaser in the Schedule of Requirements, are
intended to be descriptive only and not restrictive. The Bidder
may offer other standards of quality, brand names, and/or
catalogue numbers, provided that it demonstrates, to the
Purchaser’s satisfaction, that the substitutions ensure substantial
equivalence or are superior to those specified in the Schedule of
Requirements.
Documents
Establishing the
Qualifications
of the Bidder
19.1 The documentary evidence of the Bidder’s qualifications to
perform the contract if its bid is accepted shall establish to the
Purchaser’s satisfaction:
(a) that, if required in theBDS, a Bidder that does not
manufacture or produce the Goods it offers to supply shall
submit the Manufacturer’s Authorization using the form
included in Section IV, Bidding Forms to demonstrate that it
has been duly authorized by the manufacturer or producer of
Section I Instructions to Bidders
15
the Goods to supply these Goods in the Purchaser’s Country;
(b) that, if required in theBDS,in case of a Bidder not doing
business within the Purchaser’s Country, the Bidder is or
will be (if awarded the contract) represented by an Agent
in the country equipped and able to carry out the Supplier’s
maintenance, repair and spare parts-stocking obligations
prescribed in the Conditions of Contract and/or Technical
Specifications; and
(c) that the Bidder meets each of the qualification criterion
specified in Section III, Evaluation and Qualification
Criteria.
Period of Validity
of Bids
20.1 Bids shall remain valid for the period specified in theBDS after
the bid submission deadline date prescribed by the Purchaser. A
bid valid for a shorter period shall be rejected by the Purchaser
as non responsive.
20.2 In exceptional circumstances, prior to the expiration of the bid
validity period, the Purchaser may request bidders to extend the
period of validity of their bids. The request and the responses
shall be made in writing. If a Bid Security is requested in
accordance with ITB Clause 21, it shall also be extended for a
corresponding period. A Bidder may refuse the request without
forfeiting its Bid Security. A Bidder granting the request shall
not be required or permitted to modify its bid, except as provided
in ITB Sub-Clause 20.3.
20.3 In the case of fixed price contracts, if the award is delayed by a
period exceeding fifty-six (56) days beyond the expiry of the
initial bid validity, the Contract price shall be adjusted as
specified in the request for extension. Bid evaluation shall be
based on the Bid Price without taking into consideration the
above correction.
Bid Security 21.1 The Bidder shall furnish as part of its bid, a Bid Security or a
Bid-Securing Declaration, if required, as specified in theBDS.
21.2 The Bid Security shall be in the amount specified in the BDS and
denominated in the currency of the Purchaser’s Country or a
freely convertible currency, and shall:
(a) at the bidder’s option, be in the form of either a letter of
credit, or a bank guarantee from a banking institution, or a
bond issued by a surety;
(b) be issued by a reputable institution selected by the bidder
and located in any eligible country. If the institution issuing
Section I Instructions to Bidders
16
the bond is located outside the Purchaser’s Country, it shall
have a correspondent financial institution located in the
Purchaser’s Country to make it enforceable.
(c) be substantially in accordance with one of the forms of Bid
Security included in Section IV, Bidding Forms, or other
form approved by the Purchaser prior to bid submission;
(d) be payable promptly upon written demand by the Purchaser
in case the conditions listed in ITB Clause 21.5 are
invoked;
(e) be submitted in its original form; copies will not be
accepted;
(f) remain valid for a period of 28 days beyond the validity
period of the bids, as extended, if applicable, in accordance
with ITB Clause 20.2;
21.3 If a Bid Security or a Bid- Securing Declaration is required in
accordance with ITB Sub-Clause 21.1, any bid not accompanied
by a substantially responsive Bid Security or Bid Securing
Declaration in accordance with ITB Sub-Clause 21.1, shall be
rejected by the Purchaser as non-responsive.
21.4 The Bid Security of unsuccessful Bidders shall be returned as
promptly as possible upon the successful Bidder’s furnishing of
the Performance Security pursuant to ITB Clause 44.
21.5 The Bid Security may be forfeited or the Bid Securing
Declaration executed:
(a) if a Bidder withdraws its bid during the period of bid
validity specified by the Bidder on the Bid Submission
Form, except as provided in ITB Sub-Clause 20.2; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB Clause 43;
(ii) furnish a Performance Security in accordance with
ITB Clause 44.
21.6 The Bid Security or Bid- Securing Declaration of a JV must be in
the name of the JV that submits the bid. If the JV has not been
legally constituted at the time of bidding, the Bid Security or
Bid-Securing Declaration shall be in the names of all future
partners as named in the letter of intent mentioned in Section IV
“Bidding Forms,” Bidder Information Form Item 7.
Section I Instructions to Bidders
17
21.7 If a bid security is not required in the BDS, and
(a) if a Bidder withdraws its bid during the period of bid validity
specified by the Bidder on the Letter of Bid Form, except as
provided in ITB 20.2, or
(b) if the successful Bidder fails to: sign the Contract in
accordance with ITB 43; or furnish a performance security
in accordance with ITB 44;
the Borrower may, if provided for in the BDS, declare the
Bidder disqualified to be awarded a contract by the Purchaser for
a period of time as stated in the BDS.
Format and
Signing of Bid
22.1 The Bidder shall prepare one original of the documents
comprising the bid as described in ITB Clause 11 and clearly
mark it “ORIGINAL.” In addition, the Bidder shall submit copies
of the bid, in the number specified in the BDS and clearly mark
them “COPY.” In the event of any discrepancy between the
original and the copies, the original shall prevail.
22.2 The original and all copies of the bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to
sign on behalf of the Bidder.
22.3 Any interlineation, erasures, or overwriting shall be valid only if
they are signed or initialed by the person signing the Bid.
Submission and Opening of Bids
Submission,
Sealing and
Marking of
Bids
23.1 Bidders may always submit their bids by mail or by hand. When
so specified in the BDS, bidders shall have the option of
submitting their bids electronically.
(a) Bidders submitting bids by mail or by hand, shall enclose
the original and each copy of the Bid, including alternative
bids, if permitted in accordance with ITB Clause 13, in
separate sealed envelopes, duly marking the envelopes as
“ORIGINAL” and “COPY.” These envelopes containing the
original and the copies shall then be enclosed in one single
envelope. The rest of the procedure shall be in accordance
with ITB sub-Clauses 23.2 and 23.3.
(b) Bidders submitting bids electronically shall follow the
electronic bid submission procedures specified in the BDS.
23.2 The inner and outer envelopes shall:
(a) Bear the name and address of the Bidder;
(b) be addressed to the Purchaser in accordance with ITB Sub-
Section I Instructions to Bidders
18
Clause 24.1;
(c) bear the specific identification of this bidding process
indicated in ITB 1.1 and any additional identification
marks as specified in theBDS; and
(d) bear a warning not to open before the time and date for bid
opening, in accordance with ITB Sub-Clause 27.1.
23.3 If all envelopes are not sealed and marked as required, the
Purchaser will assume no responsibility for the misplacement or
premature opening of the bid.
Deadline for
Submission of
Bids
24.1 Bids must be received by the Purchaser at the address and no
later than the date and time specifiedin theBDS.
24.2 The Purchaser may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Documents in
accordance with ITB Clause 8, in which case all rights and
obligations of the Purchaser and Bidders previously subject to
the deadline shall thereafter be subject to the deadline as
extended.
Late Bids 25.1 The Purchaser shall not consider any bid that arrives after the
deadline for submission of bids, in accordance with ITB Clause
24. Any bid received by the Purchaser after the deadline for
submission of bids shall be declared late, rejected, and returned
unopened to the Bidder.
Withdrawal,
Substitution,
and
Modification of
Bids
26.1 A Bidder may withdraw, substitute, or modify its Bid after it has
been submitted by sending a written notice in accordance with
ITB Clause 23, duly signed by an authorized representative, and
shall include a copy of the authorization (the power of attorney)
in accordance with ITB Sub-Clause 22.2, (except that no copies
of the withdrawal notice are required). The corresponding
substitution or modification of the bid must accompany the
respective written notice. All notices must be:
(a) submitted in accordance with ITB Clauses 22 and 23
(except that withdrawal notices do not require copies), and
in addition, the respective envelopes shall be clearly
marked “WITHDRAWAL,” “SUBSTITUTION,” or
“MODIFICATION;” and
(b) received by the Purchaser prior to the deadline prescribed
for submission of bids, in accordance with ITB Clause 24.
26.2 Bids requested to be withdrawn in accordance with ITB Sub-
Clause 26.1 shall be returned unopened to the Bidders.
26.3 No bid may be withdrawn, substituted, or modified in the
interval between the deadline for submission of bids and the
expiration of the period of bid validity specified by the Bidder on
the Bid Submission Form or any extension thereof.
Section I Instructions to Bidders
19
Bid Opening 27.1 The Purchaser shall conduct the bid opening in public at the
address, date and time specified in theBDS. Any specific
electronic bid opening procedures required if electronic bidding
is permitted in accordance with ITB Sub-Clause 23.1, shall be as
specified in theBDS. 27.2 First, envelopes marked “WITHDRAWAL” shall be opened and
read out and the envelope with the corresponding bid shall not be
opened, but returned to the Bidder. If the withdrawal envelope
does not contain a copy of the “power of attorney” confirming
the signature as a person duly authorized to sign on behalf of the
Bidder, the corresponding bid will be opened. No bid
withdrawal shall be permitted unless the corresponding
withdrawal notice contains a valid authorization to request the
withdrawal and is read out at bid opening. Next, envelopes
marked “SUBSTITUTION” shall be opened and read out and
exchanged with the corresponding Bid being substituted, and the
substituted Bid shall not be opened, but returned to the Bidder.
No Bid substitution shall be permitted unless the corresponding
substitution notice contains a valid authorization to request the
substitution and is read out at bid opening. Envelopes marked
“MODIFICATION” shall be opened and read out with the
corresponding Bid. No Bid modification shall be permitted
unless the corresponding modification notice contains a valid
authorization to request the modification and is read out at Bid
opening. Only envelopes that are opened and read out at Bid
opening shall be considered further.
27.3 All other envelopes shall be opened one at a time, reading out:
the name of the Bidder and whether there is a modification; the
Bid Prices, including any discounts and alternative offers; the
presence of a Bid Security or Bid-Securing Declaration, if
required; and any other details as the Purchaser may consider
appropriate. Only discounts and alternative offers read out at
Bid opening shall be considered for evaluation. No Bid shall be
rejected at Bid opening except for late bids, in accordance with
ITB Sub-Clause 25.1.
27.4 The Purchaser shall prepare a record of the Bid opening that
shall include, as a minimum: the name of the Bidder and whether
there is a withdrawal, substitution, or modification; the Bid Price,
per lot if applicable, including any discounts, and alternative
offers if they were permitted; and the presence or absence of a
Bid Security or Bid-Securing Declaration, if one was required.
The Bidders’ representatives who are present shall be requested
to sign the attendance sheet. A copy of the record shall be
distributed to all Bidders who submitted bids in time, and posted
online when electronic bidding is permitted.
Section I Instructions to Bidders
20
Evaluation and Comparison of Bids
Confidentiality 28.1 Information relating to the examination, evaluation, comparison,
and post-qualification of bids, and recommendation of contract
award, shall not be disclosed to bidders or any other persons not
officially concerned with such process until publication of the
Contract Award.
28.2 Any effort by a Bidder to influence the Purchaser in the
examination, evaluation, comparison, and post-qualification of
the bids or contract award decisions may result in the rejection of
its Bid.
28.3 Notwithstanding ITB Sub-Clause 28.2, from the time of bid
opening to the time of Contract Award, if any Bidder wishes to
contact the Purchaser on any matter related to the bidding
process, it should do so in writing.
Clarification of
Bids
29.1 To assist in the examination, evaluation, comparison and post-
qualification of the bids, the Purchaser may, at its discretion, ask
any Bidder for a clarification of its Bid. Any clarification
submitted by a Bidder in respect to its Bid and that is not in
response to a request by the Purchaser shall not be considered.
The Purchaser’s request for clarification and the response shall
be in writing. No change in the prices or substance of the Bid
shall be sought, offered, or permitted, except to confirm the
correction of arithmetic errors discovered by the Purchaser in the
Evaluation of the bids, in accordance with ITB Clause 31.
Responsiveness of
Bids
30.1 The Purchaser’s determination of a bid’s responsiveness is to be
based on the contents of the bid itself.
30.2 A substantially responsive Bid is one that conforms to all the
terms, conditions, and specifications of the Bidding Documents
without material deviation, reservation, or omission. A material
deviation, reservation, or omission is one that:
(a) affects in any substantial way the scope, quality, or
performance of the Goods and Related Services specified
in the Contract; or
(b) limits in any substantial way, inconsistent with the Bidding
Documents, the Purchaser’s rights or the Bidder’s
obligations under the Contract; or
(c) if rectified would unfairly affect the competitive position of
Section I Instructions to Bidders
21
other bidders presenting substantially responsive bids.
30.3 If a bid is not substantially responsive to the Bidding Documents,
it shall be rejected by the Purchaser and may not subsequently be
made responsive by the Bidder by correction of the material
deviation, reservation, or omission.
Nonconformities,
Errors, and
Omissions
31.1 Provided that a Bid is substantially responsive, the Purchaser
may waive any non-conformities or omissions in the Bid that do
not constitute a material deviation.
31.2 Provided that a bid is substantially responsive, the Purchaser may
request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities or omissions in the bid related to
documentation requirements. Such omission shall not be related
to any aspect of the price of the Bid. Failure of the Bidder to
comply with the request may result in the rejection of its Bid.
31.3 Provided that the Bid is substantially responsive, the Purchaser
shall correct arithmetical errors on the following basis:
(a) if there is a discrepancy between the unit price and the line
item total that is obtained by multiplying the unit price by
the quantity, the unit price shall prevail and the line item
total shall be corrected, unless in the opinion of the
Purchaser there is an obvious misplacement of the decimal
point in the unit price, in which case the line item total as
quoted shall govern and the unit price shall be corrected;
(b) if there is an error in a total corresponding to the addition
or subtraction of subtotals, the subtotals shall prevail and
the total shall be corrected; and
(c) if there is a discrepancy between words and figures, the
amount in words shall prevail, unless the amount expressed
in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.
31.4 If the Bidder that submitted the lowest evaluated Bid does not
accept the correction of errors, its Bid shall be rejected.
Preliminary
Examination of
Bids
32.1 The Purchaser shall examine the bids to confirm that all
documents and technical documentation requested in ITB Clause
11 have been provided, and to determine the completeness of
each document submitted.
32.2 The Purchaser shall confirm that the following documents and
information have been provided in the Bid. If any of these
documents or information is missing, the offer shall be rejected.
(a) Bid Submission Form, in accordance with ITB Sub-Clause
12.1;
(b) Price Schedules, in accordance with ITB Sub-Clause 12.2;
(c) Bid Security or Bid Securing Declaration, in accordance
with ITB Clause 21, if applicable.
Section I Instructions to Bidders
22
Examination of
Terms and
Conditions;
Technical
Evaluation
33.1 The Purchaser shall examine the Bid to confirm that all terms
and conditions specified in the GCC and the SCC have been
accepted by the Bidder without any material deviation or
reservation.
33.2 The Purchaser shall evaluate the technical aspects of the Bid
submitted in accordance with ITB Clause 18, to confirm that all
requirements specified in Section VI, Schedule of Requirements
of the Bidding Documents have been met without any material
deviation or reservation.
33.3 If, after the examination of the terms and conditions and the
technical evaluation, the Purchaser determines that the Bid is not
substantially responsive in accordance with ITB Clause 30, it
shall reject the Bid.
Conversion to
Single Currency
34.1 For evaluation and comparison purposes, the Purchaser shall
convert all bid prices expressed in amounts in various currencies
into an amount in a single currency specified in theBDS, using
the selling exchange rates established by the source and on the
date specified in theBDS.
Domestic
Preference
35.1 Domestic preference shall not be a factor in bid evaluation,
unless otherwise specified in theBDS.
Evaluation of Bids 36.1 The Purchaser shall evaluate each bid that has been determined,
up to this stage of the evaluation, to be substantially responsive.
36.2 To evaluate a Bid, the Purchaser shall only use all the factors,
methodologies and criteria defined in ITB Clause 36. No other
criteria or methodology shall be permitted.
36.3 To evaluate a Bid, the Purchaser shall consider the following:
(a) evaluation will be done for Items or Lots, as specified in
theBDS; and the Bid Price as quoted in accordance with
clause 14;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB Sub-Clause 31.3;
(c) price adjustment due to discounts offered in accordance
with ITB Sub-Clause 14.4;
(d) adjustments due to the application of the evaluation criteria
specified in theBDS from amongst those set out in Section
III, Evaluation and Qualification Criteria;
(e) adjustments due to the application of a margin of
preference, in accordance with ITB Clause 35 if applicable.
36.4 The Purchaser’s evaluation of a bid will exclude and not take
into account:
Section I Instructions to Bidders
23
(a) In the case of Goods manufactured in the Purchaser’s
Country, sales and other similar taxes, which will be
payable on the goods if a contract is awarded to the Bidder;
(b) in the case of Goods manufactured outside the Purchaser’s
Country, already imported or to be imported, customs
duties and other import taxes levied on the imported Good,
sales and other similar taxes, which will be payable on the
Goods if the contract is awarded to the Bidder;
(c) any allowance for price adjustment during the period of
execution of the contract, if provided in the bid.
36.5 The Purchaser’s evaluation of a bid may require the
consideration of other factors, in addition to the Bid Price quoted
in accordance with ITB Clause 14. These factors may be related
to the characteristics, performance, and terms and conditions of
purchase of the Goods and Related Services. The effect of the
factors selected, if any, shall be expressed in monetary terms to
facilitate comparison of bids, unless otherwise specified in
Section III, Evaluation and Qualification Criteria. The factors,
methodologies and criteria to be used shall be as specified in ITB
36.3 (d).
36.6 If so specifiedin theBDS, these Bidding Documents shall allow
Bidders to quote separate prices for one or more lots, and shall
allow the Purchaser to award one or multiple lots to more than
one Bidder. The methodology of evaluation to determine the
lowest-evaluated lot combinations, is specified in Section III,
Evaluation and Qualification Criteria.
Comparison of
Bids
37.1 The Purchaser shall compare all substantially responsive bids to
determine the lowest-evaluated bid, in accordance with ITB
Clause 36.
Post-Qualification
of the Bidder
38.1 The Purchaser shall determine to its satisfaction whether the
Bidder that is selected as having submitted the lowest evaluated
and substantially responsive bid is qualified to perform the
Contract satisfactorily.
38.2 The determination shall be based upon an examination of the
documentary evidence of the Bidder’s qualifications submitted
by the Bidder, pursuant to ITB Clause 19.
38.3 An affirmative determination shall be a prerequisite for award of
the Contract to the Bidder. A negative determination shall result
in disqualification of the bid, in which event the Purchaser shall
proceed to the next lowest evaluated bid to make a similar
determination of that Bidder’s capabilities to perform
satisfactorily.
Section I Instructions to Bidders
24
Purchaser’s Right
to Accept Any
Bid, and to
Reject Any or
All Bids
39.1 The Purchaser reserves the right to accept or reject any bid, and
to annul the bidding process and reject all bids at any time prior
to contract award, without thereby incurring any liability to
Bidders.
Award of Contract
Award Criteria 40.1 The Purchaser shall award the Contract to the Bidder whose offer
has been determined to be the lowest evaluated bid and is
substantially responsive to the Bidding Documents, provided
further that the Bidder is determined to be qualified to perform
the Contract satisfactorily.
Purchaser’s Right
to Vary
Quantities at
Time of Award
41.1 At the time the Contract is awarded, the Purchaser reserves the
right to increase or decrease the quantity of Goods and Related
Services originally specified in Section VI, Schedule of
Requirements, provided this does not exceed the percentages
specified in the BDS, and without any change in the unit prices
or other terms and conditions of the bid and the Bidding
Documents.
Notification of
Award
42.1 Prior to the expiration of the period of bid validity, the Purchaser
shall notify the successful Bidder, in writing, that its Bid has
been accepted.
42.2 Until a formal Contract is prepared and executed, the notification
of award shall constitute a binding Contract.
42.3 The Purchaser shall publish in UNDB online and in the
dgMarket the results identifying the bid and lot numbers and the
following information: (i) name of each Bidder who submitted a
Bid; (ii) bid prices as read out at bid opening; (iii) name and
evaluated prices of each Bid that was evaluated; (iv) name of
bidders whose bids were rejected and the reasons for their
rejection; and (v) name of the winning Bidder, and the price it
offered, as well as the duration and summary scope of the
contract awarded. After publication of the award, unsuccessful
bidders may request in writing to the Purchaser for a debriefing
seeking explanations on the grounds on which their bids were
not selected. The Purchaser shall promptly respond in writing to
any unsuccessful Bidder who, after Publication of contract
award, requests a debriefing.
42.4 Upon the successful Bidder’s furnishing of the signed Contract
Form and performance security pursuant to ITB Clause 44, the
Purchaser will promptly notify each unsuccessful Bidder and will
discharge its bid security, pursuant to ITB Clause 21.4.
Section I Instructions to Bidders
25
Signing of Contract 43.1 Promptly after notification, the Purchaser shall send the
successful Bidder the Agreement and the Special Conditions of
Contract.
43.2 Within twenty-eight (28) days of receipt of the Agreement, the
successful Bidder shall sign, date, and return it to the Purchaser.
43.3 Notwithstanding ITB 43.2 above, in case signing of the Contract
Agreement is prevented by any export restrictions attributable to the
Purchaser, to the country of the Purchaser, or to the use of the
products/goods, systems or services to be supplied, where such
export restrictions arise from trade regulations from a country
supplying those products/goods, systems or services, the Bidder
shall not be bound by its bid, always provided, always provided,
however, that the Bidder can demonstrate to the satisfaction of the
Purchaser and of the Bank that signing of the Contact Agreement
has not been prevented by any lack of diligence on the part of the
Bidder in completing any formalities, including applying for
permits, authorizations and licenses necessary for the export of the
products/goods, systems or services under the terms of the Contract.
Performance
Security
44.1 Within twenty eight (28) days of the receipt of notification of
award from the Purchaser, the successful Bidder, if required,
shall furnish the Performance Security in accordance with the
GCC, using for that purpose the Performance Security Form
included in Section IX Contract forms, or another Form
acceptable to the Purchaser. The Purchaser shall promptly notify
the name of the winning Bidder to each unsuccessful Bidder and
discharge the Bid Securities of the unsuccessful bidders pursuant
to ITB Sub-Clause 21.4.
44.2 Failure of the successful Bidder to submit the above-mentioned
Performance Security or sign the Contract shall constitute
sufficient grounds for the annulment of the award and forfeiture
of the Bid Security or execution of the Bid-Securing Declaration.
In that event the Purchaser may award the Contract to the next
lowest evaluated Bidder, whose offer is substantially responsive
and is determined by the Purchaser to be qualified to perform the
Contract satisfactorily.
27
Section II. Bidding Data Sheet (BDS) The following specific data for the goods to be procured shall complement, supplement, or
amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the
provisions herein shall prevail over those in ITB.
ITB Clause
Reference A. General
ITB 1.1 The Purchaser is: State Project Management Unit, ICZM Project, Odisha,
on behalf of The Nodal Officer, ICZMP-cum- Project Co-Ordinator, State
Pollution Control Board, Bhubaneswar, Odisha
ITB 1.1 The number, identification and names of the lots comprising this ICB are:
ICZMP/G/SPCB/02/2012-13 - Procurement of Laboratory Equipments
& Instruments and Related Services
Lot No. Description of the Equipment Unit Quantity
1 2 3 4
1.
1.Inductively Coupled Plasma Spectrometer
(ICP-MS)
Set 1
2.UV-Visible Spectrophotometer Set 1
2. Mercury Analyzer (Digital) Set 1
3.
1.Gas chromatograph (GC) with electron
capture detector (ECD), flame ionization
detector (FID), photo ionization detector
specifications (PID) & mass spectroscopy
(MS)
Set 2
2.High performance liquid chromatograph
(hplc) Set 1
4. 1.Algae analyzer Set 1
5.
1.Global Positioning System (GPS): Ordinary Set 2
2.Global Positioning System (GPS): for Sea
use Set 2
3.Global Positioning System Arc Pad with
DGPS Set 1
6.
1.Soil samplers (Coliwasa, Thief Sampler,
Trier, Augur) Set
4
2.Macro invertebrate sampler Set 2
3.Water sampler (Niskin) Set 6
4.Sediment Sampler : Ekman Dredge Set 4
5.Hand Core Sediment Sampler Set 3
7. 1. Phyto Plankton with flow meter sampler
2. Zoo plankton sampler with flow meter Set 4
4
8.
1.Portable Analyzer Kit (for pH, DO, Temp,
Conductivity and Salinity) Set
3
2.pH meter with combined glass electrode Set 4
Section II Bid Data Sheet
28
3.Conductivity meter Set 2
4.Nepheloturbidity meter Set 2
5.Flame photometer Set 2
6.Specific Ion Meter (Microprocessor
Control) Set
1
9. 1.Direct Water Current meter Set 2
10.
1.Hot air Oven Set 2
2.Hot Plate (Rectangular) Set 2
3.Muffle furnace Set 2
4.Heating mantles Set 10
5.Rotamantle Set 2
6.Water bath (Thermostatic control) Set 2
7.Magnetic stirrer with hot plate Set 10
11.
1.Sieve shaker Set 2
2.Rotary Shaker Set 2
3.Flask Shaker Set 2
4.Separatory funnel shaker Set 1
12. 1.Vacuum Pump Set 4
2.Filtration assembly with vacuum pump Set 3
13.
1.Barometer Set 1
2.Hygrometer Set 4
3.Max. Min thermometer Set 4
4.Thermometer (Mercury) up to 500C Set 6
5.Thermometer (Mercury) upto 1000C Set 2
6.Thermometer (Mercury) upto 2000C Set 2
7. Thermometer (Mercury) upto 3000C Set 2
8.Rain gauge Set 2
14.
1. TKN Analyzer automatic with aluminium
block digester Set 1
2.Total organic carbon (TOC) analyzer Set 1
15. 1.Real time continuous air monitoring station
(fixed station) having spm, rspm, PM
2.5,SO2, NOx, VOCs, BTX and
meteorological parameters
Set 1
16.
1. RSPM Air Sampler (NL) (With Calibration
Kit)
Set 10
2.Handy Sampler for Gaseous Monitoring Set 2
3.PM2.5 Sampler Set 3
4.Stack Monitoring Kit Set 3
17.
1.TCLP Agitator Set 1
2.Zero Head Space Extractor Set 1
3.Ultrasonic Water Bath Set 2
18. 1.Autoclave Set 2
Section II Bid Data Sheet
29
2.Bacteriological Incubator Set 3
3.BOD Incubator Set 2
4.Horizontal Laminar Flow Set 2
5.Deep Freezer Set 2
6.Colony Counter (Electronic) Set 1
7.Centrifuge Set 2
19.
1.Binocular Microscope with photographic
facility Set 1
2.Dissecting Microscope Set 2
3.Magnifier Set 2
20.
1.Rotary Evaporator Set 1
2.Bomb Calorimeter Set 1
3.Flash Point apparatus Set 1
4.Karl Fischer Titrator Set 1
21.
1.Solvent extraction (accelerated) Set 2
2.Liquid handling systems (Dispensers) Set 5
3.Digital Burette Set 3
22. 1.Refrigerator Set 4
2.Grinder Set 2
23.
1.Analytical Balance (weighing upto 1.0 mg) Set 2
2.Analytical Balance (weighing upto 0.1 mg) Set 3
3.Analytical Balance (weighing upto 0.001
mg) Set 1
24. 1.Water Purification system (RO based) Set 2
25. 1.Noise level meter Set 2
26. 1.Gas Distribution System Set 1
ITB 2.1 The Borrower is: Government of India
ITB 2.1 The name of the Project is: Integrated Coastal Zone Management
Project (Credit No: # 4765 – IN )
ITB 4.3 A list of debarred firms is available at http://www.worldbank.org/debarr
B. Contents of Bidding Documents
ITB 7.1 For Clarification of bid purposes only, the Purchaser’s address is:
Attention is:
Er. Manoj Mohanty, Procurement Officer
ICZM Project , Odisha
108, Surya Nagar , 2nd Floor , Unit-VII
Bhubaneswar -751003 , Odisha
Ph No : 0674-2397920 , 0674-2397930
Facsimile: 0674-2397965
Section II Bid Data Sheet
30
Email : [email protected]
Web: www.iczmpodisha.org
ITB 7.2 Add the following sub-para:
A clarification meeting will be held at the following address and Date &
Time at which prospective bidders may request clarification of the project
requirements and the criteria for qualification -
Date: 30/01/2013 at 11.30 A.M.
Place: ICZM Project, Odisha
108, Surya Nagar, 2nd Floor, Unit-VII
Bhubaneswar -751003 , Odisha
Ph No : 0674-2397920 , 0674-2397930
Facsimile: 0674-2397965
Email : [email protected]
Web: www.iczmpodisha.org
C. Preparation of Bids
ITB 10.1 The language of the bid is: English
ITB 11.1 (h) The Bidder shall submit the following additional documents in its bid:
Either Manufacturer’s Authorization Form or Current and valid
Manufacturer’s Dealership Certificate on Date of bid opening” (item wise
requirement are in the Table following this BDS)
ITB 13.1 Alternative Bids shall not be considered.
ITB 14.5 The Incoterms edition is: Latest Version of “Incoterms 2010”
ITB 14.6(a)
(i)
Insert the words “excise and other” in between the words “customs” and
“duties” in Line 3 of this sub-clause. Insert the word “, VAT” in between
the words ‘sales’ and ‘and’ in line 4 of this sub-clause.
ITB 14.6(a)
(ii)
Insert the word “, VAT” in between the words ‘sales-tax’ and ‘and’ in line 1
of this sub-clause
ITB 14.6(a)
Add the following at the end of ITB Clause 14.6(a) as 14.6 (a) (iv)
(iv) Bidders may like to ascertain availability of Deemed Export or
other Benefits. They are solely responsible for obtaining such
benefits which they have considered in their bid and in case of
failure to receive such benefits for reasons whatsoever, the
Section II Bid Data Sheet
31
Purchaser will not compensate the bidder separately.
Where the bidder has quoted taking into account such benefits, he
must give all information required for issue of the Project
Authority/ Payment and other Certificates in terms of the Import
Export Policy or Central Excise Notifications along with his bid
in Form Serial No. 8 of Section VI. The Project
Authority/payment/other Certificates will be issued on this basis
only and no subsequent change will be permitted. Where such
Certificates are issued by the Purchaser, Excise Duty will not be
reimbursed separately.
Bids which do not conform to this provision, will be treated as
non-responsive and rejected.
ITB 14.6 (b)
(i) and (c)
(iii)
Place of Destination:
At Locations detailed in:
Section VI. Schedule of Requirements in “List of Goods and Delivery
Schedule”
ITB 14.6 (a)
(iii);(b)(ii)
and (c)(v)
For Lot No. 15 - Center for the Management of Coastal Eco System, Nua Sandhakuda, Near Pantha Niwas, Paradeep For all other Lots - The Nodal Officer, ICZMP-cum- Project Co-Ordinator, State Pollution Control Board, Odisha, C-119, HIG Duplex, Baramunda Housing Board Colony, Bhubaneswar-751003
ITB 14.6 (b)
(iii)
Not Required
ITB 14.7 The prices quoted by the Bidder shall not be adjustable.
ITB 14.8 Prices quoted for each lot shall correspond at least to 100% of the items
specified for each lot.
ITB 18.3 Period of time the Goods are expected to be functioning (for the purpose of
spare parts): 10 years
ITB 19.1 (a) Manufacturer’s Authorization isrequired as per proforma in Section IV for
all those items as indicated in the table after this data sheet.For all other
items Manufacturer’s Authorization is not required, instead provide
dealership certificate as per bid data Sheet ITB 11.1(h).
Section II Bid Data Sheet
32
ITB 19.1 (b) After sales service is required for three years comprehensive service. Service
frequency once a quarter for each of the Equipments & Instruments.
ITB 19.1 (d)
Add the following as Clause s19.1(d) and (e)
“19.1(d) If an agent submits bids on behalf of more than one Manufacturer,
unless each such bid is accompanied by a separate bid form for
each bid and a bid security, for each bid and authorization from
the respective Manufacturer, all such bids will be rejected as non-
responsive.”
19.1 (e) Supplies for any particular item in each lot of the bid should be
from one manufacturer only for the entire quantity required. Bids
from agents offering supplies for different items included in the
lot with Manufacturer’s authorization from different manufacturers
for different item of the lot in the bid will be treated as non-
responsive.
ITB 19.1 (f) Bids from Joint Ventures are not acceptable.
ITB 20.1 The bid validity period shall be 90days after the bid submission deadline
date prescribed by the Purchaser.
ITB 21.1
Bid shall include a Bid Security (issued by bank or surety) in the form
included in Section IV Bidding Forms.
ITB 21.2 The amount of the Bid Security shall be for each Lot as under. In case the
bidder wishes to bid for more than one Lot, he will submit the bid security
separately for each Lot and not club it :-
1. Lot 01- 68,000.00 INR
2. Lot 02- 2,000.00 INR
3. Lot 03- 1,60,000.00 INR
4. Lot 04- 30,000.00 INR
5. Lot 05- 6,600.00 INR
6. Lot 06- 18,800.00 INR
7. Lot 07- 4,000.00 INR
8. Lot 08- 20,500.00 INR
9. Lot 09- 7,000.00 INR
10. Lot 10- 10,400.00 INR
11. Lot 11- 4,000.00 INR
12. Lot 12- 3,800.00 INR
13. Lot 13 1,620.00 INR
14. Lot 14- 25,500.00 INR
15. Lot 15- 1,80,000.00 INR
16. Lot 16- 28,700.00 INR
Section II Bid Data Sheet
33
17. Lot 17- 11,500.00 INR
18. Lot 18- 13,450.00 INR
19. Lot 19- 9,300.00 INR
20. Lot 20- 23,000.00 INR
21. Lot 21- 25,500.00 INR
22. Lot 22- 1,100.00 INR
23. Lot 23- 10,200.00 INR
24. Lot 24- 10,000.00 INR
25. Lot 25- 10,000.00 INR
26. Lot 26- 7,000.00 INR
The Bid security shall be in Indian Rupees or an equivalent amount in a
freely convertible currency.
If the bid security is taken in India it should be from Nationalized/Scheduled
Banks.
In case the Bidder has submitted the bid security for a consolidated amount,
the amount would be adjusted against the lots in the serial order of the lots.
In sub-para (b), line 2, substitute the word ‘bond’ with ‘security’.
ITB 21.7 Not Applicable
ITB 22.1 In addition to the original of the bid, the number of copies is: Two (2)
ITB 22.2 Please add the following at the end of this clause:
“A copy of the Power of Attorney” confirming the signature as a person
duly authorized to sign on behalf of the bidder should be attached with the
bid.”
D. Submission and Opening of Bids
ITB 23.1 Bidders shall not have the option of submitting their bids electronically.
ITB 23.1 (b) If bidders shall have the option of submitting their bids electronically, the
electronic bidding submission procedures shall be: Not Applicable
ITB 23.2 (c) The inner and outer envelopes shall bear the following additional
identification marks:
ICB No.: ICZMP/G/SPCB/02/2012-13, Name of Project – Integrated
Coastal Zone Management Project (Credit no: # 4765 – 0 IN ), Name
of Equipments – Laboratory Equipments & Instruments and Related
Services
Section II Bid Data Sheet
34
ITB 24.1 For bid submission purposes, the Purchaser’s address is:
Project Director, ICZM Project , Odisha
108, Surya Nagar , 2nd Floor , Unit-VII
Bhubaneswar -751003 , Odisha
Ph No : 0674-2397920 , 0674-2397930
Facsimile: 0674-2397965
Email : [email protected]
Web: www.iczmpodisha.org
The deadline for the submission of bids is:
Date: 02/03/2013
Time: 12:00 P.M.
Add at the end of ITB Clause 24.1 the following:
“In the event of the specified date for the submission of bids, being declared
a holiday for the Purchaser, the bids will be received upto the appointed
time on the next working day.”
ITB 27.1 The bid opening shall take place at:
In The office of :-
Project Director, ICZM Project , Odisha
108, Surya Nagar , 2nd Floor , Unit-VII Bhubaneswar -751003 , Odisha
Date: 02/03/2013
Time: 12.30 P.M.
Add at the end of ITB Clause 27.1 the following:
“In the event of the specified date of the bid opening being declared a
holiday for the Purchaser, the bids shall be opened at the appointed time and
location on the next working day.”
ITB 27.1 If electronic bid submission is permitted in accordance with ITB sub-clause
23.1, the specific bid opening procedures shall be: Not Applicable
E. Evaluation and Comparison of Bids
ITB 30.4 Add the following sub-clause:
“Bids from Agents without proper authorization from/ the manufacturer/
dealership certificate as per Clause 19.1(a) of ITB shall be treated as non-
responsive.”
ITB 33.1 Deviations from or objections or reservations to critical provisions which
will be treated as material deviations are:
Section II Bid Data Sheet
35
- Bid Security [ITB Clause 21];
- Performance Security [GCC Clause 18];
- Governing Law (GCC Clause 9];
- Deemed Export [Note under 14.6(a) of ITB Bid Data Sheet];
- Taxes and Duties [GCC/SCC Clause 17];
- Warranty [GCC/SCC Clause 28];
- Force Majuerue [GCC Clause 32]; and
- Limitation of Liability [GCC Clause 30].
ITB 34.1 Bid prices expressed in different currencies shall be converted in: Indian
Rupees
The source of exchange rate shall be: State Bank of India BC selling &
exchange rate.
The date for the exchange rate shall be: Date of bid opening.
ITB 35.1 Domestic preference shall be a bid evaluation factor.
ITB 36.3(a) Evaluation will be done for each Lot separately.
Bids will be evaluated lot by lot. If a Price Schedule shows items listed but
not priced, their prices shall be assumed to be included in the prices of other
items. An item not listed in the Price Schedule shall be assumed to be not
included in the Bid and provided that the bid is substantially responsive, the
average price of the item quoted by substantially responsive bidders will be
added to the bid price and the equivalent total cost of the bid so determined
will be used for price comparison.
Section II Bid Data Sheet
36
ITB 36.3(d) The adjustments shall be determined using the following criteria, from
amongst those set out in Section III, Evaluation and Qualification Criteria:
(a) Deviation in Delivery schedule: Not Used
(b) Deviation in payment schedule: Applicable; the interest rate is 12% per annum
(c) the cost of major replacement components, mandatory spare parts,
and service: Not Used
(d) the availability in the Purchaser’s Country of spare parts and after-
sales services for the equipment offered in the bid : Yes, The bidder
shall confirm the availability of spare parts and after-sales service
within India and provide the address for verification or confirm that
the bidder will establish the above services within 30 days of
notification of award. If the bidder quotes separately for setting up of
the above services, then this cost will be added for evaluation
purposes.
(e) The prices quoted by the bidder towards Annual Maintenance
charges for the respective Lots year wise for three years following
the end of the warranty period shall be reduced to net present value
(NPV) at a discount rate of 12% per annum; the NPV shall then be
added to the bid prices of the respective Lots.
ITB 36.6 Bidders shall be allowed to quote separate prices for one or more Lots.
F. Award of Contract
ITB 41.1 The maximum percentage by which quantities may be increased is : 15 %
The maximum percentage by which quantities may be decreased is : 15 %
37
Table showing requirement of either Manufacturer’s Authorization Certificate or Manufacturer’s Dealership Certificate item-wise
( Refer clause 11.h of Bidding Data Sheet) Lot No. Description of the Equipment Unit Quantity Manufacturer’s Authorization Certificate
/ Manufacturer’s Dealership Certificate 1 2 3 4 5
1. 1.Inductively Coupled Plasma Spectrometer (ICP-MS)
Set 1
Manufacturer’s Authorization Certificate
2.UV-Visible Spectrophotometer Set 1 Manufacturer’s Authorization Certificate
2. Mercury Analyzer (Digital) Set 1 Manufacturer’s Authorization Certificate
3.
1.Gas chromatograph (GC) with electron capture detector
(ECD), flame ionization detector (FID), photo ionization
detector specifications (PID) & mass spectroscopy (MS)
Set 2 Manufacturer’s Authorization Certificate
2.High performance liquid chromatograph (hplc) Set 1 Manufacturer’s Authorization Certificate
4. 1.Algae analyzer Set 1 Manufacturer’s Authorization Certificate
5.
1.Global Positioning System (GPS): Ordinary Set 2 Manufacturer’s Authorization Certificate
2.Global Positioning System (GPS): for Sea use Set 2 Manufacturer’s Authorization Certificate
3.Global Positioning System Arc Pad with DGPS Set 1 Manufacturer’s Authorization Certificate
6.
1.Soil samplers (Coliwasa, Thief Sampler, Trier, Augur) Set 4 Manufacturer’s Dealership Certificate
2.Macro invertebrate sampler Set 2 Manufacturer’s Dealership Certificate
3.Water sampler (Niskin) Set 6 Manufacturer’s Dealership Certificate
4.Sediment Sampler : Ekman Dredge Set 4 Manufacturer’s Dealership Certificate
5.Hand Core Sediment Sampler Set 3 Manufacturer’s Dealership Certificate
7. 1. Phyto Plankton with flow meter sampler 2. Zoo plankton sampler with flow meter
Set 4 4
8.
1.Portable Analyzer Kit (for pH, DO, Temp, Conductivity and
Salinity) Set
3 Manufacturer’s Authorization Certificate
2.pH meter with combined glass electrode Set 4 Manufacturer’s Dealership Certificate
3.Conductivity meter Set 2 Manufacturer’s Dealership Certificate
4.Nepheloturbidity meter Set 2 Manufacturer’s Dealership Certificate
5.Flame photometer Set 2 Manufacturer’s Dealership Certificate
Section II Bid Data Sheet
38
6.Specific Ion Meter (Microprocessor Control) Set 1 Manufacturer’s Authorization Certificate
9. 1.Direct Water Current meter Set 2 Manufacturer’s Authorization Certificate
10.
1.Hot air Oven Set 2 Manufacturer’s Dealership Certificate
2.Hot Plate (Rectangular) Set 2 Manufacturer’s Dealership Certificate
3.Muffle furnace Set 2 Manufacturer’s Dealership Certificate
4.Heating mantles Set 10 Manufacturer’s Dealership Certificate
5.Rotamantle Set 2 Manufacturer’s Dealership Certificate
6.Water bath (Thermostatic control) Set 2 Manufacturer’s Dealership Certificate
7.Magnetic stirrer with hot plate Set 10 Manufacturer’s Dealership Certificate
11.
1.Sieve shaker Set 2 Manufacturer’s Dealership Certificate
2.Rotary Shaker Set 2 Manufacturer’s Dealership Certificate
3.Flask Shaker Set 2 Manufacturer’s Dealership Certificate
4.Separatory funnel shaker Set 1 Manufacturer’s Dealership Certificate
12. 1.Vacuum Pump Set 4 Manufacturer’s Dealership Certificate
2.Filtration assembly with vacuum pump Set 3 Manufacturer’s Dealership Certificate
13.
1.Barometer Set 1 Manufacturer’s Dealership Certificate
2.Hygrometer Set 4 Manufacturer’s Dealership Certificate
3.Max. Min thermometer Set 4 Manufacturer’s Dealership Certificate
4.Thermometer (Mercury) up to 500C Set 6 Manufacturer’s Dealership Certificate
5.Thermometer (Mercury) upto 1000C Set 2 Manufacturer’s Dealership Certificate
6.Thermometer (Mercury) upto 2000C Set 2 Manufacturer’s Dealership Certificate
7. Thermometer (Mercury) upto 3000C Set 2 Manufacturer’s Dealership Certificate
8.Rain gauge Set 2 Manufacturer’s Dealership Certificate
14. 1. TKN Analyzer automatic with aluminium block digester Set 1 Manufacturer’s Authorization Certificate
2.Total organic carbon (TOC) analyzer Set 1 Manufacturer’s Authorization Certificate
15. 1.Real time continuous air monitoring station (fixed station)
having spm, rspm, PM 2.5,SO2, NOx, VOCs, BTX and
meteorological parameters
Set 1 Manufacturer’s Authorization Certificate
16.
1. RSPM Air Sampler (NL) (With Calibration Kit) Set 10 Manufacturer’s Authorization Certificate
2.Handy Sampler for Gaseous Monitoring Set 2 Manufacturer’s Authorization Certificate
3.PM2.5 Sampler Set 3 Manufacturer’s Authorization Certificate
Section II Bid Data Sheet
39
4.Stack Monitoring Kit Set 3 Manufacturer’s Authorization Certificate
17.
1.TCLP Agitator Set 1 Manufacturer’s Dealership Certificate
2.Zero Head Space Extractor Set 1 Manufacturer’s Dealership Certificate
3.Ultrasonic Water Bath Set 2 Manufacturer’s Dealership Certificate
18.
1.Autoclave Set 2 Manufacturer’s Dealership Certificate
2.Bacteriological Incubator Set 3 Manufacturer’s Dealership Certificate
3.BOD Incubator Set 2 Manufacturer’s Dealership Certificate
4.Horizontal Laminar Flow Set 2 Manufacturer’s Dealership Certificate
5.Deep Freezer Set 2 Manufacturer’s Dealership Certificate
6.Colony Counter (Electronic) Set 1 Manufacturer’s Dealership Certificate
7.Centrifuge Set 2 Manufacturer’s Dealership Certificate
19.
1.Binocular Microscope with photographic facility Set 1 Manufacturer’s Authorization Certificate
2.Dissecting Microscope Set 2 Manufacturer’s Dealership Certificate
3.Magnifier Set 2 Manufacturer’s Dealership Certificate
20.
1.Rotary Evaporator Set 1 Manufacturer’s Dealership Certificate
2.Bomb Calorimeter Set 1 Manufacturer’s Authorization Certificate
3.Flash Point apparatus Set 1 Manufacturer’s Authorization Certificate
4.Karl Fischer Titrator Set 1 Manufacturer’s Authorization Certificate
21.
1.Solvent extraction (accelerated) Set 2 Manufacturer’s Dealership Certificate
2.Liquid handling systems (Dispensers) Set 5 Manufacturer’s Dealership Certificate
3.Digital Burette Set 3 Manufacturer’s Dealership Certificate
22. 1.Refrigerator Set 4 Manufacturer’s Dealership Certificate
2.Grinder Set 2 Manufacturer’s Dealership Certificate
23.
1.Analytical Balance (weighing upto 1.0 mg) Set 2 Manufacturer’s Dealership Certificate
2.Analytical Balance (weighing upto 0.1 mg) Set 3 Manufacturer’s Dealership Certificate
3.Analytical Balance (weighing upto 0.001 mg) Set 1 Manufacturer’s Authorization Certificate
24. 1.Water Purification system (RO based) Set 2 Manufacturer’s Authorization Certificate
25. 1.Noise level meter Set 2 Manufacturer’s Authorization Certificate
26. 1.Gas Distribution System Set 1 Manufacturer’s Dealership Certificate
41
Section III. Evaluation and Qualification Criteria
This Section complements the Instructions to Bidders. It contains the criteria that the
Purchaser may use to evaluate a bid and determine whether a Bidder has the required
qualifications. No other criteria shall be used.
Contents
1. Domestic Preference (ITB 35.1)
2. Evaluation Criteria (ITB 36.3 (d))
3. Multiple Contracts (ITB 36.6)
4. Post-Qualification Requirements (ITB 38.2)
Section III. Evaluation Criteria
42
1. Domestic Preference (ITB 35.1) -
Bids will be classified in one of three groups, as follows:
(a) Group A: Bids offering goods manufactured in the Purchaser’s Country, for which
(i) labor, raw materials, and components from within the Purchaser’s Country account
for more than thirty (30) percent of the EXW price; and (ii) the production facility in
which they will be manufactured or assembled has been engaged in manufacturing or
assembling such goods at least since the date of bid submission.
(b) Group B: All other bids offering Goods manufactured in the Purchaser’s Country.
(c) Group C: Bids offering Goods manufactured outside the Purchaser’s Country that
have been already imported or that will be imported.
To facilitate this classification by the Purchaser, the Bidder shall complete whichever version
of the Price Schedule furnished in the Bidding Documents is appropriate provided, however,
that the completion of an incorrect version of the Price Schedule by the Bidder shall not result
in rejection of its bid, but merely in the Purchaser’s reclassification of the bid into its
appropriate bid group.
The Purchaser will first review the bids to confirm the appropriateness of, and to modify as
necessary, the bid group classification to which bidders assigned their bids in preparing their
Bid Forms and Price Schedules.
All evaluated bids in each group will then be compared to determine the lowest evaluated bid
of each group. Such lowest evaluated bids shall be compared with each other and if as a result
of this comparison a bid from Group A or Group B is the lowest, it shall be selected for the
award.
If, as a result of the preceding comparison, the lowest evaluated bid is from Group C, the
lowest evaluated bid from Group C bids will then be further compared with the lowest
evaluated bid from Group A, after adding to the evaluated bid price of goods offered in the bid
for Group C, for the purpose of further comparison only an amount equal to fifteen (15)
percent of the CIP (named place of destination) bid price. The lowest-evaluated bid
determined from this last comparison shall be selected for the award.”
2. Evaluation Criteria (ITB 36.3 (d))
The Purchaser’s evaluation of a bid may take into account, in addition to the Bid Price
quoted in accordance with ITB Clause 14.6, the following factors as specified in ITB Sub-
Clause 36.3(d) and in BDS referring to ITB 36.3(d), usingthe following criteria and
methodologies.
(a) Delivery schedule: The Goods specified in the List of Goods are required to be
delivered within the acceptable time range (after the earliest and before the final
date, both dates inclusive) specified in Section VI, Delivery Schedule. No credit
will be given to deliveries before the earliest date, and bids offering delivery after
the final date shall be treated as non-responsive. Within this acceptable period
no adjustment will be carried.
(b) Deviation in payment schedule. The SCC stipulates the payment schedule
specified by the Purchaser. If a bid deviates from the schedule and if such
deviation is considered acceptable to the Purchaser, the bid will be evaluated by
calculating interest earned for any earlier payments involved in the terms
Section III. Evaluation Criteria
43
outlined in the bid as compared with those stipulated in the SCC, at the rate per
annum specified in BDS Sub-Clause 36.3 (d).
(c) Cost of major replacement components, mandatory spare parts, and service. Not
Used
(d) Availability in the Purchaser’s Country of spare parts and after sales services for
equipment offered in the bid.
The bidder shall confirm the availability of spare parts and after-sales service within
India and provide the address for verification or confirm that the bidder will establish
the above services within 30 days of notification of award. An adjustment equal to the
cost to the Purchaser of establishing the minimum service facilities and parts
inventories, as outlined in BDS Sub-Clause 36.3(d), if quoted separately, shall be added
to the bid price, for evaluation purposes only.
(c) Comprehensive Annual Maintenance Cost.
An adjustment to take into account the annual maintenance costs of the Equipment
will be added to the bid price, for evaluation purpose as specified in BDS ,Sub-
Clause 36.3(d).The adjustment will be evaluated in accordance with the
methodology specified in the BDS- Sub-Clause 36.3(d).
(d) Performance and productivity of the equipment. Not Used
(e) Specific additional criteria : Nil
3. Multiple Contracts (ITB 36.6)
The Purchaser shall award multiple contracts to the Bidder that offers the lowest evaluated
combination of bids (one contract (lot) per bid) and meets the post-qualification criteria (this
Section III, Sub-Section ITB 38.2 Post-Qualification Requirements)
The Purchaser shall:
(a) evaluate only lots or contracts that include at least the percentages of items per lot
and quantity per item as specified in ITB Sub Clause 14.8
(b) take into account:
(i) the lowest-evaluated bid for each Lot and
(ii) the price reduction per Lot and the methodology for its application as offered
by the Bidder in its bid.
4. Post-Qualification Requirements (ITB 38.2)
After determining the lowest-evaluated bid in accordance with ITB Sub-Clause 37.1, the
Purchaser shall carry out the post-qualification of the Bidder in accordance with ITB Clause
38, using only the requirements specified. Requirements not included in the text below shall
not be used in the evaluation of the Bidder’s qualifications.
(a) Financial Capability: The Minimum required annual turnover for the successful
bidder in any two of the last five Financial Years i.e. from 2007-08 to 2011-12
shall be of amount as indicated below in INR or an equivalent amount in a freely
convertible currency -
1. Lot 01- 68,00,000.00 INR
2. Lot 02- 2,00,000.00 INR
3. Lot 03- 1, 60,00,000.00 INR
Section III. Evaluation Criteria
44
4. Lot 04- 30,00,000.00 INR
5. Lot 05- 6,60,000.00 INR
6. Lot 06- 18,80,000.00 INR
7. Lot 07- 4,00,000.00 INR
8. Lot 08- 20,50,000.00 INR
9. Lot 09- 7,00,000.00 INR
10. Lot 10- 10,40,000.00 INR
11. Lot 11- 4,00,000.00 INR
12. Lot 12- 3,80,000.00 INR
13. Lot 13- 1,62,000.00 INR
14. Lot 14- 25,50,000.00 INR
15. Lot 15- 1,80,00,000.00 INR
16. Lot 16- 28,70,000.00 INR
17. Lot 17- 11,50,000.00 INR
18. Lot 18- 13,45,000.00 INR
19. Lot 19- 9,30,000.00 INR
20. Lot 20- 23,00,000.00 INR
21. Lot 21- 25,50,000.00 INR
22. Lot 22- 1,10,000.00 INR
23. Lot 23- 10,20,000.00 INR
24. Lot 24- 10,00,000.00 INR
25. Lot 25- 10,00,000.00 INR
26. Lot 26- 7,00,000.00 INR
N.B.: To qualify for more than one Lot for which bids are invited in the IFB, the bidder must have the minimum required annual turnover sufficient to meet the aggregate of financial capability as the qualification for those Lots.
(b) Experience and Technical Capacity
The Bidder shall furnish documentary evidence to demonstrate that it meets the
following experience requirement(s):
(i) The Bidder shall furnish documentary evidence to demonstrate that he has
successfully supplied, installed and commissioned at least 100% of the
quantity of items included in a lot as detailed in schedule of requirements (the
equipment shall be same or similar in nature) during in any one of the last
five Financial Years i.e. from 2007-08 to 2011-12.
The list of supplied Equipments & Instruments shall include:
Name and address of Purchaser with contact details as email address/phone
No
Contract no. and date.
Equipments ordered/supplied & delivered with their respective quantities.
Scheduled delivery date and actual delivery date.
Details of Complaint, if any, received from the purchaser about the
performance of the Equipments & Instruments.
(ii) If the bidder is a manufacturer, he must have manufactured, tested and
supplied the goods, similar to the type specified in the "Schedule of
Section III. Evaluation Criteria
45
Requirements" up to at least 200% of the quantity of items included in a
lot as detailed in Schedule of Requirements in any one of the last 5
Financial Years i.e. from 2007-08 to 2011-12. Further, the bidder should
be in continuous business of manufacturing products similar to that
specified in the schedule of requirements during the last three years prior
to bid opening. In case the bidder is not the manufacturer or producer of
the goods it offers to supply and has submitted the bid in accordance with
ITB clause 19.1 (a), the bid shall include the above information about the
manufacturer whose goods has been offered.
(iii) The Equipments & Instruments offered for supply must be of the most
recent series models incorporating the latest improvements in design and
with improvement features as applicable in the last five years.
(c) All bids submitted shall also include the following information along with
specified formats:
(i) Copies of original documents defining the constitution or legal status, place
of registration and principle place of business of the company or firm or
partnership, etc.
(ii) A brief write-up, backed with adequate data, explaining his available
capacity and experience (both technical and commercial) for the
manufacture and supply of the required systems and equipment within the
specified time of completion after meeting all their current commitments.
(iii) Details of Service Centers and information on service support facilities
that would be provided after the warranty period.
47
Section IV. Bidding Forms
Table of Forms
Bidder Information Form .................................................................................................................. 48
Joint Venture Partner Information Form ........................................................................................ 49
Not Used. .............................................................................................................................................. 49
Bid Submission Form ......................................................................................................................... 50
Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported (For
each Lot separately) ............................................................................................................................ 53
Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already imported (For
each Lot separately) ............................................................................................................................ 54
Price Schedule: Goods Manufactured in the Purchaser’s Country ............................................... 55
(For each Lot separately) ................................................................................................................... 55
Price and Completion Schedule - Related Services (For each Lot separately) ............................. 56
Bid Security (Bank Guarantee) ......................................................................................................... 57
Manufacturer’s Authorization ( where ever required as per the data sheet) ............................... 59
Section IV Bidding Forms 48
48
Bidder Information Form
[The Bidder shall fill in this Form in accordance with the instructions indicated below. No alterations
to its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]
ICB No.: [insert number of bidding process]
Page ________ of_ ______ pages
1. Bidder’s Legal Name [insert Bidder’s legal name]
2. In case of JV, legal name of each party: [insert legal name of each party in JV]
3. Bidder’s actual or intended Country of Registration: [insert actual or intended Country of
Registration]
4. Bidder’s Year of Registration: [insert Bidder’s year of registration]
5. Bidder’s Legal Address in Country of Registration: [insert Bidder’s legal address in
country of registration]
6. Bidder’s Authorized Representative Information
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]
7. Attached are copies of original documents of: [check the box(es) of the attached original
documents]
Articles of Incorporation or Registration of firm named in 1, above, in accordance with
ITB Sub-Clauses 4.1 and 4.2.
In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB Sub-
Clause 4.1.
In case of government owned entity from the Purchaser’s country, documents establishing
legal and financial autonomy and compliance with commercial law, in accordance with
ITB Sub-Clause 4.5.
Section IV Bidding Forms 50
50
Bid Submission Form [The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to its
format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]
ICB No.: [insert number of bidding process]
Invitation for Bid No.: [insert No of IFB]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [insert complete name of Purchaser]
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including Addenda No.:
______________[insert the number and issuing date of each Addenda];
(b) We offer to supply in conformity with the Bidding Documents and in accordance with the
Delivery Schedules specified in the Schedule of Requirements the following Goods and Related
Services _______________________ [insert a brief description of the Goods and Related
Services];
(c) The total price of our Bid, excluding any discounts offered in item (d) below, is:
______________________________[insert the total bid price in words and figures, indicating
the various amounts and the respective currencies];
(d) The discounts offered and the methodology for their application are:
Discounts. If our bid is accepted, the following discounts shall apply._______[Specify in detail
each discount offered and the specific item of the Schedule of Requirements to which it applies.]
Methodology of Application of the Discounts. The discounts shall be applied using the
following method:__________ [Specify in detail the method that shall be used to apply the
discounts];
(e) Our bid shall be valid for the period of time specified in ITB Sub-Clause 20.1, from the date
fixed for the bid submission deadline in accordance with ITB Sub-Clause 24.1, and it shall
remain binding upon us and may be accepted at any time before the expiration of that period;
(f) If our bid is accepted, we commit to obtain a performance security in accordance with ITB
Clause 44 and GCC Clause 18 for the due performance of the Contract;
(g) We, including any subcontractors or suppliers for any part of the contract, have nationality from
eligible countries________ [insert the nationality of the Bidder, including that of all parties that
comprise the Bidder and the nationality each subcontractor and supplier]
(h) We have no conflict of interest in accordance with ITB Sub-Clause 4.2;
Section IV Bidding Forms 51
51
(i) Our firm, its affiliates or subsidiaries—including any subcontractors or suppliers for any part of
the contract—has not been declared ineligible by the Bank, under the Purchaser’s country laws
or official regulations, in accordance with ITB Sub-Clause 4.3;
(j) The following commissions, gratuities, or fees have been paid or are to be paid with respect to
the bidding process or execution of the Contract: [insert complete name of each Recipient, its
full address, the reason for which each commission or gratuity was paid and the amount and
currency of each such commission or gratuity]
Name of Recipient Address Reason Amount
(If none has been paid or is to be paid, indicate “none.”)
(k) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed.
(l) We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive.
Signed:_______________ [insert signature of person whose name and capacity are shown]
In the capacity of _______[insert legal capacity of person signing the Bid Submission Form]
Name:____________ [insert complete name of person signing the Bid Submission Form]
Duly authorized to sign the bid for and on behalf of:_____ [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
Section IV Bidding Forms 52
52
Price Schedule Forms
[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated.
The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and
Related Services specified by the Purchaser in the Schedule of Requirements.]
Section IV Bidding Forms 53
Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be
Imported (For each Lot separately)
(Group C bids, goods to be imported)
Currencies in accordance with ITB Sub-Clause
15
Date:_________________________
ICB No.: _____________________
Alternative No.: ________________
Page No. ______ of ______
1 2 3 4 5 6 7 8 9
Line
Item No.
Description of Goods Country of
Origin
Delivery
Date as defined by
Incoterms
Quantity and
physical unit Unit price
CIP[insert place of destination]
in accordance with ITB 14.6(b)(i)
CIP Price per line
item (Col. 5x6)
Price per line item for
inland transportation and other services required in
the Purchaser’s country to convey the Goods to their
final destination specified
in BDS
Total Price per Line item
(Col. 7+8)
[insert
number
of the item]
[insert name of good] [insert
country of
origin of the Good]
[insert
quoted
Delivery Date]
[insert number
of units to be
supplied and name of the
physical unit]
[insert unit price CIP
per unit] [insert total CIP
price per line item]
[insert the corresponding
price per line item]
[insert total price of the line item]
Total Price
Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]
Section IV Bidding Forms 54
54
Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already imported
(For each Lot separately)
(Group C bids, Goods already imported)
Currencies in accordance with ITB Sub-Clause 15
Date:_________________________
ICB No.: _____________________ Alternative No.: ________________
Page No. ______ of ______
1 2 3 4 5 6 7 8 9 10 11 12
Line Item
No.
Description of Goods Country of
Origin
Delivery
Date as
defined by Incoterms
Quantity
and
physical unit
Unit price
including
Custom Duties and Import
Taxes paid, in
accordance with ITB
14.6(c)(i)
Custom Duties
and Import Taxes
paid per unit in accordance with
ITB 14.6(c)(ii) ,
[to be supported by documents]
Unit Price net
of custom
duties and import taxes, in
accordance
with ITB 14.6 (c) (iii)
(Col. 6 minus
Col.7)
Price per line
item net of
Custom Duties and Import
Taxes paid, in
accordance with ITB 14.6(c)(i)
(Col. 58)
Price per line item
for inland
transportation and other services
required in the
Purchaser’s country to convey the goods
to their final
destination, as
specified in BDS in
accordance with
ITB 14.6 (c)(v)
Sales tax, VAT
and other taxes
paid or payable per item if
Contract is
awarded (in accordance with
ITB 14.6(c)(iv)
Total Price per line
item
(Col. 9+10)
[insert number of
the item]
[insert name of Goods]
[insert country of
origin of the Good]
[insert quoted
Delivery Date]
[insert number of
units to be supplied
and name
of the physical
unit]
[insert unit price per unit]
[insert custom duties and taxes
paid per unit]
[insert unit price net of
custom duties and import
taxes]
[ insert price per line item net
of custom duties and import
taxes]
[insert price per line item for inland
transportation and other services
required in the
Purchaser’s country]
[insert sales and other taxes
payable per item if Contract is
awarded]
[insert total price per line item]
Total Bid Price
Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
Section IV Bidding Forms 55
55
Price Schedule: Goods Manufactured in the Purchaser’s Country
(For each Lot separately)
Purchaser’s Country
______________________
(Group A and B bids)
Currencies in accordance with ITB Sub-Clause 15
Date:_________________________
ICB No.: _____________________ Alternative No.: ________________
Page No. ______ of ______
1 2 3 4 5 6 7 8 9 10
Line
Item
No.
Description of Goods Delivery Date
as defined by
Incoterms
Quantity
and
physical unit
Unit price
EXW
[including Excise Duty if
any]
Total
EXWprice
[including Excise Duty if
any]
per line item
(Col. 45)
Price per line item for
inland transportation and
other services required in the Purchaser’s Country to
convey the Goods to their
final destination
Cost of local labor,
raw materials and
components from with origin in the
Purchaser’s Country
% of Col. 5
Sales tax, VAT and other
taxes payable per line item if
Contract is awarded (in accordance with ITB
14.6(a)(ii)
Total Price per
line item
(Col. 6+7)
[insert number
of the
item]
[insert name of Good] [insert quoted Delivery
Date]
[insert number of
units to
be supplied
and name
of the physical
unit]
[insert EXW unit price]
[insert total EXW price per
line item]
[insert the corresponding price per line item]
[Insert cost of local labor, raw material
and components
from within the Purchase’s country
as a % of the EXW
price per line item]
[insert sales and other taxes payable per line item if
Contract is awarded]
[insert total price per item]
Total Price
Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
Section IV Bidding Forms 56
56
Price and Completion Schedule - Related Services (For each Lot separately)
Currencies in accordance with ITB Sub-Clause 15
Date:_________________________
ICB No.: _____________________ Alternative No: ________________
Page No. ______ of ______
1 2 3 4 5 6 7
Service
No.
Description of Services (excludes inland transportation
and other services required in the Purchaser’s country to convey the goods to their final destination)
Country of
Origin
Delivery Date at place of Final
destination
Quantity and physical unit Unit price Total Price per Service
(Col. 5*6 or estimate)
[insert
number of the
Service ]
[insert name of Services] [insert country
of origin of the Services]
[insert delivery date at place of
final destination per Service] [insert number of units to be supplied and
name of the physical unit] [insert unit price per
item] [insert total price per
item]
1. Cost of AMC(Maintenance, repair
including supply of spare parts and
updates of the supplied goods ) for
Year 1 after Warranty
The Nodal Officer,
ICZMP-cum-Project
Co-Ordinator, State
Pollution Control
Board, Bhubaneswar,
Odisha at Locations
detailed in:
Section VI. Schedule
of Requirements in
“List of Goods and
Delivery Schedule”
2. Cost of AMC(Maintenance, repair
including supply of spare parts and
updates of the supplied goods ) for
Year 2 after Warranty
3. Cost of AMC(Maintenance, repair
including supply of spare parts and
updates of the supplied goods ) for
Year 3 after Warranty
Total Bid Price
Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
Section IV Bidding Forms 57
Bid Security (Bank Guarantee)
[The Bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]
________________________________
[Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary: ___________________ [Name and Address of Purchaser]
Date: ________________
BID GUARANTEE No.: _________________
We have been informed that [name of the Bidder] (hereinafter called "the Bidder") has submitted
to you its bid dated (hereinafter called "the Bid") for the execution of [name of contract] under
Invitation for Bids No. [IFB number] (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee.
At the request of the Bidder, we [name of Bank] hereby irrevocably undertake to pay you any
sum or sums not exceeding in total an amount of [amount in figures] ([amount in words]) upon
receipt by us of your first demand in writing accompanied by a written statement stating that the
Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form
of Bid; or
(b) having been notified of the acceptance of its Bid by the Purchaser during the period of bid
validity, (i) fails or refuses to execute the Contract Form; or (ii) fails or refuses to furnish
the performance security, if required, in accordance with the Instructions to Bidders.
This guarantee will expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of
the contract signed by the Bidder and the performance security issued to you upon the instruction
of the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt
of a copy of your notification to the Bidder of the name of the successful bidder; or (ii) twenty-
eight days after the expiration of the Bidder’s Bid.
Consequently, any demand for payment under this guarantee must be received by us at the office
on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458.
_____________________________
Section IV Bidding Forms 59
59
Manufacturer’s Authorization ( where ever required as per
the data sheet)
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. Thisletter of authorization should be on the letterhead of the
Manufacturer and should be signed by a person with the proper authority to sign documents that
are binding on the Manufacturer. The Bidder shall include it in its bid, if so indicated in the
BDS.]
Date: [insert date (as day, month and year) of Bid Submission]
ICB No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is a Bid for analternative]
To: [insert complete name of Purchaser]
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of[insert type of
goods manufactured], having factories at [insert full address of Manufacturer’s factories], do
hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is to
provide the following Goods, manufactured by us [insert name and or brief description of the
Goods], and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General
Conditions of Contract, with respect to the Goods offered by the above firm.
Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]
Title: [insert title]
Dated on ____________ day of __________________, _______ [insert date of signing]
61
Section V. Eligible Countries
Eligibility for the Provision of Goods, Works and Services in Bank-Financed Procurement
1. In accordance with Para 1.8 of the Guidelines: Procurement under IBRD Loans and IDA
Credits, dated May 2004, the Bank permits firms and individuals from all countries to
offer goods, works and services for Bank-financed projects. As an exception, firms of a
Country or goods manufactured in a Country may be excluded if:
Para 1.8 (a) (i): as a matter of law or official regulation, the Borrower’s Country prohibits
commercial relations with that Country, provided that the Bank is satisfied that
such exclusion does not preclude effective competition for the supply of the
Goods or Works required, or
Para 1.8 (a) (ii): by an Act of Compliance with a Decision of the United Nations Security
Council taken under Chapter VII of the Charter of the United Nations, the
Borrower’s Country prohibits any import of goods from that Country or any
payments to persons or entities in that Country.
2. For the information of bidders, at the present time firms, goods and services from the
following countries are excluded from this bidding:
(a) With reference to paragraph 1.8 (a) (i) of the Guidelines:
Nil________________________
_________________________
(b) With reference to paragraph 1.8 (a) (ii) of the Guidelines:
_________________________
Nil_________________________
65
Section VI. Schedule of Requirements
Contents
1. List of Goods & Delivery Schedule........................................................................................ 66
2. List of Related Services and Completion Schedule – For each lot separately ........... 70
3. Technical Specifications ................................................................................................. 96
4. Drawings .................................................................................................................................. 98
5. Proforma of Certificate for Issue by the Purchaser after
successful commissioning of equipments 99
6. Decleration regarding Deemed Export Benefits 103
7. Breakup of EXW Price for Deteremining Eligibility for Domestic Preference 105
66
1. List of Goods & Delivery Schedule
Lot
No.
Description of Goods Quantity Physical
unit Final
(Project
Site)
Destination
as specified
in BDS
Delivery (as per Incoterms) Date
Earliest
Delivery
Date
Latest
Delivery
Date
Bidder’s
offered
Delivery
date [to
be
provided
by the
bidder]
1
1.Inductively Coupled Plasma
Spectrometer (ICP-MS) 1
Set Bhubaneswar
60 Days 90 Days
2.UV-Visible Spectrophotometer 1 Set -do- 60 Days 90 Days
2
1.Mercury Analyzer (Digital) 1 Set -do- 60 Days 90 Days
3
1.Gas chromatograph (GC) with
electron capture detector (ECD), flame
ionization detector (FID), photo
ionization detector specifications (PID)
& mass spectroscopy (MS)
2 Set -do- 60 Days 90 Days
2.High performance liquid
chromatograph (hplc)
1 Set -do- 60 Days 90 Days
4 1.Algae analyzer 1 Set -do- 60 Days 90 Days
5
1.Global Positioning System (GPS):
Ordinary
2 Set -do- 60 Days 90 Days
2.Global Positioning System (GPS):
for Sea use
2 Set -do- 60 Days 90 Days
3.Global Positioning System Arc Pad
with DGPS
1 Set -do- 60 Days 90 Days
6
1.Soil samplers (Coliwasa, Thief
Sampler, Trier, Augur) 4
Set -do- 60 Days 90 Days
2.Macro invertebrate sampler 2 Set -do- 60 Days 90 Days 3.Water sampler (Niskin) 6 Set -do- 60 Days 90 Days
4.Sediment Sampler : Ekman Dredge 4 Set -do- 60 Days 90 Days
5.Hand Core Sediment Sampler 3 Set -do- 60 Days 90 Days
7 1. Phyto Plankton with flow meter
sampler
2. Zoo plankton sampler with flow
meter
4
4
Set -do- 60 Days 90 Days
8
1.Portable Analyzer Kit (for pH, DO,
Temp, Conductivity and Salinity) 3
Set -do- 60 Days 90 Days
2.pH meter with combined glass
electrode 4
Set -do- 60 Days 90 Days
3.Conductivity meter 2 Set -do- 60 Days 90 Days
4.Nepheloturbidity meter 2 Set -do- 60 Days 90 Days
Section VI. Schedule of Requirements 67
5.Flame photometer 2 Set -do- 60 Days 90 Days
6.Specific Ion Meter (Microprocessor
Control) 1
Set -do- 60 Days 90 Days
9 1.Direct Water Current meter 2 Set -do- 60 Days 90 Days
10
1.Hot air Oven 2 Set -do- 60 Days 90 Days
2.Hot Plate (Rectangular) 2 Set -do- 60 Days 90 Days
3.Muffle furnace 2 Set -do- 60 Days 90 Days
4.Heating mantles 10 Set -do- 60 Days 90 Days
5.Rotamantle 2 Set -do- 60 Days 90 Days
6.Water bath (Thermostatic control) 2 Set -do- 60 Days 90 Days
7.Magnetic stirrer with hot plate 10 Set -do- 60 Days 90 Days
11
1.Sieve shaker 2 Set -do- 60 Days 90 Days
2.Rotary Shaker 2 Set -do- 60 Days 90 Days
3.Flask Shaker 2 Set -do- 60 Days 90 Days
4.Separatory funnel shaker 1 Set -do- 60 Days 90 Days
12
1.Vacuum Pump 4 Set -do- 60 Days 90 Days
2.Filtration assembly with vacuum
pump
3 Set -do- 60 Days 90 Days
13
1.Barometer 1 Set -do- 60 Days 90 Days
2.Hygrometer 4 Set -do- 60 Days 90 Days
3.Max. Min thermometer 4 Set -do- 60 Days 90 Days
4.Thermometer (Mercury) up to 500C 6 Set -do- 60 Days 90 Days
5.Thermometer (Mercury) upto 1000C 2
Set -do- 60 Days 90 Days
6.Thermometer (Mercury) upto 2000C 2
Set -do- 60 Days 90 Days
7. Thermometer (Mercury) upto
3000C
2 Set -do- 60 Days 90 Days
8.Rain gauge 2 Set -do- 60 Days 90 Days
14
1. TKN Analyzer automatic with
aluminium block digester
1 Set -do- 60 Days 90days
2.Total organic carbon (TOC) analyzer 1 Set -do- 60 Days 90 Days
15 1.Real time continuous air monitoring
station (fixed station) having spm,
rspm, PM 2.5,SO2, NOx, VOCs, BTX
and meteorological parameters
1 Set Paradeep 90 Days 120 Days
16
1. RSPM Air Sampler (NL) (With
Calibration Kit) 10
Set Bhubaneswar 60 Days 90 Days
2.Handy Sampler for Gaseous
Monitoring 2
Set -do- 60 Days 90 Days
3.PM2.5 Sampler 3 Set -do- 60 Days 90 Days
Section VI. Schedule of Requirements 68
4.Stack Monitoring Kit 3 Set -do- 60 Days 90 Days
17
1.TCLP Agitator 1 Set -do- 60 Days 90 Days
2.Zero Head Space Extractor 1 Set -do- 60 Days 90 Days 3.Ultrasonic Water Bath 2 Set -do- 60 Days 90 Days
18
1.Autoclave 2 Set -do- 60 Days 90 Days
2.Bacteriological Incubator 3 Set -do- 60 Days 90 Days
3.BOD Incubator 2 Set -do- 60 Days 90 Days
4.Horizontal Laminar Flow 2 Set -do- 60 Days 90 Days
5.Deep Freezer 2 Set -do- 60 Days 90 Days
6.Colony Counter (Electronic) 1 Set -do- 60 Days 90 Days
7.Centrifuge 2 Set -do- 60 Days 90 Days
19
1.Binocular Microscope with
photographic facility
1 Set -do- 60 Days 90 Days
2.Dissecting Microscope 2 Set -do- 60 Days 90 Days
3.Magnifier 2 Set -do- 60 Days 90 Days
20
1.Rotary Evaporator 1 Set -do- 60 Days 90 Days
2.Bomb Calorimeter 1 Set -do- 60 Days 90 Days
3.Flash Point apparatus 1 Set -do- 60 Days 90 Days
4.Karl Fischer Titrator 1 Set -do- 60 Days 90 Days
21
1.Solvent extraction (accelerated) 2 Set -do- 60 Days 90 Days
2.Liquid handling systems
(Dispensers)
5 Set -do- 60 Days 90 Days
3.Digital Burette 3 Set -do- 60 Days 90 Days
22 1.Refrigerator 4 Set -do- 60 Days 90 Days
2.Grinder 2 Set -do- 60 Days 90 Days
23
1.Analytical Balance (weighing upto
1.0 mg)
2 Set -do- 60 Days 90 Days
2.Analytical Balance (weighing upto
0.1 mg)
3 Set -do- 60 Days 90 Days
3.Analytical Balance (weighing upto
0.001 mg)
1 Set -do- 60 Days 90 Days
24 1.Water Purification system (RO
based)
2 Set -do- 60 Days 90 Days
25 1.Noise level meter 2 Set -do- 60 Days 90 Days
26 1.Gas Distribution System 1 Set -do- 60 Days 90 Days
The prices of Equipments & Instruments shall cover all costs including fabrication, tests, trials and commissioning of the Equipments & Instruments at Final (Project Site) Destination as specified in BDS, Warranty Cost and Training to operational staff in two batches (Two
Section VI. Schedule of Requirements 69
technical personnel per batch) within 15 days of installation of Equipments & Instruments with a repeat training after 15 days of initial training for each of the Line Items of the Lots 1 to 26 in the List of Goods and Delivery Schedule as in the Table above.
70
2. List of Related Services and Completion Schedule – For each lot separately
Service
Description of Service
Quantity1
Physical
Unit
Place where Services shall be
performed Final Completion Date(s) of
Services
1 2
3 4 5 6
1. Cost of AMC(Maintenance, repair
including supply of spare parts and
updates of the supplied goods ) for Year 1
after Warranty
The Nodal Officer, ICZMP-cum-
Project Co-Ordinator, State
Pollution Control Board,
Bhubaneswar, Odisha at
Locations detailed in:
Section VI. Schedule of
Requirements in
“List of Goods and Delivery
Schedule”
Service required every
quarter
2. Cost of AMC(Maintenance, repair
including supply of spare parts and
updates of the supplied goods ) for Year 2
after Warranty
Service required every
quarter
3. Cost of AMC(Maintenance, repair
including supply of spare parts and
updates of the supplied goods ) for Year 3
after Warranty
Service required every
quarter
1. For each Lot separately if the bidder is quoting for more than one Lot.
2. The item-wise requirement of AMC is given in the Table below-
71
Lot
No. Description of the Equipment Unit Quantity AMC for 3 Years
after Warranty
Required or Not 1 2 3 4 5
1. 1.Inductively Coupled Plasma Spectrometer (ICP-MS)
Set 1 Yes
2.UV-Visible Spectrophotometer Set 1 Yes
2. Mercury Analyzer (Digital) Set 1 Yes
3.
1.Gas chromatograph (GC) with electron capture detector
(ECD), flame ionization detector (FID), photo ionization detector
specifications (PID) & mass spectroscopy (MS)
Set 2 Yes
2.High performance liquid chromatograph (hplc) Set 1 Yes
4. 1.Algae analyzer Set 1 Yes
5.
1.Global Positioning System (GPS): Ordinary Set 2 No
2.Global Positioning System (GPS): for Sea use Set 2 No
3.Global Positioning System Arc Pad with DGPS Set 1 No
6.
1.Soil samplers (Coliwasa, Thief Sampler, Trier, Augur) Set 4 No
2.Macro invertebrate sampler Set 2 No
3.Water sampler (Niskin) Set 6 No
4.Sediment Sampler : Ekman Dredge Set 4 No
5.Hand Core Sediment Sampler Set 3 No
7. 1. Phyto Plankton with flow meter sampler 2. Zoo plankton sampler with flow meter
Set 4 4
No
8.
1.Portable Analyzer Kit (for pH, DO, Temp, Conductivity and
Salinity) Set
3 Yes
2.pH meter with combined glass electrode Set 4 Yes
3.Conductivity meter Set 2 Yes
4.Nepheloturbidity meter Set 2 Yes
5.Flame photometer Set 2 Yes
6.Specific Ion Meter (Microprocessor Control) Set 1 Yes
Section VI. Schedule of Requirements 72
9. 1.Direct Water Current meter Set 2 Yes
10.
1.Hot air Oven Set 2 Yes
2.Hot Plate (Rectangular) Set 2 No
3.Muffle furnace Set 2 Yes
4.Heating mantles Set 10 No
5.Rotamantle Set 2 Yes
6.Water bath (Thermostatic control) Set 2 No
7.Magnetic stirrer with hot plate Set 10 No
11.
1.Sieve shaker Set 2 No
2.Rotary Shaker Set 2 No
3.Flask Shaker Set 2 No
4.Separatory funnel shaker Set 1 No
12. 1.Vacuum Pump Set 4 No
2.Filtration assembly with vacuum pump Set 3 No
13.
1.Barometer Set 1 No
2.Hygrometer Set 4 No
3.Max. Min thermometer Set 4 No
4.Thermometer (Mercury) up to 500C Set 6 No
5.Thermometer (Mercury) upto 1000C Set 2 No
6.Thermometer (Mercury) upto 2000C Set 2 No
7. Thermometer (Mercury) upto 3000C Set 2 No
8.Rain gauge Set 2 No
14. 1. TKN Analyzer automatic with aluminium block digester Set 1 Yes
2.Total organic carbon (TOC) analyzer Set 1 Yes
15. 1.Real time continuous air monitoring station (fixed station)
having spm, rspm, PM 2.5,SO2, NOx, VOCs, BTX and
meteorological parameters
Set 1 Yes
16.
1. RSPM Air Sampler (NL) (With Calibration Kit) Set 10 Yes
2.Handy Sampler for Gaseous Monitoring Set 2 No
3.PM2.5 Sampler Set 3 Yes
4.Stack Monitoring Kit Set 3 Yes
Section VI. Schedule of Requirements 73
17.
1.TCLP Agitator Set 1 Yes
2.Zero Head Space Extractor Set 1 Yes
3.Ultrasonic Water Bath Set 2 No
18.
1.Autoclave Set 2 No
2.Bacteriological Incubator Set 3 Yes
3.BOD Incubator Set 2 Yes
4.Horizontal Laminar Flow Set 2 No
5.Deep Freezer Set 2 No
6.Colony Counter (Electronic) Set 1 No
7.Centrifuge Set 2 No
19.
1.Binocular Microscope with photographic facility Set 1 Yes
2.Dissecting Microscope Set 2 Yes
3.Magnifier Set 2 Yes
20.
1.Rotary Evaporator Set 1 Yes
2.Bomb Calorimeter Set 1 Yes
3.Flash Point apparatus Set 1 Yes
4.Karl Fischer Titrator Set 1 Yes
21.
1.Solvent extraction (accelerated) Set 2 Yes
2.Liquid handling systems (Dispensers) Set 5 No
3.Digital Burette Set 3 No
22. 1.Refrigerator Set 4 No
2.Grinder Set 2 No
23.
1.Analytical Balance (weighing upto 1.0 mg) Set 2 No
2.Analytical Balance (weighing upto 0.1 mg) Set 3 Yes
3.Analytical Balance (weighing upto 0.001 mg) Set 1 Yes
24. 1.Water Purification system (RO based) Set 2 Yes
25. 1.Noise level meter Set 2 Yes
26. 1.Gas Distribution System Set 1 Yes
SectionVI.Scheduleof Requirements 96
3. Technical Specifications
Lot 1: Item No.1 - INDUCTIVELY COUPLED PLASMA SPECTROMETER (ICP-MS)
Sl. No. Particulars Specification
1.0 Application
Metals analysis up to PPB at a time
All Elements of the Periodic Table from the Environmental samples
2.0 Basic Design ICP-MS System for analysis of trace and ultra-trace level determination of
elements. Its mainframe should be bench top utilizing lab bench & saves lab
space. It should have external rotary pump which fits under the bench & a single
2-stage turbo molecular pump.
3.0 Sample introduction system Sample Introduction system should be capable of easy switching between liquid
system.
Nebulizer • Glass concentric nebulizer
• Nebulizer for HF medium
• Mein hard nebulizer
(Supply along with equipments/optional should be separately indicated).
Spray chamber Peristaltic pump
Following types of Peltier-cooled spray chambers should be quoted spray
chamber for HF medium
(Supply along with equipments/optional should be separately quoted).
• It should have high precision 3-channel roller pump allowing precise computer
control of sample pumping.
• Peristatic pumps should be located adjacent to spray chamber for faster rinse
in/out & minimum transfer line volume.
Injector Injector for all type of samples should be quoted as standard option:
Platinum/PFA injectors suitable for HF medium and other sample environments.
Torch One piece, quartz torch of 2.5mm ID for efficient matrix decomposition and
sample ionization. System should be capable of using a demountable torch.
Computer control of torch The torch position should be fully computer controlled & auto tunable in XYZ
axes with movement in each axis independent of other two. Torch position
resolution & reproducibility should be 0.1 mm in all three axes.
4.0 Auto sampler Auto sampler should be manufacture by the instrument vendor or supplied from
a well know supplier.
5.0 Plasma generator Digitally driven with a quartz crystal controlled generator of 27 or 40 MHz RF
with range 1300-1600 watts (max) generator for efficient and superior ionization
when changed from aqueous samples to organic samples.
6.0 Plasma ion source and plasma gas control
Should have desired digital Mass Flow Controllers for control Plasma, auxiliary
makeup and carrier gases. Consideration will be given for a system with
additional mass flow controllers which could be used for future up-gradation of
the system.
7.0 Torch Mechanism Ability to analyze EIE element with or without using any shield or cool plasma
conditions.
8.0 Extraction interface : Sample and skimmer cones
Sample and skimmer cones should be easily mountable and dismountable.
Scope of supply of standard Nickel and Platinum cones.
9.0 Ion focusing and extraction system • Should be capable of minimizing interface background ( <0.5 CPS in gas
mode)
• Lens configuration should be provide a flat mass response with the best low
mass transmission, should be dual mode extraction system (conventional and
soft extraction)
10.0 Lens system • System with off -axis system or a shadow stop mechanisms.
• All ion lenses should be outside the high vacuum region for easy maintenance
and replacement by operator.
• Lens cleaning and replacement procedure should be without the need to put
off or open the main vacuum system to minimize the down time of instrument
11.0 Collision cell and Reaction cell technology
• The temperature controlled collision reaction cell of ICP-MS must be operated
effectively in collision mode, using pure He ( 99.999%) for all the elements in
periodic table or in reactive mode using pure H2 (99.999%).
SectionVI.Scheduleof Requirements 97
•The collision cell should be capable of upgrading the gas lines if required in
future.
• Published international journal papers or application notes should be supplied
along with technical specification of equipment used to demonstrate the
applicability of the instrument proposed on pure helium and pure hydrogen.
•In case if other then gases above listed are used in collision and reaction cell
then it must be declared with all supporting along with application note from
international journal with technical specifications.
• The Instrument shall be able to be used for the multi element analysis of
unknown sample containing Cl, SO4 and Organic content, without the need for
any interference correction equations. All interferences shall be removable by
the Cell - avoiding the need for correction equations.The ICP-MS shall be able to
remove CLO interference on Venadium, to enable good V measurement in
chloride matrices. The ICP-MS shall be able to be used for semi quantitative
analysis in cell mode for all analytes. The instrument shall demonstrate it's
applicability for the trace determination of V in a chloride matrix, in cell mode.
12.0 Quadrupole Mass analyzer • Quadrupole should be resolving better resolution power.
• Quadrupole is driven by fully Digital RF generator with frequency
equal or greater than 2.5 MHz.
• Mass range : 2-260 amu or above
• Signal to noise ratio would be less than 5 cps( In No gas mode)
• Signal to noise ratio would be less than <0.5cps( In gas mode)
13.0 Ion detector assembly • Discrete dynode electron multiplier type detectors that can operate in simultaneous dual-mode.
• Minimum of 9 orders of linear dynamic range
• Dwell time of minimum 100 Micro seconds (in both pulse count and analog modes) • Working concentration range of the detectors should be from the detection limit to 500 ppm or more with a maximum of - 1000 ppm in Gas mode without any adjustment of settings such as resolution, detector voltage etc..
14.0 Computer system and software for system
control Data acquisition and analysis
• Branded (HP/DELL/COMPAQ) Intel IV or core-duo processor with a
minimum of 3.2. GHz.
• Processor speed 2 GB RAM, 1 GB Catche, 160 GB HDD, CD/DVD
RW with a separate graphics card that can support multiple displays with
separate 1GB onboard memory.
• Software package should work on a Microsoft Windows Vista or XP
Professional Service pack 2 platform
• Software package should be comprehensive to handle the following
basic options
• Acquisitions in full spectrum, peak hoping and time resolved modes
• Data analysis that is supported using isotope rations, isotope dilution,
external and standard calibrations with or without internal standards
• Sample analysis data, calibration curve and stability of internal
standard must be viewed on a single screen
• Should support semi-quantitative analysis with rapid screening of
unknowns
• Data archival and retrieval functions
• Auto tuning of the Instrument from cold start
• Data reporting and Macro programming of customized analysis
routines
System diagnostics software
• Provision for auto-alignment of the torch after routine maintenance
with reproducibility better than 0.1mm in x-y-z directions
• Option of Manual override provision for the above mentioned
movements should be available.
• Both instrument control and data analysis should be performed on the
SectionVI.Scheduleof Requirements 98
same computer
15.0 Performance Specification The CeO/Ce ratio should less than 2% in no gas option and less than
1% in the gas mode.
• Sensitivity of elemental mass of Yttrium (Mass: 89) must be >
100Mcps/ ppm.
• Sensitivity of elemental mass of Thallium (Mass: 205) must be >
60Mcps/ ppm.
• Sensitivity of elemental mass of Lithium (Mass: 7)must be >50Mcps/
ppm.
• Double change ratio (Ce++/Ce+) is <3%
•Collision reaction cell should perform in Helium gas mode for all
elements having polyatomic interference and application notes should
be provided.
• Resolution of mass should be 0.7amu at 10% of peak height and this
is maintained across the mass range.
• Quadrupole should be driven with RF frequency >2.5Mhz.
•The resolution of the quadrupole should not be changed during the
analysis.
• Short term stability and long term stability of the instrument should be
<4% for 8hours.
• Autotune facility should optimize Plasma condition, lens & cell
voltages, mass resolution & mass accuracy for best ionization and
sensitivity.
• Semi Quantitative mode should be able to operate in collision mode to
generate qualitative scan of elements in less than a minute.
• The ICP-MS system should have capability to integrate any
commercially available laser ablation device for routine/research
applications
• It should have optional provision of Arsenic & Chromium speciation
kits for specialized applications. It should be compatible with intelligent
sequencing software at later stage.
• Give the lowest Detection limits (DL) of as many elements as possible
and give the conditions at which the DLs are measured. •Software
should be capable of including QC check in between samples and must
be able to show graphically QC control data .
• To facilitate the installation requirement the installation pre
requirement and installation guide should be provided along with the
quotation dually stamped and signed.
• All the performance specification document should be provided along
with tender dually stamped and signed.
16.0 Accessories Microwave Digestion System should dissolve all type of samples using acid, the system should be capable of digesting minimum 12 individual samples at a time, system should be capable of further up gradation to higher sample capacity viz. More then 30 , system should have temperature and pressure control and safely lock as per the industrial standards.
17.0 FOLLOWING ITEMS MUST BE INCLUDED IN THE MAIN SYSTEM.
Manual Operation and maintenance manual for each unit.
Application notes Application notes (CD-ROM) for elemental analysis in environmental, geological, metallurgical, biological and industrial samples.
Methodology package Comprehensive EPA methodology package software (CD-ROM) for environmental
application.
Standards Multi-elemental and single element standards - One set
Service manual Service manual with set of required tools for each system/unit.
Spare parts catalogue One set
Trouble shooting charts Trouble shooting charts of all sub units
SectionVI.Scheduleof Requirements 99
Dust cover Dust cover for all sub units
Operation kit Operation kit comprising all required items pump tubings, transfer tubings, work
coils etc. for startup/regular operation of instrument
Consumables Consumables for three years operation of the system for main ICP unit, spare
torches, nebulizer, tubing are required
19.0 POWER SUPPLY 1. The instrument and all its sub units should operate on 230 ± 10 volts
50 Hz power supply
2.
Lot 1: Item No.2 - UV-Visible Spectrophotometer
Sl. No. Particulars Specification
1.0 APPLICATION For the analysis of sea water Nutrient
2.0 COMPOSITION • Spectrophotometer
• Quartz Cuvette (1 cm, 5.0 cm, 10 cm)
• Computer Accessories
3.0 TECHNICAL SPECIFICATIONS
3.1 Setting wavelength range 190 ~1100nm
3.2 Measurement wavelength range 190 ~900nm
3.3 Wavelength accuracy ±0.3nm with auto wavelength correction
3.4 Wavelength repeatability ±0.1 nm or better
3.5 Wavelength scanning speed Wavelength slew rate: about 3200nm/min Wavelength
scan rate: about 900 ~160nm/min Monitor scan rate:
about 2500nm/min
3.6 Wavelength setting At 1 nm units for scan start and scan end wavelengths, and 0.1 nm units
for other wavelengths
3.7 Lamp interchange wavelength Auto switching synchronized with wavelength, switching range selectable
between 282 ~ 393nm (0.1 nm units)
3.8 Spectral bandwidth 6-step switching among 0.1/0.2/0.5/1/2/5nm
3.9 Resolution 0.1nm
3.10 Stray light Less than 0.015% Less than 0.0003% (220nm, NaI 10g/L solution) Less
than 0.015% Less than 0.0003% (340nm, UV-39 filter)
3.11 Photometric system Double-beam, direct ratio system with dynode feedback
3.12 Photometric modes Absorbance (Abs.), transmittance (%), reflectance (%), energy (E)
3.13 Photometric range Absorbance: -4 ~ 5 Abs Transmittance,
reflectance: 0 ~ 999.9%
3.14 Recording range Absorbance: -9.999 ~ 9.999 Abs
Transmittance, reflectance: -999.9 ~ 999.9%
3.15 Photometric accuracy ±0.002 Abs (0 ~ 0.5 Abs) ±0.004 Abs (0.5 ~1.0 Abs) ±0.3%T (0 ~ 100%
T)
3.16 Photometric repeatability ±0.001 Abs (0 ~ 0.5 Abs) ±0.002 Abs (0.5 ~ 1.0 Abs) ±0.1%T
3.17 Baseline flatness ±0.001 Abs (excluding noise, using 2nm slit, and slow wavelength
scanning speed)
3.18 Baseline correction Auto correction using PC
3.19 Drift 0.0004Abs/h (after power is on for 2 hours)
3.20 Temperature and humidity requirements 15 ~ 35°C, 45 ~ 80% (no condensation, less than 70% above 30°C)
SectionVI.Scheduleof Requirements 100
3.21 Light source halogen lamp, deuterium lamp and built in light source auto position
adjustment
3.22 Monochromater Grating/Grating type double monochromator, Pre-monochromator: double-
blazed holographic grating Main monochromator: high-performance
blazed holographic grating in aberration-corrected Czerny-Turner
mounting
3.23 Detector Photomultiplier
3.24 Sample compartment Distance between light beams: 100mm Maximum
light path length of cell: 100 mm
3.25 Power requirements AC 220 V, 50 Hz
4.0
COMPUTER SYSTEM
Make Reputed brand such as HP/Compaq/IBM/Dell
Processor Intel Pentium - Core 2 Duo Processor
RAM 4 GB. Upgradeable to 8GB or more
HDD 500GB or more
Monitor 19'' LCD/TFT colour ( Digital )
VRAM 500 MB
CD ROM 52 X CD ROM
DVD-CDRW CD-ROM and CDRW-Combo Drive Max speed 48x24x48
Ports 2 Serial, 1 parallel and 2 USB front 6 Rear USB PS/2 Port, 1VGA
integrated Port1 line in/out port,
Key boards Cordless 104 key IBM compatible
Mouse Cordless optical mouse with pad
Ethernet 32 bit auto selectable 10/100 MBPS
Graphics Internet ready with integrated graphics
Sound • Integrated sound card
• Inbuilt stereo speakers sound should be between 0 to 300 with
digital display and controlled by Knob.
• Attached with a timer can be set 5 minutes interval up to 1 hour or
infinite.
Printer HP LaserJet Colour Printer 1200 x 1200 dpi 12 PPM color
Software Pre-loaded Windows XP Professional operating system with Licensed CD
MS Office 2010 Standard with media, manual and Licensed CD
Preloaded Antivirus with latest version along with Licensed CD
5.0
SOFTWARE SPECIFICATION
Data Acquisition Modes Spectrum, Kinetics and Photometric
General • Multitasking (Possible to execute data processing while
measurement is being executed.)
• Customizable measurement screen layout (wavelengths, data
display font and font size, colors, displayed number of rows)
• GLP/GMP compliant (security, history)
• Real time concentration display
Spectrum Mode • Comparison of multiple spectra/relative processing
• Save all processed data with original data set including a history of
all manipulations
SectionVI.Scheduleof Requirements 101
• Spectrum enlargement/shrinking, auto scale and Undo/Redo of
these operations
• Annotation on spectrum screen
Data Processing in Spectrum
Mode
• Normalization, Point Pick, peak/valley detection, area calculation
• Transformations: 1st - 4th derivatives, smoothing, reciprocal, square
root, natural log, logarithm power, Abs. to %T conversion, and
exponential, Kubelka-Munk conversion
• Ensemble averaging, interpolation, data set and constants
arithmetic ( between spectra and constants)
Photometric (Quantitation) Mode • Single wavelength, multi wavelength (includes 1, 2 or 3
wavelengths), spectrum quantitation (peak, maximum, minimum, area,
etc. for specified
wavelength ranges)
• Multi-point, single point, K-factor calibration curves (1st, 2nd, 3rd
order function fits, pass-through-zero specification)
• Photometric processing with user-defined functions (+, x, Log,
Exp, etc. functions, including factors)
• Weight correction, dilution factor correction, and other corrections
using factors
• Averaging of repeat measurement data
• Simultaneous display of standard table, unknown table and
calibration curves
• Display of Pass/Fail indications
Kinetics (Time Course) Mode • Comparison/relative data processing of multiple time course data
• Single or double wavelength measurement (difference or ratio)
• Simultaneous display of time course data, enzyme table and graphs
• Enzyme kinetics calculation (for single or multicell)
• Michaelis-Menten calculations and graph creation (Michaelis-
Menten, Lineweaver-Burk, Hanes, Woolf, Eadie-Hofstee), Dixon
plot, Hill plot
• Unitary management of sample information including original data,
sample weight and dilution factors, etc.
• Event recording such as addition of reagents during measurement
• Time course spectrum data processing (same as in spectrum data
processing)
Report Generator • Preview and print functions for customized formats
• Layout and editing of templates
• Quick printing using report templates
• Multi-page printout support
• Insert date, time, text, and drawing objects including lines, circles
and rectangles
• Insert spectrum and quantitation data, method and history
• Headers and footers easily inserted
• Specify graph line thickness (as in all modulules), font style and
size
6.0 Accessories
a. Cuvette 1ml quartz - 2 No.s
b. Cuvette 3ml quartz - 2 No.s
c. Cuvette 5ml quartz - 2 No
d. Cuvette 10ml quartz - 2 No
e. Holders for the above cuvettes if not provided as a
standard with the instrument
SectionVI.Scheduleof Requirements 102
Lot 2: Mercury Analyser (Digital)
Sl. No. Specification
1 1. Based on Cold Vapour Atomic Absorption Spectrophotometer principle.
2. Detection limit for Mercury: 0.1 microgram/l
3. The instrument should be equipped with a low pressure Mercury lamp emitting the 253.7 nm line,
absorption cell, filter, a detector with associated electronics and a vapour generation system.
4. Sensitivity: 3 ng absolute for 1 % absorption
5. Short term fluctuation: ± 1% of Full signal
6. Vapour generation system: All glass reaction assembly (including BOD bottles)
7. Readout 2 ½ Digit display.
8. The equipment should be supplied along with a magnetic stirrer and standard accessories.
9. Should operate on 220 ± 10 volts 50 Hz AC power supply
Lot 3: Item No.1 - Gas chromatograph (GC) with electron capture detector (ECD), flame ionization detector (FID), photo ionization detector specifications (PID) & mass spectroscopy (MS)
Sl. No. Particulars Specification
1.0 APPLICATION For Analysis of Trace organics, contaminants, such as Pesticides, PAH,
and other organics in Environmental Samples.
INSTRUMENT COMPOSITION
2.0 Gas Chromatograph One set
Capillary Column with accessories One set each of specified columns
ECD Detector One set
FID Detector One set
PID Detector One Set
MS Detector One Set
GC Data Station One set
3.0 TECHNICAL SPECIFICATION
3.1 GC System Computer controlled Data Workstation based computer compatible (GC).
Built in Diagnostics and Comprehensive Self-Testing
3.2 Oven temperature programming ramps Should be 20 ramps
3.3 Heated zones At least 9 including Oven, 3 Injectors, 4 Detectors and 1 Auxiliary Functional keyboard with four line alphanumeric display
3.4 Display Display include temperature and pressure / flow parameters, type of
carrier gas, carrier gas column pressure, flow rates, split flow, detector
gas flow rates and all detector parameters
3.5 Memory protection Power fail memory protection,
3.6 Storage facility At least 10 filesand automated sequences.
3.7 Networking and data communication RS-232 interface
3.8 Method editing facility Non-active methods should have editing facility
3.9 System leak check Unattended and automated system leak simultaneous check
3.10 Injector / Detector mounting 3 Injectors and 4 detectors simultaneous mounting and capable to hold 50 um to 530 um different diameter capillary to mega bore
SectionVI.Scheduleof Requirements 103
Columns
3.11 Purge system Effective Gas Saver and Septum Purge System
3.12 Injection facility Automatic / Manual Injection
3.13 power supply.
The instrument and all its sub units should operate on 230 ± 10 volts 50
Hz power supply.
4.0 COLUMN OVEN High performance, large capacity oven accommodating capillary column
and mega bore column
Volume More than 10 Litres
Operating temperature Maximum 4 °C above ambient to 450 °C
Temperature set point ± 1°C
Temperature Stability ± 0.05 °C for 1 °C ambient change
Ramp rate Up to 250°C / minute
Heating time Maximum 3-4 mins (50 - 450 0C)
Cooling time Maximum 3-4 mins (450 - 50 0C)
Facility for Column bleed compensation
Vent temperature control Microprocessor control in automatic sequence and fast
5.0 FLOW / PRESSURE CONTROLLER
5.1
Advanced Flow controller Advanced Flow controller with automated Inlets, detectors, or auxiliary gases through Data Processor and system
5.2 Pressure adjustment flow 0.01 psi increment
5.3 Compensation
(pressure/temp.)
Atmospheric pressure compensation for altitude and ambient temperature
variations
5.4 Pressure / flow programming ramps Two or more
5.5 EPC setting facility Computer work station system
5.6 Flow sensor Inlets and detectors for all gases (carrier gas, make up gas and support
gas in detectors, and carrier and split vent gas in inlets)
5.7 Flow/pressure set points On each inlet on detector parameter screen
5.8 Flow sensor for control and storage of Split ratio in split / split less and PTV injector
6.0 INJECTOR Three injectors mounting, two split / split less injector one PTV (Programmable Temperature Vaporizer
6.1 Protection Heater, Temperature Sensor and protection from overheating
6.2 Capacity To hold all types and all sizes of capillary columns and mega bore
columns as well
6.3 Purge adjustment Efficient Septum Purge system, purge time adjustable
6.4 Compatibility Solid Phase Micro Extraction (SPME) system
7.0 SPLIT / SPLITLESS INJECTOR Forward inlet pressure programming with an optimized modular, uniform
thermal profile for split / splitless injections
7.1 Injection volume Large volume splitless injections
7.2 Flow control Electronic pressure / flow control
7.3 Temperature control Upto 450°C for split/splitless injector with 1 °C increment
7.4 Solvent / backflush facility Solvent Rejection and backflush
SectionVI.Scheduleof Requirements 104
8.0 PTV INJECTOR
Pressure/flow control Electronic pressure/flow control
Operating temperature Upto 400 °C
Programme ramps Atleast 3 temperature programme ramps
9.0 DETECTORS Detector combination would be ECD-FPD
Temperature range Upto 400 °C
Detector mounting Two detectors should be mounted
Pressure control EPC and electronic on/off facility for all detector gases
Auto zero & protection Detector with make up gas and automatic zeroing facility and overheat
protection
9.1 ECD Detector Coaxial design based on Ni63 Source
Linear Dynamic Range should be Better than 104
Operating temperature (maximum) 350 °C
Pressure / Flow control Advance Flow/Pressure Control
Minimum Detection Limit (MDL) Less than 6 fg/s of γ-BHC
Makeup Gas make-up gas (N2) of 0-1200mL/min
9.2 PID Detector Selective detection of compounds ionized
Lamp type 10.2 eV
Dynamic range Better than 107
Detection limit 2 pg of benzene
Other EM-9/14 electrometer is required. All electrometer specifications
are identical to FID specifications
9.3 FID Detector Mass flow type
Linear Dynamic range 10 7 with Nitrogen
Departure from linearity Less than ± 1 % for the entire range
Operating Temperature (maximum) 450 0C
Pressure / Flow control Advance Flow/Pressure Control
Minimum detection limit Less than 1.5 pg C /s
Support gas Hydrogen and Air
Ignitation Auto Ignitation facility through computer auto flame Ignitation
Flame detection Flame out detection facility
9.4 Mass Spectrometer The instrument is used to detect the presence of organic compounds like Volatiles,
aldehydes, free nicotine, PAHs, Pesticides etc.
SectionVI.Scheduleof Requirements 105
Features
Vacuum Gauge: Metal quadruple mass filter with pre rod.(100 to 300˚C) .Dual TMP with 179 L/sec and 185 L/sec. • EI: voltage 10-100ev • Analyzer: Quadrupole mass filter with pre rod (100°C-300°C) Dual TMP with 179 L/sec and 185 L/sec. • Mass axis stability : +/-0.1 m/z accuracy over 48 hrs.
Data acquisition speed 4 ms or 250 hz. • Must have an ion gauge to display vacuum
MINIMUM SENSITIVITY
EI scan sensitivity: (S/N) > 500 at m/z 272 for 1 pg octafluoronapthalene (OFN) in EI scan. PCI scan sensitivity: (S/N) > 500 at m/z 183 for 100pg benzophenone in PCI scan. NCI scan sensitivity : (S/N) > 500 at m/z 272 for 100fg octafluoronapthalene (OFN) in NCI scan.
MINIMUM PERFORMANCE
Mass range: 1.0 to 1050 u(amu)
o Scan rate: Fully variable up to 12,500 amu/s
o Scanning sensitivity: 0.1 u (amu)
o High-Performance Selected Ion Monitoring(SIM) and Full Scan
o Auto SIM :Auto tune program for EI,PCI,NCI
10.0
AUTOSAMPLER
Syringe capacity Up to three different syringe capacity
Injection volume Between 1 and 200 micro litre or more should be available for accurate
sample dosing
Washing solvent Injection port access Up to four different washing solvents in 4 ml bottles.
Internal standard calibration Automated internal standard calibration
Programming Completely programmed by a dedicated controller or GC
keyboard
11.0
COLUMNS Bonded phase, fused silica capillary column with (one each)
DB-1701 or equivalent 30 m x 0.25 mm ID having x 0.25 |im film thickness
Film - 14% cyanopropyl phenyl and 86% dimethyl polysiloxane co-
polymer column
Ultra-125 m x 0.2 mm ID having 0.33 urn film thickness
Film - 100% dimethyl polysiloxane
HP-5-MS 60 m x 0.25 mm ID with 0.25 um film
Film - 5% di-phenyl and 95% dimethyl polysiloxane
copolymer column
Ultra-225 m x 0.2 mm ID having 0.33 um film thickness, Ultra low bleed
column Film - 5% diphenyl and 95% dimethyl polysiloxane co-polymer
column
DATA STATION
Application Software With basic programming facility, Accurate and Reproducible Integration
12.0 Data acquisition At least two simultaneous chromatograms and data acquisitions
Reintegration Report Multilevel Calibration Baseline Correction Area
Calculation Background Subtraction and Custom/tailored report format
facility should be in-built
Memory Protection Battery back up for memory protection
Data export / import Data Export/Transformation to data base software i.e., Excel and Access
should be supplied with the system
Quality control Software for Quality Control Protocols
SectionVI.Scheduleof Requirements 106
Data display / handling Software for data display, handling, data export/import and reporting
13.0 COMPUTER SYSTEM
Make Reputed brand such as HP/Compaq/IBM/Dell
Processor Intel Pentium - Core 2 Duo Processor
RAM 4 GB. Upgradeable to 8GB or more
HDD 500GB or more
Monitor 19'' LCD/TFT colour ( Digital )
VRAM 500 MB
CD ROM 52 X CD ROM
DVD-CDRW CD-ROM and CDRW-Combo Drive Max speed 48x24x48
Ports 2 Serial, 1 parallel and 2 USB front 6 Rear USB PS/2 Port, 1VGA
integrated Port1 line in/out port,
Key boards Cordless 104 key IBM compatible
Mouse
Ethernet
Graphics
Cordless optical mouse with pad 32 bit auto selectable
10/100 M BPS Internet ready with integrated graphics
Sound • Integrated sound card
• Inbuilt stereo speakers sound should be between 0 to 300 with
digital display and controlled by Knob.
• Attached with a timer can be set 5 minutes interval up to 1 hour or
infinite.
Printer HP LaserJet Colour Printer 1200 x 1200 dpi 12 PPM color
Software Pre-loaded Windows XP Professional operating system with Licensed CD
MS Office 2010 Standard with media, manual and Licensed CD
Preloaded Antivirus with latest version along with Licensed CD
14.0 ACCESSORIES
Start up kit / Soap bubble / gas flow
meter
Manufacturers Standard accessories start up kit including tools, Digital
gas flow meter 0.1 ml/min to 1000 ml/min
Operation / maintenance manual Operation and maintenance manual
Application Notes Application notes in (CD) for pesticides, PAHs, PCBs, PCPs, VOCs,
THMs, Dioxins & Furans in environmental samples
Service manual Service manual
N2 Gas Regulator N2 gas regulator (2 stage) with necessary tubing and connectors (1 No.)
Hydrogen gas regulator Zero air
regulator
H2 gas regulator with (2 stage) with necessary tubing and connectors (1
No.)
Zero air regulator (2 stage) with necessary tubing and connectors (1 No.)
Carrier gas purifier High capacity carrier gas purifier (2 Nos.)
H2 gas purifier High capacity H2 gas purifier (2 Nos.)
Air compressor Air compressor (GT free) with air filter and regulator unit
Air purifier High capacity air purifier (2 Nos.)
Moisture trap Moisture Trap (Silica Gel - Molecular Sieve 50:50; length 10" - two nos.
SectionVI.Scheduleof Requirements 107
Hydrocarbon trap Activated charcoal filter for hydrocarbon Hydrocarbon removal length 10" -
two nos.
Oxygen trap High Capacity Oxy trap capacity more than 125 cc - two nos.
15.0
SPARES &
CONSUMABLES
Spares and consumables sufficient for two years trouble free operation
should be included in the offer and supplied with each system
Column nut 2 Nos.
Washer 2 Nos.
Graphite / vespel ferrules 20 Nos.
Inlet Septa (self sealing for injectors) 200 Nos
O ring 20 Nos.
Copper tubing with connectors 50 mtrs.
Micro syringes for manual injection (5
|ul) 4 Nos.
Micro syringes for manual injection (10
|ul) 4 Nos.
Copper tube cutter 1 No.
Lot 3: Item No.2 - High Performance Liquid Chromatograph (HPLC)
Sl. No. Particulars Specification
1.0 Applications Environmental samples : Qualitative and quantitative Analysis of
Pesticides from
2.0
INSTRUMENT COMPOSITION
High Pressure Liquid
Chromatograph One set
Fluorescent Detector One set
Ultraviolet Detector One set
RI Detector One set
Fluorescence Detector One Set
Conductivity detector One Set
3.0 TECHNICAL SPECIFICATIONS
3.1 System Type Computer Controlled, Modular type High Pressure Liquid Chromatography
(HPLC) System
3.2
Operation Requirements - Dual piston and Gear driven with life time maintenance free
lubrication system pumping system
- Gradient mixer should provide gradient mode upto two or more
solvents and also usable in isocratic mode
- Gradient Mixer and Central Processor Unit controlled through
Computer Software via a interface through PC
3.3 Pumping System
Gradient System Binary gradient system with two independent pump upgradeable to
quaternary and permitting the mobile phase to be composed of two or
more solvents under computer control
Flow Mode Online degasser
Flow Range 0.0001-10 ml/min (for future semi-micro application)
SectionVI.Scheduleof Requirements 108
Flow Accuracy Flow accuracy and stability of ± 0.1% or better
Flow Precision Flow precision of ± 0.3% RSD or better.
Pressure/Flow compensation Automatic compressibility correction and automatic compensation for
changes in operating pressure to ensure accurate flow rates
Solvent Mixture composite Solvents mixtures composition should range from 0 to 100% in 0.1%
increments.
Operating Pressure range Operating pressure range normal to 6000 psi pressure with user
selectable upper and lower limits
Gradient Mixture range Gradient Mixer System should be higher pressure gradient system
coupling both pumps, user programmable through the computer data
station
Display Digital display of operating parameters and pressure
Operating parameter Flow rate, gradient curve, stroke volume, upper and lower pressure limits
and %A and %B of the solvents in gradient mode
Battery backed storage Battery backed storage facility for upto atleast 8 methods including time
programming. Automatic start up and shut down methods. Editing of the
stored methods should be possible during a run.
3.4 Injector Rheodyne design with auto start switch.
3.5 Sample loops Sample loops (one each) of 2 |ul, 5 |ul, 10 |ul, 20 |ul capacity.
3.6 Column Oven Thermostatically controlled with an adjustable temperature range of
atleast upto 80 0C.
3.7
Columns Columns of length and diameter suitable for the analysis of pesticides,
PAHs, and phenols alongwith scavenger columns and guard columns to
be provided.
Selectivity to reverse phase analysis for C8 and C18 with a
particle size of less than or equal to 5 | or equivalent
columns (two each).
Amino bonded spherical silica with a particle size of less than or equal to 7
u or equivalent columns (two numbers).
3.8
Fluorescent Detector Programmable detector
Light Source Xenon lamp, Low-pressure mercury lamp (to check wavelength accuracy)
Excitation range Extraction range of 200 - 750 nm
Sensitivity 2000 or greater S/N ratio for Raman line of Water
Emission range Emission range of 230 - 900 nm
Wave length range 0, 200 nm to 750 nm (Dual wavelength simultaneous monitoring possible)
Spectral Bandwidth 20nm
Wave length repeatability Wavelength repeatability of 0.2 nm or better
Accuracy Accuracy of ± 2 nm or better
3.9
Ultraviolet Detector (Diode Array
Detector)
Light source, D2 Tungsten lamp , Temperature controlled flow cell 30 to 60˚C (1°C steps)
Wave length range 190-800 nm wavelength range
Adjustment Adjustable in 1 nm or smaller increments
Silt programme Band width 8nm and 1.2 nm high resolution mode
Accuracy Accuracy ± 1 nm or better
Noise Noise ± 0.6 x 10-5 AU peak to peak or less
SectionVI.Scheduleof Requirements 109
Drift 5 x 10-4 AU per hour
Flow cell volume Flow cell volume capacity should be anywhere between 8-15 ul
Path length 10 mm
4.0
RI Detector Temperature controlled flow cell 30 to 600C (10C steps).
Noise Noise ± 2.5 x 10-9 RIU
Drift Drift ± 2 x 10-4 RIU/Hr/0C
Flow cell volume Between 8 - 15 ul.
4.1
Conductivity Detector Temperature control flow cell 25-55˚ C
Measuring range 0.01 to 51000 microseimen in multiple steps
Flow Cell At least 5 ul capacity
Should have basic programming facility for method
4.2
COMPUTER DATA
STATION
development and simulation concerning analysis of PAH, phenols,
pesticides, Herbicides, 2-4-D & its derivatives, phthalate esters, poly-
acrylic and carbonyl compounds in environmental samples
Capable of providing accurate and reproducible
4.3 Application Software
Integration, reintegration/report and multilevel calibration, software for
diode array should appear.
Recording of run detail (e.g. pressure, time profile, pump condition etc.)
Reporting of elution profile with comparison of stored
standard profile
Reporting of data with elution profile
Baseline correction, area calculation, data subtraction
and report formats.
Provision for statistical analysis and representation of data in all possible
graphical format, trouble shooting
4.4
Computer System
Make Reputed brand such as HP/Compaq/IBM/Dell
Processor Core 2 Duo Processor or above
RAM 4 GB (upgradeable to 8 GB)
HDD 500 GB ultra DMA or higher HDD (7200 RMP),
Monitor 19" LCD/TFT Flat Colour (Digital)
VRAM 500 MB or above
CD ROM 52x CD-ROM
DVD-CDRW CD-ROM and CDRW-Combo Drive Max speed 48x24x48
Ports 2 Serial, 1 parallel and 2 USB front 6 Rear USB2 PS/2 Port, 1 VGA
integrated Port1 line in/out port,
Key board Cordless 104 Key IBM Compatible
Mouse Cordless Optical mouse with pad
Ethernet 32 bit auto selectable 10/100 MBPS, ,
Graphics Internet ready with integrated Graphics
Sound Integrated sound card and inbuilt stereo speakers
Printer HP LaserJet Colour Printer 1200 x 1200 dpi 12 PPM black
SectionVI.Scheduleof Requirements 110
4.5
Software Pre-loaded Windows XP Professional operating system with Licensed CD
MS Office 2010 Standard with media, manual and Licensed CD
Preloaded Antivirus with latest version along with Licensed CD
4.6
ADDITIONAL ITEMS
Application Notes Application Notes (CD-ROM) for HPLC Analysis of organo-chlorine
pesticides, herbicide, 2-4-D and its derivatives, PAH'S, Phenols,
Phthalate Esters, Poly-acrylic acid and carbonyl compounds.
Operation & Maintenance Manual Operation & Maintenance Manual
Dust cover Dust cover
Spares and consumables Spares and consumables for two years of operation for each of the
following sub-system:
• Pumping system
• Injector
• Column oven
• Detectors - including D2 lamp (2 nos.); Halogen lamp (2 nos.);
Xenias lamp (1 no.); check valves (2 sets); seal for injectors (5 nos.)
Analytical manual Analytical manual along with application notes for the analysis of PAH
compounds, pesticides and phenols.
Service manual Service manual
Starting kit Starting kit with one set of required tools for each system/unit
Spare Parts catalogue Spare Parts catalogue
Trouble shooting charts Trouble shooting charts
Methodology package software Comprehensive EPA methodology package software (CD-ROM) for
environmental application
Micro syringe Micro syringe (two each) of 2 Lil, 5 Lil, 10 Lil, 25 Lil capacity
Sample filtration cartridges Sample filtration cartridges for reverse phase analysis (150 cartridge),
normal phase analysis (150 cartridge)
Membrane Filters Millipore membrane filter for organic and inorganic solvents with dia as per
filter holder size along with pre
filter.
6.0 POWER
SUPPLY
1. The instrument and all its sub units should operate
on 230 ± 10 volts 50 Hz power supply.
Lot 4: Algae Analyser
Sl. No. Particulars Specification
SectionVI.Scheduleof Requirements 111
1.0 APPLICATION Determination of chlorophyll concentration, algae
classes and photosynthesis activity for scientific and
routine analysis
waterway analysis and assessment
general environmental assessment
intake monitoring
chemical analysis
toxicity testing
waste detection
dam monitoring
limnological work
research and education
2.0 COMPOSITION simultaneous determination of chlorophyll
concentrations, photosynthetic activity of chlorophyll and
transmission
the detection of different algae classes via excitation using
different coloured LEDs; calculation of biomass on green algae,
blue-green algae, brown algae (diatoms and dinoflagellates)
and cryptophytes
Direct measurement without sample preparation via
filtration, dilution or stirring etc.
results of photosynthetic activity of the chlorophyll using
different excitation patterns; the common fluorescence
signals are used via the Gently parameter method
yellow substances (CDOM) measurement to correct the
calculation of total chlorophyll
integrated stirrer unit - no problems with sedimentation during
long-term measurements
3.0 TECHNICAL SPECIFICATIONS
Parameters to be analyzed total chlorophyll [µg Chl-a/cm²]
concentration of green algae [µg Chl-a/l]
concentration of cyanobacteria [µg Chl-a/l]
concentration of diatom [µg Chl-a/l]
concentration of cryptophytes [µg Chl-a/l]
Gelbstoffe (yellow substances)
Photosynthetic activity (Genty) – Option.
transmission (at 5 wavelengths)
Chlorophyll 0 - 200 µg Chl-a/l
Measurement procedure spectral fluorometry
Resolution 0.01 µg Chl-a/l
Transmission 0 - 100%
Weight As minimum as possible without compromising its functions
Dimensions (H x W x D) As portable it can be without compromising its functions
Mains voltage 110/240V 50/60Hz / 12VDC
Power consumption 10W or less
Sample temperature 0 - 30 °C
Sample volume 25 ml
Data Interface USB/RS232
SectionVI.Scheduleof Requirements 112
Software Windows supported software with database
Options rechargeable battery pack
4.0 APPLICATION SOFTWARE (FEATURES)
The database software is used to record and analyse the data. The most
important features must be for:
saving of data and parameters at any time
graphic display of all measurement values
online display in LAN
calibration of the instrument
parameterisation of the measurement
data export to EXCEL and to text files
print function
subsequent recalibration of algae classes
User interface of the Algae Analyser operating software
5.0 Other necessary requirements quick, simple chlorophyll determination using algal class
analysis
maintenance-free
simple operation
direct measurement without sample preparation via filtration,
dilution
state-of-the-art notebook in scope of delivery
integrated stirrer
PC operation using AOA software
uncomplicated data export
optional hard case for mobile deployment
optional external battery
6.0 Measuring Principle The fluorescence of algae via excitation with visible light mainly
depends on the chlorophyll-a, a pigment wide-spread in the
plant world. The presence of other pigments is typical for
different algae classes. The interaction of these different
pigments systems with chlorophyll-a result in a special
excitation spectrum for taxonomic algae classes.
The special patterns of this algal fluorescence - so-
called fingerprints - are used in fluorometers for the
qualification of different algae classes. The light sources for the
excitation are LEDs with selected wavelengths. The fingerprints
of four algae classes and for yellow substances are pre-defined
in the instrument. However, special user-specific fingerprints
can also be defined.
The determination of algal activity (Genty parameter) is
performed using an additional background light.
5.0 REQUIREMENT
Spectrofluorometer A multi-wavelength spectrofluorometer for the measurement of
chlorophyll content (total content).
Including a notebook PC, with Windows software - at no extra cost!
Features:
algae class distribution (algae differentiation)
accessory pigments as phycocyanin and phycoerythryn
transmission measurement
Principle of measurement: measurement of prompt in vivo fluorescence
data processing by use of normed spectra
photosynthesis activity according to Genty
Fo, Fm, Fv, photosynthetic efficiency of Fv/Fm
SectionVI.Scheduleof Requirements 113
Sample: no sample preparation necessary
no solvents needed
measurement in a 25 ml high-precision glass cuvette
mixed by magnetic stirrer bar
Operation: start/stop measurement
built-in data logger
parameter setting via keyboard
RS 232 serial communication
Terminal program for data export to PC.
chlorophyll determination and algae class distribution within less than 1 minute
Notebook PC
Including a notebook PC, with Windows operating system software - at
no extra cost
Features:
algae class distribution (algae differentiation)
accessory pigments as phycocyanin and phycoerythryn
transmission measurement
Principle of measurement: measurement of prompt in vivo fluorescence
data processing by use of normed spectra
Sample: no sample preparation necessary
no solvents needed
measurement in a 25 ml high-precision glass cuvette
mix by magnetic stirrer bar
Operation: start/stop measurement
built-in data logger
parameter setting via keyboard
RS 232 serial communication
terminal program for data export to PC
chlorophyll determination and algae class distribution within less than 1 minute
flight case A standard flight case is supplied to transport the instrument, power supply, cables and battery pack.
Features:
size – suitable to carry the instruments and accessories in a compacted manner to conduct the experiment in boats and remote places.
Must be light weight & rugged
Adapter The 12V adapter can be used to plug the device into the standard cigarette lighter socket of a motor vehicle.
Molded double stir-bar A magnetic molded double stir-bar with upper and lower fins.
Cuvette Fluorescence cuvette 25ml for the Algae Analyser
Lot 5: Item No.1 - Global Positioning System (GPS): Ordinary
Sl. No. Specification
SectionVI.Scheduleof Requirements 114
1
Hand held unit includes PC/serial interface cable with software, Way points / icons 1000, Routes:
50/125
Tracks: 10 saved, Track 10 g/points: 10000, Memory: internal 8 mb or more, Antenna: quad helix,
external hook up, Battery life: up to 16 hrs, Temp. range 15-700C, Display type : 4 level colour LCD,
Area calculation, Instruction manual, warranty card, cover/straps, etc. Lot 5: Item No.2 - Global Positioning System (GPS): For Sea Use
Sl. No. Specification
1
Unit dimensions, Hand held
Display size, not less than WxH: 1.6"x2.2"(4.1x5.6 cm); 2.6" diag ( 6. 6 c m)
Display resolution, WxH: 16 0 x 240 pi x el s
Display type : transflective, colour TFT
Weight : must be less than 250 gm with batteries
Battery : 2 AA batteries; NiMH or Lithium recommended
Battery life: not less than 20 hours
Waterproof : yes
Floats : yes
High- sensitivity receiver : yes
Interface: high- speed USB and NMEA 0183 compatible
Maps & Memory:
Base map: yes
Ability to add maps : yes
Built - in memory : 1.7 GB or more
Accepts data cards : micro SD card
Locations : 2000
Routes : 200
Tract Log: minimum 10, 000 points , 200 saved tracks
Features:
The instrument must have Automatic routing (turn by turn out in gone roads, with optional
mapping for detailed roads, having Electronic compass with tilt - compensated, 3-axis, Barometric
altimeter, having Geo caching- friendly facility, Custom maps compatible, Photo navigation
(navigate to geo-tagged photos), having Hunt /fish calendar, Sun and moon information, Tide
tables, Area calculation, Custom POIs (ability to add additional points of interest), Unit - to - unit
transfer (shares data wirelessly with similar units)
Lot 5: Item No.3 - Global Positioning System Arc Pad with DGPS
Sl. No. Specification
SectionVI.Scheduleof Requirements 115
1
ArcPad Field Tools features: Support for Windows Mobile devices should includ dual frequency handheld GRS-1
Support for GRS-1 integrated GSM/CDMA modem for network based GIS mapping and also for
real time data transfer, Ready-to-go high accuracy GIS and DGPS configurations such as Real
Time, Post Processing, and Network corrections, Capture and geo-tag images using the GRS1/
GMS-2/GMS-2 Pro internal camera in JPEG or BMP formats, Adjustment of various camera
parameters such as image size, brightness and sharpness, Storage of compass and tilt values
with images, Log raw data with real-time records for post processing, Informative GPS status
screen which displays various information for the GPS and satellites, Offset measurements
using the GMS-2 Pro internal laser distance meter, Unique On Image Height & Width
Measurements from images with GMS-2 Pro
Barcode reading through image using the GMS-2 Pro in macro mode.
Hardware Platform
Processor ARM-based (e.g., Intel® StrongARM and XScale, Samsung, Texas Instruments OMAP, and Amtel
Operating System 32 bit Windows CE.NET 4.2 or higher, Windows XP/XP Tablet PC Edition or Windows 2000, Windows Mobile 2003, Windows Mobile 2003 SE, Windows Mobile 5.0, ArcPad v7.0 or higher Version
Graphics 320 x 240 min resolution w / H in pixels, 640 x 480 alt resolution w / h in pixels or higher
RAM 64 min Mb or higher
Disk Space 9 min free in Mb or more
Currently Supported Controllers
GMS-2 Pro, GMS-2, FC-100, FC-2000, FC-2500, FC-200 and PPC devices
Lot 6: Item No.1 - Soil samplers (Coliwasa, Thief Sampler, Trier, Augur)
Sl. No. Specification
1 1) Coliwasa sampler
Should consist of PVC translucent tube of Inner dia 4.13 cm and outer dia 4.26 cm, length 162 cm
equipped with an end closure made up of Neoprene tapered stopper. Can open or close while the tube
is submerged in the material to be sampled.
2) Thief sampler
Consists of two concentric slotted tube. The outer tube has a conical pointed tip that allows the thief to
penetrate the waste which is being sampled. The inner tube can rotate to open or close the sampler.
Total length of the sampler = 100 cm with outer tube dia 2.54 cm.
3) Trier Sampler
The tube should be cut half lengthwise with a sharpened tip that allows penetration of the tube into the
sampling source. Total length 100 cm long with diameter 2.54 cm.
4) Auger
Consists of sharpened spiral blade attached to a hard metal central shaft. Total length 105 cm size.
Lot 6: Item No.2 - Macro invertebrate sampler
Sl. No. Specification
SectionVI.Scheduleof Requirements 116
1 1. Ekman Grab: The Ekman Grab sampler should consist a stainless steel dredge with handle ,
messenger and Cable Kit
2. Shovel, 3.Hand net, 4.Scrapper
Lot 6: Item No.3 - Water Sampler (Niskin)
Sl. No. Specification
1 2.2 Litre capacity water sampler to collect water samples at any depth, Should be of horizontal style
for stratification and near bottom studies with line and messenger, should consist of transparent
acrylic cylinder and amber latex closure tubing with flexible polyurethane with end seals. Lot 6: Item No.4 - Sediment Sampler: Ekman Dredge
Sl. No. Specification
1
Sediment sampler of dimension 4" x 4" x 4" for sampling sediment, weighing approximately 5 kg. should
be of stainless steel / brass body with special corrosion resistant welding with 100 feet line and messenger,
Hinged upper doors should swing open as dredge is lowered, allowing water to pass through and minimize
shock wave, Stainless steel messenger should close dredge, preventing washout of sample, Cable release
system, with bar grip, helps set the dredge with greater safety. A suitable case to carry.
Lot 6: Item No.5 - Hand Core Sediment Sampler
Sl. No. Specification
1
Suitable for use in shallow water, Should be provided with line to be attached to Clevis when taking
deeper samples, Clevis should be removable for attachment with extension handle for sampling from
a pontoon boat, dock, or bridge, Should be Simple with automatic valve for good seal, core tube
should made up of good quality Stainless steel of 2˝ in dia. and 20˝L. Sampler includes screw, nose
piece, a plastic eggshell-type core catcher to hold sample intact during extraction, and a plastic liner
tube container, which receives the sample from the core tube serving as a sample storage.
Lot 7: Item No.1 - Phyto Plankton sampler with flow meter
Sl. No. Specification
1 General Specification 1. To collect water plankton samples for determination plankton types.
2. The volume of sample chamber should be 1000 ml.
3. The sampler should be supplied with composite samplers of net, sample collector with a telescopic
handle of at least 10 ft.
Specification for Phyto Plankton Nets
Mouth Ring Stainless Steel
Aperture 500mm dia
Mesh Size 64µm
Length of the Net 1.8mts
Collection Bucket
Nylon
a. 90mm inner dia
b. 200mm height
SectionVI.Scheduleof Requirements 117
c. Screw Type
* With Stainless steel for eye lid for tying and towing. * With towing Polypropylene Rope. * Polypropylene rope running on all three corners of the net as additional support to the net. * Stainless steel quick release clamp. Specification for flow meter Digital, Mechanical Flow meter is a compact, general purpose instrument for flow measurements in rivers,
estuaries, canals, sewage outfalls, and offshore applications.
The Flow meter incorporates a precision molded rotor coupled directly to a six digit counter which registers
each revolution of the rotor and displays it in a fashion similar to that of an odometer. The counter is
located within the body of the instrument and is displayed through the clear plastic housing.
Corrosion-Free operation
Ballasted for dynamic in situ stability
Materials: Celcon rotor.
Nickel-plated brass nose cone.
Polycarbonate body.
Armaloyed stainless steel main rotor and idler gear shafts.
Dimensions:21.3 cm (8 3/8") overall length. Standard rotor diameter: 6.98 cm (2 3/4").
Low-speed rotor diameter: 16.5 cm (6 1/2").
Data Readout:Six 10-digit counter wheels reading 000000 to 999999.
6-Digit Full Scale Counter: 999999 counts equals approximately 14.5 nautical miles.
For towing or 2-point connection within net mount. Lot 7: Item No.2 - Zoo plankton sampler with flow meter
Sl. No. Specification
1 General Specification 1. To collect water plankton samples for determination plankton types.
2. The volume of sample chamber should be 1000 ml.
3. The sampler should be supplied with composite samplers of net, sample collector with a telescopic
handle of at least 10 ft.
Specification for Zoo Plankton Nets
Mouth Ring Stainless Steel
Aperture 500mm dia
Mesh Size 150µm
Length of the Net 1.8mts
Collection Bucket
Nylon
4. a. 90mm inner dia
5. b. 200mm height
6. c. Screw Type
* With Stainless steel for eye lid for tying and towing.
SectionVI.Scheduleof Requirements 118
* With towing Polypropylene Rope. * Polypropylene rope running on all three corners of the net as additional support to the net. * Stainless steel quick release clamp. Specification for flow meter Digital, Mechanical Flow meter is a compact, general purpose instrument for flow measurements in rivers,
estuaries, canals, sewage outfalls, and offshore applications.
The Flow meter incorporates a precision molded rotor coupled directly to a six digit counter which registers
each revolution of the rotor and displays it in a fashion similar to that of an odometer. The counter is
located within the body of the instrument and is displayed through the clear plastic housing.
Corrosion-Free operation
Ballasted for dynamic in situ stability
Materials: Celcon rotor.
Nickel-plated brass nose cone.
Polycarbonate body.
Armaloyed stainless steel main rotor and idler gear shafts.
Dimensions:21.3 cm (8 3/8") overall length. Standard rotor diameter: 6.98 cm (2 3/4").
Low-speed rotor diameter: 16.5 cm (6 1/2").
Data Readout:Six 10-digit counter wheels reading 000000 to 999999.
6-Digit Full Scale Counter: 999999 counts equals approximately 14.5 nautical miles.
For towing or 2-point connection within net mount. Lot 8: Item No.1 - Portable Analyser Kit (for pH, DO, Temp, Conductivity and Salinity)
Sl. No. Specification
SectionVI.Scheduleof Requirements 119
Cables: 20 meters (65.6 ft), Communications: RS-232 Serial, Connector :MS (military spec)
waterproof with bayonet lock, Data Management: desktop software compatible, Data Memory:
49,000 data sets (data, date, time, user-defined info); set interval or manual logging, Logging: data
logger with 49,000 data sets capacity, date and time stamp, manual or logging, with user-selectable
intervals, Power: alkaline C-cells; optional rechargeable pack, Complete with sensors as per following
details -
Sensor Type Range Accuracy Resolution
Dissolved
Oxygen (%) Polarographic
0 to 500%
air
saturation
0 to 200% air saturation, ± 2% of
the reading or ± 2% air saturation,
whichever is greater; 200 to 500%
air saturation, ± 6% of the reading
0.1%
air
saturati
on
Dissolved
Oxygen (mg/L) Polarographic
0 to 50
mg/L
0 to 20 mg/L, ± 0.2 mg/L or ± 2%
of reading, whichever is greater; 20
to 50 mg/L, ± 6% of the reading
0.01
mg/L
Temperature Thermistor -5 to 45°C ±0.15°C 0.1°C
Conductivity Four electrode cell
0 to 200
mS/cm
(auto range)
±0.5% of reading or 0.001 mS/cm,
whichever is greater (4-m cable)
±1% of reading or 0.001 mS/cm,
whichever is greater (20-m cable)
0.001
mS/cm
to 0.1
mS/cm
(range
depend
ent)
Salinity
Calculated from
conductivity and
temperature
0 to 70 ppt ±1.0% of reading or 0.1 ppt,
whichever is greater 0.01 ppt
pH (optional) Glass Combination
Electrode 0 to 14 units ±0.2 units
0.01
units
Total Dissolved
Solids (TDS)
Calculated from
conductivity and
temperature
0 to 100 g/L
4 digits
Barometer
(optional)
500 to 800
mmHg
±3 mmHg within ±10°C
temperature range from calibration
point
0.1
mmHg
Lot 8: Item No.2 - pH meter with combined glass electrode
Sl. No. Specification
1 1. Bench top pH meter with digital display of pH, MV and Temperature
2. Calibration with three/ two standard buffers e.g. pH 4.0, 7.0 and 9.2.
3. With automatic temperature compensation (0 to 1000C) using the temperature probe
4. Range – pH: 0.00 to 14.00
MV: 0.0 to 399.9 mV ISE
Temperature: (0 to 1000C)
5. Resolution -- pH: 0.01
MV: 0.1 mV
Temperature: 0.10C
6. Accuracy --- pH: ±0.01
SectionVI.Scheduleof Requirements 120
MV: ±0.2 mV
Temperature: ± 0.40C
7. Free Double junction combination pH electrode and temperature probe and electrode stand
8. Should operate on 220 ± 10 volts 50 Hz AC power supply
Lot 8: Item No.3 - Conductivity Meter
Sl. No. Specification
1 1. Bench top Conductivity meter with digital display and should be capable of measuring
conductivity, TDS, and salinity using a single probe.
2. Readings should be automatically temperature compensated from 0 to 1000C.
3. Range: Conductivity : 0.1miceoSiemens to 100 milliSiemens
i. TDS: 0.1 mg/l to 19.9 g/l (with adjustable TDS factor ii. Temperature: 0 to 1000C iii. Salinity: 0 to 40 ppt
4. Resolution : Conductivity: 0.1 microSiemnes
i. TDS: 0.1 mg/l ii. Temperature: 0.10C iii. Salinity: 0.1 ppt
5. Should operate on 220 ± 10 Volts 50 Hz AC power supply Lot 8: Item No.4 - Nepheloturbidity Meter
Sl. No. Specification
1 1. Measuring principle : Nephelometric (900 scatter) 2. Light source: Tungsten lamp 3. Measuring range NTU: 0 -1000 NTU 4. Resolution: 0.01 NTU from 0.00—9.99
a. NTU from 10.0—99.9 5. NTU from 100…. 1000 6. Accuracy: ± 2% of value or ± 0.01 NTU 7. Reproducibility: < ±1 % of value or ± 0.01 NTU 8. Operating temperature 10 – 400C 9. Calibration: Automatic 1, 3 point calibration 10. Response time < 3 seconds 11. Power requirement: 220 ± 10 volts 50 Hz AC
Lot 8: Item No.5 - Flame Photometer
Sl. No. Specification
1 1. Capable of 120measuring Sodium, Potassium, Lithium, Calcium in the environmental samples. The
system should comprise of an aspirator unit, oil free compressor, burner unit, nebuliser cleaning wire
2. Instrument response/ sensitivity:
Sodium: upto 100 units for 2 ppm or less
Potassium: upto 100 units for 1 ppm or less
Lithium :
Calcium :
3. Limits of detection, ppm
SectionVI.Scheduleof Requirements 121
Sodium: ≤ 0.2 ppm
Potassium: ≤ 0.2 ppm
Lithium: ≤ 0.25 ppm
Calcium: ≤ 15 ppm
4. Accuracy and reproducibility: ± 2%
5. Display: Atleast 3 digit LCD
6. Filters: Filters for Sodium, Potassium, Lithium, Calcium should be inbuilt.
7. Detector: Photoconductive cell
8. Power requirement: 220 ± 10 volts 50 Hz AC
9. Accessories and spares: For 2 years of continuous use.
Lot 8: Item No.6 - Specific Ion Meter (Microprocessor Control)
Sl. No. Specification
1 1. For measurement of pH and concentration of Nitrate, fluoride, cyanide, sulfide, ammonia,
bromide, Surfactant in water and wastewater samples.
2. Meter should accept upto five standards for calibration
3. Provision for autoblank correction to auto correct
4. Detection Range:
- pH : 0.00 to 14.00 i. Resolution : 0.001
ii. Relative accuracy ± 0.005 - Concentration range 0.000 to 19900
i. Resolution ±one least significant digit ii. Relative accuracy ±5 % of reading
- Temperature range -5.0 to 1050C. i. Resolution 0.10C
ii. Relative accuracy ±1.00C - Millivolts
i. Millivolt range (resolution) ± 1600.0 (0.1) mV ii. Relative accuracy ±0.2 mV or ±0.05% of reading, whichever is greater
5. Display : Customized LCD Display
6. Compatible to Computer through serial RS 232 interface.
7. Power requirement: 220 ± 10 volts 50 Hz AC
8. Accessories : one set each of Reference electrode with electrode filling solutions, ion specific
electrodes with internal filling solutions, Ionic strength adjustment buffer solutions wherever
necessary, Standard specified ion solutions
9. Dust cover, Operation manual, troubleshooting guide Lot 9: Direct Water Current Meter
Sl. No. Specification
1 1. The instrument will be used for Direct Reading Oceanographic Current
2. Meter is a well proven tool for the collection of single point current (and other) data in real time
applications. Titanium
construction gives excellent durability, whilst low power consumption allows for extended
SectionVI.Scheduleof Requirements 122
deployment periods. A variety of communication options allow real time operation over cable
lengths up to 100m, and data may be viewed on
either a dedicated display unit, or with own easy to use DataLog software.
Sensors (with minimum criteria)
Speed
Type: Impeller [0.27m pitch x 125mm Ø]
Range: 0.03 to 5.0 m/s
Accuracy: <0.15m/s, ±0.004m/s >0.15m/s, ±1.5% reading
Resolution: 0.001m/s
Direction
Type: Flux gate compass [± 25° gimbal]
Range: 0 - 360°
Accuracy: ± 0.25°
Resolution: 0.25°
Temperature
Type: PRT
Range: -5 to 35°C
Accuracy: ± 0.02°C
Resolution: 0.002°C
Conductivity
Type: Inductive coils
Range: 0.1 to 60mS/cm
Accuracy: ± 0.05 ms/cm
Resolution: 0.003mS/cm
Pressure
Type: Strain gauge
Range: 100, 200, 500, 1000 or 2000 dBar
Accuracy: ± 0.1% FS
Resolution: 0.005% FS Data Acquisition The vector average is based on a 5 second period during which impeller counts are measured and a single compass reading is made, and the vector average is built up over the averaging period set. Averaging period is any multiple of 5 seconds, up to a maximum of 30 minutes. For the optional parameters, the sample is taken at the end of each sample period, and averaged over the averaging period. The real time display is updated at the end of each averaging period. Communications RS232: Standard, up to 100m cable, direct to PC Digital Standard Control Display Unit The unit can be used in real time with the Control Display Unit (CDU). This features an LCD graphics display of all parameters and allows full sampling set up of the instrument. Having its own internal memory, which can be downloaded to PC in spreadsheet compatible format. Software System is supplied with Data Log Windows based PC software, for instrument setup, data extraction and display of tabular and graphical data plots. Data Log must be licence free.
Lot 10: Item No.1 - Hot Air Oven
Sl. No. Specification
SectionVI.Scheduleof Requirements 123
1 1. Inside chamber size: 440 mm x 460 mm
2. Double walled with inside wall made of thick stainless steel and outside wall made of mild steel
furnished in durable white enamel paint.
3. The space between the walls should be at least 75 mm thick and packed with pure white glass
wool.
4. Heating elements should be located at appropriate locations to enable temperature controls
through a built-in air circulating fan and thermostat arrangement from room temperature to
2500C.
5. Temperature variation: ±4.40C, temperature fluctuation ± 1.1
0C.
6. Should have a built in digital thermometer and 2 adjustable air ventilators located near the top of
the sides.
7. With a thermometer for comparison of internal temperature with digital display temperature.
8. Should have provision for timer (up to at least 2 hours and adjustable in multiples of 15 minutes
or less) with auto-cut-off.
9. Should be complete with pilot lamp, digital temperature display, at least three perforated
adjustable shelves, power cable and plug.
10. Power requirement: 220 ± 10 volts 50 Hz AC.
Lot 10: Item No.2 - Hot Plate (Rectangular)
Sl. No. Specification
1 1. Should be in rectangular in size of dimension 45 cm x 60 cm x 15 cm
2. Body of the hot plate should be made from thick (at least 18 mm) mild steel painted with
hammer ton paint.
3. The plate should be of thick (at least 25 mm) iron plate or machine casted iron plate which can
withstand high temperature,
4. Should have provision for temperature control with sunvic energy regulator, indicator lamp on
front panel of the unit.
5. Should operate on 230 V, 50 Hz, AC Mains power supply
Lot 10: Item No.3 - Muffle Furnace
Sl. No. Specification
1 1. Rectangular horizontal electrically operated furnace with heating up to 10000C.
2. Chamber size : 450 x 230 x 230 mm
3. Outer metal cabinet of heavy gauge should be painted with heat resistance paint.
4. Should have provision for chamber exhaust fume exit and a heat proof handle to access the
chamber.
5. Unit should be fitted with a thermal fuse as safety system which will melt and break the circuit to
the heating element when working temperature exceeded.
6. Should have provision for temperature control with sunvic energy regulator, indicator lamp,
SectionVI.Scheduleof Requirements 124
digital display of operating and set temperature on front panel of the unit.
7. Should operate on 230 V, 50 Hz, AC Mains power supply
Lot 10: Item No.4 - Heating Mantles
Sl. No. Specification
1 1. Heating mantles to provide uniform heating of flasks up to 4000C
2. Holding capacity for 250 ml, 500 ml, 1000 ml flask
3. Built in energy regulator, temperature controlled, indicator light fitted in painted metallic box
4. Should operate on 230 V, 50 Hz, AC Mains power supply
Lot 10: Item No.5 – Rotamantle
Sl. No. Specification
1 1. Heating mantles deigned to meet laboratory requirement of convenient stirring in flask with
simultaneous uniform heating.
2. Accurate step-less speed control allows smooth variation up to 1200 rpm.
3. Heating mantles to provide uniform heating of flasks up to 4000C
4. Holding capacity for 500 ml flask
5. Built in energy regulator, temperature controller, rotating speed controller, indicator light,
fitted in painted metallic box
6. Should provide minimum 2 PTFE coated stirring bars of 2 cm length
7. Should operate on 230 V, 50 Hz, AC Mains power supply
Lot 10: Item No.6 – Water Bath (Thermostatic Control)
Sl. No. Specification
1 1. Doubled walled, stainless steel chamber with concentric rings, ON/OFF switch, temperature
controlled + 950 C with indicator light
2. 12 holes with concentric ring covers
3. Power requirement : 220 + 10 volt 50 Hz AC
Lot 10: Item No.7 – Magnetic Stirrer with Hot Plate
Sl. No. Specification
1 1. The top should be chemically resistant white ceramic top
2. Top plate dimension: 10 x 10 cm
3. Electronic speed control from 0-2000 rpm
4. Should be supplied with a PTFE coated stirring bar.
5. Power requirement: 220 ± 10 volts 50 Hz AC
Lot 11: Item No.1 – Sieve Shaker
SectionVI.Scheduleof Requirements 125
Sl. No. Specification
1 1. Test Sieves:
Test sieves of 200 mm diameter in accordance with ISO 9002, from precision woven wire mesh fitted into brass frames.
Nominal aperture size (mm) : Quantity
16.0 mm 1 no.
8.00 mm 1 no.
4.00 mm 1 no.
2.00 mm 1 no.
1.40 mm 1 no.
1.00 mm 1 no.
500 microns 1 no.
212 microns 1 no.
63 microns 1 no.
38 microns 1 no.
Sieve lid, brass 1 no.
Sieve Receivers 1 no.
2. Sieve shaker
a. Can accept up to 10 full height 200 mm diameter sieves and one sieve receiver, which are
held in place by suitable clamping system.
b. There should be even distribution of the sample over the whole sieve surface.
c. Continuous shaking or timer provision up to 60 minutes.
d. Variable oscillation amplitude within 3000-oscillations/ minute.
e. Power requirement: 220 10 volts 50 Hz AC
3. Sieve Analyser
a. The analyzer should produce, store and compare sieve test results.
b. Output result will be on visual display as well as with printing facility
c. Max. Weighing capacity: 3000 g
d. Readability 0.1 g
e. Accuracy: ± 0.1 g
f. Max. Sieve diameter: 200 mm
g. Power requirement: 220 ± 10 volts 50 Hz AC
Lot 11: Item No.2 – Rotary Shaker
Sl. No. Specification
1 1. Ideal for shaking solutions in Erlenmeyer Flasks offered in interchangeable top platform to hold
different sizes of flasks in different quantities.
2. Shaking motion : Rotary
3. Shaking lift : 30 mm
4. Enamel painted shaking platform of size 390 x 320 mm
5. Load : Maximum limit up to 10 kg
6. Speed : Variable and electronically controlled speed adjustment with range from 10 to 300
oscillations per minute
7. Speed Indicator : Digital
8. Operation : Simple and continuous operation with timer providing pre-selection of shaking time
SectionVI.Scheduleof Requirements 126
up to 60 minutes
9. Power requirement: 220 ± 10 volts 50 Hz AC
Lot 11: Item No.3 – Flask Shaker
Sl. No. Specification
1 1. Useful for vigorous mixing action during solution preparation by simulating hand shaking.
2. The machine should be fitted with ¼ H.P. motor having mechanical arrangements for adjusting
the motion.
3. Shall be mounted on four rubber feet to absorb vibration and prevent unnecessary movement on
the bench.
4. Shall hold up to eight flasks or bottles, up to 500ml capacity
5. Analogue timer covers 10 to 60 minutes with a manual override.
6. Shall be supplied with two side arms, eight adjustable clamps and Allen key.
7. Speed range 8 to 800 oscillations/min
8. Maximum load 3kg
9. Power requirement: 220 ± 10 volts 50 Hz AC Lot 11: Item No.4 – Separatory Funnel Shaker
Sl. No. Specification
1 1. Shaker with a large mounting surface and loading capacity of 15 Kg.
2. With attachments for separating funnels/ dropping funnels with 100 to 500 ml capacity.
Attachment includes one basic holding device, 6 tension rollers and 12 clamping pieces.
3. Digitally displayed speed control from 0-300 rpm.
4. Continuous operation or timer operation from 0-56 min.
5. Power requirement: 220 ± 10 volts 50 Hz AC Lot 12: Item No.1 – Vacuum Pump
Sl. No. Specification
1 1. Single phase motor with IP 44 types of protection with carrying handle and sturdy rubber feet to serve as vacuum pump adequate enough for smooth filtration of surface water samples for estimation of suspended solids, chlorophyll, biomass etc.
2. Rating: At least 0.12 KW 3. Power requirement: 220 ± 10 volts 50 Hz AC 4. Accessories : Power chord, hose pipe, toggle switch
Lot 12: Item No.2 – Filtration Assembly with Vacuum Pump
Sl. No. Specification
1 1. Filtration Assembly a. 1 L conical flask with side joint for connection with vacuum pump. Neck of the Conical flask
should be grounded and fitted with a
SectionVI.Scheduleof Requirements 127
2. Pump a. Oil free portable vacuum pump suitable for filtration of liquids, suspended solids or other
continuous or intermittent uses adaptable to all types of filter holders.
b. Should provide vacuum to 585 mm/23” Hg (at mean sea level or pressure upto 4 bar/ 58 psig
c. Should have Vacuum and pressure gauges with Vacuum and pressure regulating thumbscrew
controls
d. Motor should be permanently lubricated and provided with a thermal overload switch with
automatic reset.
e. Body of the vacuum pump should be Teflon coated so as to prevent corrosion due to any spillage
of chemicals on it during operation
f. Should operate on 220 ± 10 Volts 50 Hz AC power supply
g. Should be supplied with a 3 pronged (grounded cord and plug for electrical connection and 1/8” BSP inlet and outlet hose connectors for filtration purpose
Lot 13: Item No.1 – Barometer
Sl. No. Specification
1 Wall mounting Aneroid Barometer with accuracy ± 1 hPa over the whole scale of 930 to 1080 x 1
hPa and 700 to 810 x 1 mm Hg.
Lot 13: Item No.2 – Hygrometer
Sl. No. Specification
1 1. High precision direct reading model with hair
2. Relative Humidity Range : 0 to 100 %
3. Tolerance ± 3% of scale
4. Dial 102 mm diameter
5. Brushed aluminium with black divisions and indexing pointer
Lot 13: Item No.3 – Max. Min thermometer
Sl. No. Specification
1 1. Maximum and minimum thermometer should be contained within a strong metal, weather
resistant case.
2. Should have provision for wall hanging
3. Temperature range from -300C to 600C and – 20 to 1400C Lot 13: Item No.4 – Thermometer (Mercury) up to 50˚C
Sl. No. Specification
1 1. Mercury thermometer with temperature range upto 500C.
2. Temperature scale should be in Celsius.
3. Accuracy : ± 0.5 to 1.00C
4. Resolution : ±0.10C Lot 13: Item No.5 – Thermometer (Mercury) up to 100˚C
Sl. No. Specification
SectionVI.Scheduleof Requirements 128
1 1. Mercury thermometer with temperature range upto 1000C.
2. Temperature scale should be in Celsius.
3. Accuracy : ± 0.5 to 1.00C
4. Resolution : ±0.10C Lot 13: Item No.6 – Thermometer (Mercury) up to 200˚C
Sl. No. Specification
1 1. Mercury thermometer with temperature range upto 2000C.
2. Temperature scale should be in Celsius.
3. Accuracy : ± 0.5 to 1.00C
4. Resolution : ±0.10C Lot 13: Item No.7 – Thermometer (Mercury) up to 300˚C
Sl. No. Specification
1 1. Mercury thermometer with temperature range upto 3000C.
2. Temperature scale should be in Celsius.
3. Accuracy : ± 0.5 to 1.00C
4. Resolution : ±0.10C
Lot 13: Item No.8 – Rain Gauge
Sl. No. Specification
1 1. Should meet Meteorology Office pattern
2. Should be constructed of copper with heavy brass and complete with inner copper receiver and
glass bottle.
3. Camden measure of capacity 10 mm, divided 0.1 mm for use with 127 mm diameter rain
gauge.
Lot 14: Item No.1 – TKN Analyzer Automatic with Aluminium Block Digester
Sl. No. Specification
1 The analyser should be a semi-automatic system consisting of a digestion unit, a scrubber unit, and a
distillation unit.
1. Digestion Unit
a. Should have electrically heated (230±10 Volts, 50 Hz AC) metal blocks. It should be capable
of providing a temperature range from 45-450ºC. Should have inbuilt temperature controller
with digital display along with manual temperature adjustment.
b. Should have the capacity to accommodate at least eight numbers of digestion tubes each of
200ml capacity.
c. Should have leak proof integrated condensers (fume carriers) made up of glass, fixed on a
movable panel along with adopter for outlet to the scrubber unit.
SectionVI.Scheduleof Requirements 129
2. Scrubber Unit
a. Should be an oil free centrifugal suction type, with manual vacuum adjustment facility.
b. Corrosion and impact resistant provided with condensate and acid fumes collection vessels.
c. Should operate on 230±10 Volts, 50Hz, AC power supply.
3. Distillation Unit
a. Should be made-up of standard quality borosilicate glass.
b. Should possess a steam generator made-up of borosilicate glass along with heater and have 3
step manual control facility i.e. standby, water inlet and distillation.
c. Should have inbuilt diaphragm pump along with push button for alkali dispensing with
manual volume adjustment.
d. Should have ventilation value.
e. Should have timer for 5-15 minutes with audio signal.
f. Steam inlet tube should be of PTFE.
g. Unit should have quick clamping device for digestion tube with adaptor.
h. Should operate on 230±10 Volts, 50Hz, AC power supply.
i. Complete unit should be provided with one set of digestion tubes along with the servicing,
operating and maintenance manuals.
Accessories
a. 1 set of digestion tubes.
b. Digestion tube stand
c. Spillage tray for the condensers
d. Tube removing device
Lot 14: Item No.2 – Total Organic Carbon (TOC) Analyzer
Sl. No. Particulars Specification
1.0 INSTRUMENT COMPOSITION
TOC Instrument One set
Auto Sampler/ Diluter One set
Data Work Station One set
2.0 TECHNICAL SPECIFICATIONS
2.1 Basic System Computer controlled integrated system with inbuilt diagnostics capable of
analyzing Solid/Sludge samples as well as aqueous sample.
TOC analyzer should be capable for oxidizing all kind of environmental
samples and must be controlled through single point, using instrument software
without any hardware changes/replacement during changeover from solid to
liquid mode or vice-versa. All features of analyzer should be controlled from
Computer Keyboard and software.
TOC analyzer must work on high temperature combustion followed by multi-
channel NDIR detection for measurement of the evolved CO2 and O2 as carrier
as well as oxidant. Analyzer should be capable of inorganic carbon removal in
solid samples.
TOC analyzer with High-speed data acquisition system, quality control
protocols, calibration, auto optimization and auto tuning of system with status
display.
TOC analyzer should be with Auto sampler provision for range selection (auto
and manual both features).
Application TOC analysis in Solid / Sludge and aqueous sample with inbuilt Inorganic
Carbon removal in solid sample, covering all kind of environmental and
SectionVI.Scheduleof Requirements 130
industrial samples.
Operation Analyzer should be fully automatic with features for even unattended operation
for direct measurement of TC, TIC, TOC in both Solid and Liquid samples and
upgradeable for the measurement of NPOC, POC and TNb {Total Nitrogen
(bound)}.
Interference Circumvent Salinity up to 35 g/l should not interfere in accurate analysis of measurands,
and system should be capable to take up to 500 um of suspended particles size
in aqueous samples
2.2 Measuring Range For Solid sample - 5 ug to 30 mg Carbon absolute
For Liquid sample - 50 ppb to 20,000 ppm ( with or without dilution)
2.3 Sample Volume For Solid sample - Upto 1 gram or more
For Liquid sample - Upto 2 ml or more
2.4 Detector Non-dispersive infrared (NDIR) with Mass Flow Controller to ensure constant
flow
2.5 Furnace Temperature Furnace temperature should be adjustable / user selectable through software
in both liquid and solid mode.
For Solid samples - up to 900 0C or more
For Liquid samples - (catalytic combustion) at least 680 0C or more
2.6 Precision Precision
2.7 Reproducibility < 2%.
3.0 AUTO SAMPLER / DILUTER Auto sampler/ Diluter should be compatible with TOC analyser, with sipper
tube, sample delivery system, providing automatic analysis including
measurement and rinse time
Carrousel At least 50 or more positions carrousel with 25 ml capacity tubes.
Automation Automatic acidification for TIC removal, replicate injection, automatic draining
of vials, individual Stirring in vials with adjustable stirring speed.
Auto Diluter Should be programmable complete with inert PTFE coated probe with PTFE
inner tubing, spare extension tube complete with all accessories, racks, bottles,
dust cover etc.
Sample line flushing Should automatically flush the sample line and prepare sample for injection.
4.0 DATA WORK STATION Programme facility with multitasking software displaying method sample and
analysis status.
4.1
Application Software
Instrument control reintegration/ report multi level calibration.
Calculation of data and report formatting. External and dilution calibration,
automatic correction for interferences and measurement with internal
standards.
Measurement of transient signals.
Comprehensive quality control protocols including preparation blanks, multiple
quality control standards, calibration, check samples, spike recoveries,
duplicates calibration failure and QC limits.
Provision for statistical analysis. Should control whole TOC system, sample
introduction, calibration, data retrieval, data acquisition and reporting. Auto
optimization of NDIR, customizable instrument status display.
Reputed brand of Computer (Compaq/HP/IBM/Dell)
4.2 Computer System Reputed brand of Computer (Compaq/HP/IBM/Dell)
Processor Intel Pentium - Core 2 Duo Processor
RAM 4 GB. Upgradeable to 8GB or more
HDD 500GB or more
SectionVI.Scheduleof Requirements 131
Monitor 19'' LCD/TFT colour ( Digital )
CD ROM 52x CD-ROM
DVD-CDRW CD-ROM and CDRW- COMBO DRIVE 48 x 24 x 48 (max speed)
Ports 2 Serial, 1 parallel and 2 USB front 6 Rear USB PS/2 Port, 1VGA integrated
Port1 line in/out port,
Graphics Internet ready with Integrated graphics.
Audio Integrated sound Card with inbuilt Stereo speaker.
Mouse Wireless Optical mouse with Pad and driver software
Key Board Wireless 104 keys IBM compatible
Ethernet 32 bit Auto selectable 10/100 mbps with Windows 2000 Preloaded with media
Printer Colour Laser Printer; Speed 12 ppm black; Licensed, Resolution 1200 x 1200
dpi or better
4.3 Softwares Preloaded Windows 2000 or latest version along with licensed CD
Preloaded Windows XP Professional along with licensed CD
MS Office 2010 Standard along with licensed CD with media & manual
Latest version Antivirus with one-year free upgrade along with licensed CD
5.0
ADDITIONAL ITEMS
Manufacturers Standard Accessories
Operating kit comprising all required items pump, tubing, transfer tubing bottles
500 ml and 250 ml. Samples degassing accessories etc. for start up/regular
operation of instrument.
Application notes (CD-ROM) for TOC analysis in environmental, geological,
metallurgical, biological and industrial samples
One set of multi and single Range calibration Standards for TOC analysis
Service manual with set of required tools for each system/unit
Spare parts catalogue
Trouble shooting charts.
Dust Covers for each unit.
O2Gas Regulator (2 stage) with necessary tubing and connectors.
Spares and consumables for two years operation of the system for main TOC
unit, and other peripheral system including Homogenizor, tubing, O-rings etc.
Micropipettes - (a) 10/20 - 100/200 ul, 1 ul increment one set
(b) 50/500 -1 ul increment one set
(c) 100/200 - 1000 ul, 1 ul increment one set
7.0 POWER SUPPLY 1. The instrument and all its sub units should operate on 230 ± 10 volts 50
Hz power supply.
Lot 15: Real time continuous air monitoring station (fixed station) having spm, rspm, PM 2.5, SO2, NOx, VOCs, BTX and meteorological parameters
Sl. No. Particulars Specification
1.0 APPLICATION Measurement of Ambient Air Quality at fixed place for the
following parameters: SPM, RSPM(PM10) PM 2.5,SO2,
NOx, O3,CO.NH3, VOCs, BTX & Meteorological
parameters
2.0
PERMANENT REAL TIME CONTINUOUS AIR MONITORING STATION (FIXED STATION)
Container type Shelter for fixed station One
Air quality monitoring Ambient SO2 analyser One
SectionVI.Scheduleof Requirements 132
Ambient particulate (SPM) analyzer One
RSPM analyser( PM 10 analyser) One
PM 2.5 analyser One
NO/NO2/NOx analyser One
Ozone Analyzer One
VOC analyzer One
Carbon Monoxide Analyzer One
Ammonia Analyzer One
TELESCOPIC CRANK-UP METEOROLOGICAL
TOWER FOR FIXED STATION WITH
FOLLOWING METEOROLOGICAL
INSTRUMENTATIONS
One Set
Wind direction equipment One
Wind speed equipment One
Ambient temperature sensor One
Relative humidity One
Precipitation Equipment One
Solar radiation detector One
CALIBRATION
EQUIPMENTS
Gas Calibration System One set
Meteorological, Flow and Electronics
Calibration One set
Calibration and Zero Gases One set
Data Acquisition System with Computer One Complete Set
Analytical Software One Complete Set
3.00
TECHNICAL SPECIFICATIONS
Continuous Air Quality Monitoring Fixed Station Container type
Instrument shelter Dimensions: Approximately L 3m x W 2m x H 2.5 m
Temperature within the shelter Should be environmentally controlled by efficient air
conditioners for protection and stable operation of the
instruments.
Housing construction Shelter construction should be avail to withstand extreme
weather condition prevailing in Gujarat.
Meteorological sensors Should be mounted atop a four stage, 10mtr high crank-up
meteorological tower attached to the side of the shelter.
Sampling probe
Heated glass sample intake manifold with 10 ports and
blower.
Teflon and Stainless steel sample handling valve train and
sample lines should be provided with the shelter.
Sampling inlet for continues particulate monitor shall be
installed 2 mtr above the shelter roof passing through the
roof directly to the monitors.
A PVC exhaust manifold vented to the bottom of the shelter
should be provided to prevent exhaust case from building
up inside the shelter
SectionVI.Scheduleof Requirements 133
Gas bottle rack Gas bottle rack for securing expandable gas cylinders
Meteorological tower Meteorological mast on side of the shelter
Power supply 220 V AC ,50 Hz
Power condition Appropriate power conditioning capacity sufficient to assure
uninterrupted power of sufficient quality to avoid data loss
and to meet instrument /analyzers requirement
Working bench Working bench of suitable dimension with the storage shelf
and filing cabinets and desk light to be provided
Telephone jacks and additional electric point to be provided
on the working bench
Interior lighting Energy saving interior lighting ports mounted in the roof
Smoke sensor Smoke detector to be provided
Fire Safety Fire extinguisher one no to be provided
Analyzer mounting Vertical instrument rack to be provided
Door entry Heavy duty temper proof lockable door
Flooring High quality vinyl floorings with wood paneling on the walls
Insulation Insulated walls sealing and floor minimum R-16 rating
Exhaust manifold PVC exhaust manifold
Shelter roof suitable as sampling platform Shelter roof should be constructed as a sampling platform
suitable for frequent mobile laboratory operator /Technicians
use with non skid meter
Safety railing shall extend around the roof and exterior
ladder to be provided for approach from ground to the roof.
UPS system Appropriate capacity UPS system with battery backup to be
provided for Air quality monitors, data loggers, inlet pumps
for continues operation of minimum one hour duration.
4.00 AIR QUALITY MONITORS
4.1 Sulphur dioxide (SO2) analyzer Microprocessor control rack mountable analyser with
automatic calibration using an optional gas dilution
calibrator and calibration gas standards.
Conforming to USEPA AUTOMATED FEDERAL
REFERENCE METHOD
Principle Pulse UV Fluorescence
Ranges 0-1 ppm resolution 0.001 ppm or 0.1% Reading
Noise (at 0) < 0.25 ppb or 1% reading which ever is less
Lower detection limit <0.50 ppb or 0.2% of concentration reading
Total interference Equivalent < 12 ppb
Zero drift Less than 1 ppb/7 days and less than 1 ppb/24 hours
Span drift Less than 0.5% / 24 hours
Lag ti me Less than 10 sec
Rise time Less than 60 sec to 95 %
Fall time Less than 120 Sec to 95 %
Precision 0.5ppb or 1 % reading
Sample flow rate 0.5 ipm(nominal)
Temperature range 5 to 45 deg C
SectionVI.Scheduleof Requirements 134
Digital output DB50 status and multi drop RS 232 ports
Analog output 3 analog output 0-1 V, 0-10 V, 0-20 V or 4-20V
Power 220 V AC 50 hz
Chassis Rack mounted 19 inch.
Consumable and spares Requirement is for 3 years operation
4.2
Nitrogen Oxide/Oxides of Nitrogen/Nitrogen
Dioxide (NO/NO2/NOX)
Microprocessor controlled rack mountable analyzer with
automatic calibration using an external gas dilution
calibrator and calibration gas standards.
Conforming to USEPA AUTOMATED FEDERAL
REFERENCE METHOD
Principle Chemiluminescence's
Ranges: Auto ranging 0-2.0 ppm, resolution 0.001 ppm or 0.1% readi
ng
Noise (at zero): Less than 0.25 ppb or 1% reading whichever is less
Lower Detectable Limit: Less than 0.5 ppb
Zero Drift: Less than 1 ppb/ ppb/24 hours, 1 ppb/30 days
Span Drift: Less than 1 ppb - 24 hours
Lag Time: Less than 25 sec
Rise/Fall Time: Less than <30 sec
Precision: 1 ppb or 1 % of reading
Sample Flow Rate: 0.6 lpm (nominal)
Temperature Range: 5 to 45°C
Analog Output 3 analog output 0-1 V, 0-10 V, 0-20 V or 4-20V
Digital Outputs:. DB50 status and multi-drop RS-232 ports
Power: 220 VAC 50 HZ
Chassis: Rack mounted, 19 inch.
4.3
Carbon Monoxide (CO) Analyzer
Microprocessor controlled rack mountable analyzer with
automatic calibration using an external gas dilution
calibrator and calibration gas standards.
Conforming to USEPA AUTOMATED FEDERAL
REFERENCE METHOD
Principle Non-Dispersive Infrared Photometry - Gas Filter
Correlation
Display Digital
Ranges: Auto ranging 0-100 ppm, resolution 0.01 ppm or 0.1% readi
ng
Noise (at zero): Less than 0.03 ppm or 1% of reading
Lower Detectable Limit: Less than 0.06 ppm or 0.2% of concentration
Zero Drift: Less than 0.1 ppm/24 hours, 0.2 ppm/30 days
Span Drift: Less than 1.0% full scale in 24 hours
Lag Time: Less than 30 seconds
Rise/Fall Time: Less than 60 seconds
Precision: 0.1 ppm or 1% of reading
Linearity Continuous ±1%
SectionVI.Scheduleof Requirements 135
Sample Flow Rate: 0.5-2.0 lpm (nominal)
Temperature Range: 5 to 45°C
Rejection Ratio: Negligible interference from H2O vapor and CO2
Digital Outputs: DB50 status and multi-drop RS-232 ports.
Power: 220 VAC 50 HZ
Chassis: Rack mounted, 19 inch.
4.4
Ozone (O3) Analyzer
Microprocessor controlled rack mountable analyzer with
automatic calibration using an external gas dilutioncalibrator
and calibration gas standards
Conforming to USEPA AUTOMATED FEDERAL
REFERENCE METHOD
Principle UV Photometric
Display Digital
Ranges: Auto ranging 0-1.0 ppm, resolution 0.001 ppm or 0.1% readi
ng
Noise (at zero): Less than 0.50 ppb or 1% of reading whichever is less
Lower Detectable Limit: Less than 1 ppb or 0.1% of reading
Zero Drift: Less than 1 ppb/12 hours, 1 ppb/30 days
Span Drift: Less than 1%/24 hours
Lag Time: Less than 20 sec
Rise/Fall Time: Less than 60 sec
Precision: 1 ppb or 1 % of reading
Linearity Continuous ±1%
Sample Flow Rate: 0.5 lpm (nominal)
Temperature Range: 5 to 45°C
Analog output 3 analog output 0-1 V, 0-10 V, 0-20 V or 4-20V
Digital Outputs: DB50 status and multi-drop RS-232 ports.
Chassis: Rack mounted, 19 inch.
4.5
Volatile Organic Compounds (VOC) Analyzer
Principle Automated gas chromatographic/PID analysis of up to eight
(8) VOC compounds including benzene, toluene, ethyl
benzene, m-, o- and p-xylene. 1-3 butadiene using a
microprocessor.
Display Digital
Conforming to USEPA AUTOMATED FEDERAL
REFERENCE METHOD
Ranges: 0-100, 0-200 or 0-1,000 ug/m3
Measurement Cycle 15 or 30 minutes, selectable
Noise (at zero): Less than 0.2% of reading
Lower Detectable Limit: 0.5 ug/m3 for 15 minute cycle; 0.25 ug/m3 30 minute cycle
Rise/Fall Time: 95% of final value within 300 seconds
Precision: Better than 1 ppb or 1 % of reading
SectionVI.Scheduleof Requirements 136
Sample Flow Rate: 70 ml/min (nominal)
Temperature Range: 10 to 35°C
Analog Outputs: Selectable 0-1VD, or 0-10VDC with serial port RS-232.
Power: 220 VAC 50 HZ
Carrier & PID Gases: Nitrogen
Case: Rack mount, 19 inch.
Data Management Software: Windows OS.
4.6
Ammonia (NH3) Analyzer Conforming to USEPA AUTOMATED FEDERAL
REFERENCE METHOD
Principle
NH conversion to NO by oxidation. NO in the air stream is
also converted to NO. The difference obtained by
measuring NO in the output of the two sample streams is
equal to the NH3 concentration
Display Digital
Ranges: Auto ranging 0-2 ppm, resolution 0.001 ppm or 0.1% readi
ng
Noise (at zero): Less than 0.2% of reading
Lower Detectable Limit: Less than 0.1% of reading
Converter Efficiency: Better than 98% NH3 to NO conversion
Zero Drift: Less than 0.2 ppb/oC; less than 0.005ppm 24-hours
Span Drift: Less than 0.2%/oC; less than 1% of reading / 24-hours.
Lag Time: Less than 120 sec
Rise/Fall Time: 95% of final value within 300 seconds
Precision: Better than 1 ppb or 1 % of reading
Sample Flow Rate: 350 ml/min (nominal)
Temperature Range: 5 to 40°C
Analog Outputs: Selectable 100mv, 1V, 5V or 10VDC with serial port RS-232
and DB50 ports. Independent outputs for NH3 and
NH3+NO+NO2 channels.
Power: 220 VAC 50 HZ
Case Rack mount , 19 inch
4.7
Continuous Ambient Particulate (both PM10
and
Real time analyzer capable of measuring PM-10/2.5 with
calibration facility.
PM ) Analyzer Conforming to USEPA AUTOMATED FEDERAL
2.5 REFERENCE METHOD
Principle True Micro Weighing
Display Digital
Range: Resolution: 0- 5,000,000 ug/m3 0.1 ug/m3
Precision: ±1.5 ug/m3 (1 hour avg.), ±0.5 ug/m3 (24 hours)
Accuracy: ±0.75 % (mass measurement)
Measuring Cycle: Real time mass concentration
Temperature: 1 to 60°C
SectionVI.Scheduleof Requirements 137
Data Output Rate: less than 60 seconds
Out Value: Mass concentration in terms of volumetric flow rate
Output: DB50 status and multi-drop RS-232 ports
Power: 220 VAC, 50 Hz
Inlets: Separate PM10 & PM2.5 inlets
4.8
High Volume PM-10 Particulate Analyzer Conforming to USEPA AUTOMATED FEDERAL
REFERENCE METHOD
Vacuum Supply: Squirrel cage motor without brushes or axial blower with
model GB1 carbon brushes with sealed bearing ensuring
maintenance free continuous operation. All parts shall be
corrosion resistant.
Display Digital
Flow Rate: Constant flow rate of 40ACFM
Flow Control Accuracy: ±2.5 % deviation over 24 hour
Flow Controller: Sensor controlled, not sensitive to high humidity and
temperature.
Filter Media: Standard 8-in.x 10-in. Glass or quartz fiber filter media
Filter Holder: Heavy-duty corrosion resistance, leak proof frame
designed to accommodate filter media.
Ti mer: Programmable timer
Sampler Housing: Heavy-duty powder coated or marine grade anodized
aluminum housing.
Size Selective Inlets: PM10 and PM2.5 to be provided
Power Required: 220 VAC, 50 Hz.
Flow Calibration: Complete kit required
Filter Media supplies: 1200 units
4.9
Low Volume PM-2.5 Particulate Analyzer Conforming to USEPA AUTOMATED FEDERAL
REFERENCE METHOD
Display Digital
Inlet: WINS Impactor
Flow Rate: Fixed at 16.67 lpm
Flow Control: +- 5% of 16.67 lpm with CV of < 2%
Filter Media: 47mm PTFE Teflon
Data Storage: > 15 days of 5-minute interval average flow data and 50
events
Sampler Controls: Keypad with system menus to program sampling
schedules
Data Port: RS-232 serial port for data retrieval
Filter Media supplies: 2400 units
5.0 METEOROLOGICAL INSTRUMENTATION The supplier will provide and properly install meteorological
sensors for wind speed, wind direction, temperature,
precipitation, solar radiation, and relative humidity
All meteorological equipment should comply with highest
international standards.
5.1 Wind Direction Sensor has to provide low starting threshold, fast response
and accuracy over a wide operating range in adverse
environmental conditions.
SectionVI.Scheduleof Requirements 138
Display Digital
Accuracy: +/- 4%
Wind Direction Operating Range: 0 to 360 degrees
Starting Threshold: 0.5 m/s
Distance Constant: 1.1 m of air maximum
Damping Ratio: 0.4 at 10 initial angle of attack
Temperature Operating Range: -40°C to 60°C
5.2
Wind Speed (anemometer)
Has to provide a low starting threshold, wide dynamic
response and high accuracy over a wide range of wind
speeds and a variety of environmental conditions.
Display Digital
Maximum Operating Range: 0-50 m/s
Distance Constant:Vinyl: 1.5 m of air maximum
Stainless Steel: 2.4 m of air maximum
Heavy Duty: 3m of air maximum
Temperature Range: -40°C to 60°C
Accuracy: 0.2 m/s or 1%, whichever is greater
Threshold: 0.22 m/s (0.5 mph)
Impedance: 4.7 k ohm
Power Requirement: 12 Vdc, 4.5 mA or 6Vdc at less than 1 mA
5.3
Ambient Temperature
Display Digital
Calibrated Temperature Range: -50°C to 60°C
Response: 10 seconds in still air
Linearity: Accuracy: +0.1 °C 0.15°C
5.4
Relative Humidity
Display Digital
Operation: Tipping bucket operation
Operating Range: 0-100 mm
Resolution: 0.25 mm
Dimensions: 8 inch diameter orifice
Accuracy: +/- 3% at 7-250 mm per hour
5.5
Barometric Pressure
operating range 800-1100bar
Proof Pressure 2bar
Operating temperature -10 to 60 deg C
Compensation Temperature range -10 to 60 deg C
Non Linearity 0.1% FS
Repeatibi lity 0.2% FS
Temperature shift 0.3%FS /10 deg C
Response time 1 m sec
SectionVI.Scheduleof Requirements 139
Long term stability -0.1%FS
5.6
Solar Radiation Detector should be able to measure short-wave radiation,
which is comprised of the direct component of sunlight and
the diffuse component of skylight.
Display Digital
Sensitivity: 80 micro amps per 1000 W m2
Temperature Dependence: 0.15% per C max
Linearity: 1 % from 0 to 3000 watts m2
Response Time: 10 microseconds
Cosine Response: Orientation: Corrected up to 80 angle of
incidence No effect on instrument
performance
Calibration: Calibrated against an Eppley Precision. Spectral
Pyranometer (PSP) under natural day light conditions.
Absolute error under these conditions is 5% maximum,
typically 3%
5.7
Telescoping Crank-up Meteorological Tower
Extended Height: 10 meters
Retracted Height: Less than 3 meters
Wind Load Limit: 8.5 sq. ft at 50 mph
Number of Sections: Construction Materias: 4
Galvanized steel or aluminium
6.0
CALIBRATION EQUIPMENTS Calibration equipments should be provided for the
calibration of the air quality analyzers, particulate samplers,
data acquisition system, meteorological equipment, and gas
calibration system.
6.1
Gas Calibration System The calibration system for the air monitoring equipment
(listed above) should incorporate an automatic gas dilution
calibrator, calibration gas standards, and a high
performance zero air generator to calibrate all of the
analyzers in the system.
The calibration cycles should be configurable through the
Data Acquisition System at any specific time during the day
or night.
The dilution calibrator should be able to perform mixing of
source gas (from the calibration gas bottles) with zero air (from
the zero air generator) in order to generate a wide range of
calibration gas concentrations and minimizing the number of
calibration gas standards required.
6.2
Meteorological, Flow, and Electronics Calibration should provide calibration devices for all the meteorological
and other electrical equipment
Wind Direction Calibrator Degree Wheel
Telescopic Orientation Sight
Wind Speed Sensor Accuracy - Synchronous Motors
Temperature - Precision Resistors and Thermometers
Aneroid Pressure Calibrator Portable
Relative Humidity Calibrator To be Provided
Data Acquisition System - Voltage, Frequency, Resistor Standards and Calibrated
Multi-meters
SectionVI.Scheduleof Requirements 140
Calibrator Flow - NBS Traceable Bubble Meter and Flow with Water
Manometer
Gases - EPA Protocol NBS Traceable 2% of Analysis
6.3 Calibration and Zero Gases Must be equipped with zero-air generators and span gas
dilution systems that can be activated by the DAS system.
The gas dilution calibrator must provide a simple means of
obtaining precise gas dilution calibrations for each of the
instruments
The calibrator must provide gases for precision checks and
gas phase titration.
Front panel-accessed or station PC-accessed setup system
for single point or multipoint instrument calibrations Remote
control provided via the DAS Mass Flow controller zero
stability of less than 0.6% of full scale per year
Not less than four (4) external span gas tank connections
Stable, internal ozone generator to provide ozone precision
checks
7.0 DATA ACQUISITION SYSTEM Provide and install data acquisition systems (hardware and
software) that run on Windows operating systems
The system should provide full control over the entire
system enabling automatic calibration cycles to be
performed and system errors to be detected and reported.
Data acquisition system should feature automatic data
validation software complete with data capture percentage.
Should preferably collect data directly from the instruments
in digital format.
Data Acquisition System (DAS) should be able to collect
and store meteorological data and air quality data from all
instruments
DAS should be a low powered data logger designed to be
used for recording and storing data. Industry Standard RS-
232 Communication enables digital/analog communication
with all supported monitoring and meteorological equipment.
Supports remote communication enabling full control over
the pollution monitoring system and direct interfacing with
supported analyzers.
Online and remote communication through radio, switched
telephone, cellular telephone, as well as short hauls
modems.
Data storage space for minimum thirty (30) days of five (5)
minute historical data.
Captures minimum, maximum, average values and
standard deviations.
Lightning & surge protection facilities.
Full control over calibration cycle periods
Password protection
8.0
COMPUTER SYSTEM
Make Reputed brand such as HP/Compaq/IBM/Dell
Processor RAM Intel Pentium - Core 2 Duo
Processor 4 GB. Upgradeable to
8GB or more
HDD 500GB or more
Monitor 19'' LCD/TFT colour ( Digital )
SectionVI.Scheduleof Requirements 141
VRAM 500 MB
CD ROM 52 X CD ROM
DVD-CDRW * CD-ROM and CDRW-Combo Drive Max speed 48x24x48
Ports 2 Serial, 1 parallel and 2 USB front 6 Rear USB front 6
Rear USB PS/2 Port, 1VGA integrated Port1 line in/out port,
Key boards Cordless 104 key IBM compatible
Mouse Cordless optical mouse with pad
Ethernet 32 bit auto selectable 10/100 MBPS
Graphics Internet ready with integrated graphics
Sound • Integrated sound card
• Inbuilt stereo speakers sound should be between 0
to 300 with digital display and controlled by Knob.
• Attached with a timer can be set 5 minutes interval
up to 1 hour or infinite.
Printer HP LaserJet Colour Printer 1200 x 1200 dpi 12 PPM color
Software Pre-loaded Windows XP Professional operating system with
Licensed CD
MS Office 2010 Standard with media, manual and Licensed
CD
Preloaded Antivirus with latest version along with Licensed
CD
Analytical Software Provide and install data collection, evaluation and, reporting
systems (including required remote connections, hardware
and software) to interrogate and control each station's data
acquisition system and collect data into a centrally-located
computer at local and at national level.
Collection systems should simplify the tasks of automatically
and manually retrieving and viewing measurement data,
collating and storing data into a central database at city and
national level, and evaluating and summarizing data into
comprehensive reports.
It should be capable of real-time viewing of measurement
and diagnostic data and control calibration sequences and
other system functions.
The system should also be able to retrieve information
directly from the station's data acquisition system following
validation and support remote communication with full user
interface via a TCP/IP network or dial up network.
Data collection, evaluation and reporting systems should
be able to collect and process data from a wide variety of
data acquisitions systems. The system shall compute and
report, in a daily summary
format, concentrations of all pollutants.
The system shall also calculate and report the air quality
index
Software should be able to generate graphs and reports in
the standard Windows format in definable periodic
categories including hourly, daily, weekly, monthly and
yearly Line and Bar Graphs of Average, Maximum and
Minimum, of Running Averages, of Standard Deviation, of
Percentile, of Log Mean.
Reports and graphs of Average Pollution Plots, Percentage
Pollution Concentrations, Frequency Distribution
SectionVI.Scheduleof Requirements 142
Histogram, Cumulative Frequency Distribution, Wind Rose,
Polar Scatter Plots, and Pollution Indices.
Supplier will include regular upgrades of software and/or
replace software if required and provide full documentation
of the DAS-data system including how reported pollutant
averaging times and air quality standards are done.
Windows OS compatible.
File format conversation
Statistical analysis of data for maximum, minimum, average,
standard deviation for various time intervals using the
monitored data.
Tabular and graphical format for report production.
Wind rose graphs.
File export facility.
Windows based printer support.
9.0 INSTALLATION Whole system shall be tested and an inspection report
based on ISO-9001 procedure be prepared and made
available prior to shipment by the supplier.
Shall install and operationalize all of the components of the
monitoring system by factory trained service engineers Will
calibrate all installed air quality monitoring equipments and
meteorological sensors.
Supplier will also carry out a detailed equipment and
system's check to ensure proper installation and operation
of all components for seven (7) days.
Final hand-over will be formally verified through official
certification of the 'acceptance certificate'.
Supplier must possess all necessary items such as sample
manifold, sample intake, instrument rack, exhaust manifold,
tubing, connections, etc. for complete general assembly of
the equipment in all stations.
Two (2) sets of manuals and drawings (Pneumatic,
Mechanical, Electrical) depicting connections should be
provided in English
11.0
SPECIAL CONDITIONS
Any reasons, the supplier/manufacturer either changes or
goes out of business, it must provide the Purchaser with
design plans necessary for the alternative production of all
needed spare parts and consumables
1.
Lot 16: Item No.1 - RSPM Air Sampler (NL) (With Calibration Kit)
SectionVI.Scheduleof Requirements 143
Sl. No. Specification
1 1. The Air sampler should be so designed to collect particles of size 10 filter sheet of 20 cm x 25 cm size and have separate provision for collecting particles
2. The instrument should operate with a flow Rate within 0.9 to 1.4 m3/ min which may be
regulated through a flow controller. 3. The instrument should operate for a maximum sampling period of 28 hours.
4. Should have a 24 hour (minimum) programmable timer to automatically shut-off the
system after pre set time intervals.
5. The time totaliser circuit should have provision to detect blower stoppage due to any reason.
6. Should operate with or without brushless motor at 220 ± 10 Volts 50 Hz AC power supply.
Built in requirements are voltage stabilizer with automatic shut off beyond 170-270 V
range.
7. Gaseous sampling attachments: 8. The gaseous sampling train should accommodate minimum 4 Nos. of 35 ml Borosilicate
glass impingers to be kept in an ice tray: Dimension as per IS: 5182 P (V). 9. Flow rate : 0.3 to 3 LPM, ±2 % accuracy 10. Flow control : Four inlet and one outlet manifold with built in needle valves for flow
control of each inlet. Calibration Kit
The calibrator shall comprise a differential manometer and orifice flow rate calibration unit as
described below.
1. The differential manometer shall have a range of 4,0 kPa graduate in 0.01 kPa divisions. To
facilitate calibrations in the field, a flexible is preferred.
2. The orifice flow rate calibration unit shall be capable of temporary connection to the high
volume sampler to calibrate the instrument flow measuring device. It shall consist of an
orifice unit with an adaptor which connects to the inlet of the sampler, a manometer or other
device to measure orifice pressure drop and a means to vary the flow through the sampler
unit.
3. The internal diameter (D) of the calibrator tube shall be 75 mm to 100 mm and the length
shall be between 2D and 3D. The upper end of the tube shall be sealed with a plate (of
thickness less than 4 mm). In the center there shall be an orifice 0.2 D to 0.4 D in diameter.
A side tapping, to connect the differential manometer, shall be located 0,5 D from the top of
the tube to the center of the tapping. This tube shall be securely sealed to the metal base
plate to ensure an airtight joint. This assembly shall then be located in the filer holder
assembly using a gasket to ensure an airtight seal.
4. Internal resistances (multi-holed plates) may be used to give differing air flows for a
complete calibration range. These can be located at the junction of the tube and base plate
using a gasket either side of the resistance to provide an airtight seal. At least four such
plates, preferably more, shall be sued to give a calibration graph.
5. The construction material shall be aluminium.
1. Lot 16: Item No.2 - Handy Sampler for Gaseous Monitoring
Sl. No. Specification
1 1. Handy Air sampler for monitoring of gaseous and particulate pollutants in ambient air and
SectionVI.Scheduleof Requirements 144
in the work space environment. 2. Air sampling rate: 0.5 – 1.0 LPM. 3. Battery operated pump to draw air through suitable absorbing solutions contained in
impingers. Atleast 2 impingers may be used in series to monitor 2 gaseous pollutants at a time. Suitable plastic impingers should be provided particularly for measurement of fluoride.
4. Batteries: Ni-Cd rechargeable, 8 hrs minimum operation on fully charged batteries, recharge time 14 hours or less.
Lot 16: Item No.3 - PM2.5 Sampler
Sl. No. Specification
1 1. Sampling Principle : Impactor based design as per EPA specifications. 2. Particle Separation : Omni-directional air inlet with PM 10 separation through an impactor
followed by PM 2.5 separation through a WINS Impactor. 3. Sampling Rate : 1 m3/hr with a flow indicator. 4. Filter Media : Filter holder should be designed to accept any standard 47 mm diameter
filter media. 5. Sampling Time : Time totaliser records the sampling duration to the nearest 0.01 hour 6. Pump : Low noise, brushless motor driven pump should be operated on Single phase AC
220 Volts, 50 Hertz supply. Sampler should be unaffected by +/- 10% fluctuation in supply voltage. a.
Lot 16: Item No.4 - Stack Monitoring Kit
Sl. No. Specification
1 1. Stack monitoring kit should have provision for measuring stack temperature in the range 0 to 6000C, velocity from 0 to 30 m/sec and particulate sampling (particulate size upto size 0.3 micron) at 6 to 60 lpm flow.
2. Gaseous Sampling : At 1 to 2 lpm collection on a set of impingers, containing selective reagents
3. Pitot Tube: System should have facilities to connect accessories like heated probe system, cyclone separator etc. Modified S-type pitot tube shall be fabricated from SS 304 or equivalent. The construction features should be as CPCB Doc No. Emission Regulation (Dec. 1985) Part III. Calibration certification from reputed CSIR or IIT laboratories should be provided for each Pitot Tube
4. Sampling probe : Fabricated from SS 304 tube of suitable diameter (not less than 15 mm ID). The lengths of the pitot tube and the sampling probs shall be decided between the user and the manufacturer.
5. Nozzles : A set of nozzles fabricated from SS 304 or equivalent material with internal diameters suitable to cover the full range pf stack velocities. The leading edge of the nozzle should be sharp and tapered. The minimum internal diameter of the nozzle should not be less than 6 mm.
6. Thimble Holder : Thimble holders fabricated from SS 304 suitable to hold cellulose / glass fibre thimbles.
7. Thermocouple : Thermocouple sensor with analog or digital gauge capable of measuring temperature from 0 to 6000C covered with stainless steel or mild steel casing with acid
SectionVI.Scheduleof Requirements 145
resistant treatment. 8. Mounting Flange : A pair of male / female flanges fabricated out of mild steel with proper
hole for mounting thermocouple sensor, sampling tube and pitot tube. 9. Panel Box Sides : Baked stove-enamel finish. It should have suitable arrangements or
housing stop-watch manometer, rotameter, dry gas meter, etc. 10. Hinged door panel of mild steel to contain cold box with 5 impingers or cold box can be
proved separately. Fabricated out of solid acrylic sheets / blown glass. Inlet and outlet provided at the ends for filling in gauge fluid. Spirit level attached for traveling. Velocity range: 0 to 30 m/sec.
11. Rotameter : 0 to 60 lpm particulate monitoring and 0 to 6 lpm for gaseous monitoring 12. Stop Watch : 0 to 60 minutes, one second readout with hold facility 13. Impingers : Five numbers of 120 ml and two numbers of 250 ml capacity. Facility should be
there for keeping ice at the bottom of impinger box. 14. Vacuum Pump : Rotary design, with a capacity upto 120 lpm gas flow with single phase
motor, 230 ± 10 V. The pump will also have a moisture trap, air inlet valve and mounted inside a pump housing and should be portable
15. Dry Gas Meter : The sampling train shall have a dry gas meter with the facility for measuring temperature and static pressure. The capacity of the meter should be adequate to record upto 100 lpm of airflow and a minimum readout of 0.001 cubic meters. Dry Gas Meter shall be suited for gaseous sampling rates also.
16. Pump Housing : Mild steel case with oven-baked stove enamel finish and ON/OFF switch with indicator lights
17. Tools : A kit containing the essential tools required for connecting various components shall be provided with the equipment.
18. Train Leakages : The sampling train after having set up will be tested for leakage by plugging the inlet. The rotameter shall not give a reading beyond 5 lpm when the flow has been set at 60 lpm also the dry gas meter should give a reading of less than 5 percent of the air flow.
a. Lot 17: Item No.1 - TCLP Agitator
Sl. No. Specification
1 1. The Agitator should comprise of a rotating box made up of SS 314 with a hinged lockable
door
2. The box should have provision to hold atleast 4 bottles of 2 L capacity at a time for agitation
3. The box should rest on a drive shaft & coupled to the fixed speed geared box, for direct drive
by motor, rotating parts mounted on a CRCA powder coated pipe section, electrical and
control panel fixed on this frame for easy operation.
4. Motor Capacity:0.5 HP 3 face speed constant speed of Agitator 30 RPM 2RPM
5. Should operate on 220 ± 10 Volts 50 Hz AC power supply
1. Lot 17: Item No.2 - Zero Head Space Extractor
Sl. No. Specification of Materials
1 1. Zero Headspace Extractor (ZHE) should meet the US EPAs Toxicity Characteristics
Leaching Procedure (TCLP) requirements for volatiles as outlined d by EPA test method
SectionVI.Scheduleof Requirements 146
1311.
2. The design feature of the Extractor should be such as to eliminate the need to introduce air
into the sample, thus eliminating the loss of volatiles.
3. The vent-relief valve on the base plate should automatically open at 125 psi to prevent
excessive pressure build-up. The valve should also permits manual venting of the system.
4. The body of the Extractor should be made up of Type 316 Stainless Steel .
5. Reservoir capacity 500 ml for maximum sample weight 25 g, Moulded polypropylene hand
wheels, viton- A “O” rings, maximum operating temperature 2040C.
6. Maximum operating pressure: 4.1 bar (60 psi),
7. Filter/ pre filter size: 90 mm. Effective filter area: 64 cm2. Piston break force: 0.35-0.7 bar
(5-10 psi).
8. Should operate on 220 ± 10 Volts 50 Hz AC power supply
9. Supplied with a Complete Set of Spare O-rings and Polyethylene Piston Removal Tool.
Lot 17: Item No.3 - Zero Head Space Extractor
Sl. No. Specification
1 1. Microprocessor controlled ultrasonic water bath for cleaning of small glassware’s
2. Shall be provided with a removable basket for holding the glassware’s inside the tank
during cleaning operation and to prevent them from touching the sides of the tank
3. Material of construction : SS 316 L Inner material
4. Frequency : 40KHz
5. Temperature range : ambient to 800C
6. Heater cut off : at 45ºC
7. Timer : continuous, 0.1 to 99.9 minutes – Digital
8. Tank size (LxWxH) (cm) : 46 x 15 x 10
9. Tank capacity : 6.5 L
10. Should have operational safety provision by over temperature-cut out
11. Power requirement: 220 ± 10 volts 50 Hz AC
Lot 18: Item No.1 – Autoclave
Sl. No. Specification
1 1. Should be vertical with internal depth of 600 mm and internal diameter of 450 mm. 2. The inner chamber should be made of thick stainless sheet and the outer shell should be
made of S.S. having S.S lid with radial locking system. 3. The Autoclave should be hydraulically tested upto 40 psi and can be operated at any
pressure from 5 to 20 psi.
SectionVI.Scheduleof Requirements 147
4. Should be fitted with pressure gauge, steam release cock, spring loaded safety valve,
perforated dead weight safety valve, water level indicator, water drain cock, and timer for
upto 2 hrs operation and adjustable in multiples of 15 minutes or less with auto cut offs.
5. Should operate on 230 + 10 volts/50 HZ AC power supply.
6. Should be provided with spare gaskets (2 Nos.), power cable & plug, mains ON/OFF switch
and line indicator.
7. Optional Accessories: Automatic Low Water Level cut off device. Lot 18: Item No.2 – Bacteriological Incubator
Sl. No. Specification
1 1. Should be double walled with inside wall made of stainless steel, and outside wall made of
mild steel furnished in durable white glass wool.
2. Inside chamber size should be 605 mm x 910 mm x 605 mm.
3. The door should have double glass viewing window of size adequate enough to permit
observations without disturbing the thermal conditions.
4. The internal light should have switch facilities at the outside panel board for viewing without
disturbances.
5. Heating elements should be located at appropriate locations to enable temperature controls
through a built-in air circulating fan and thermostat arrangement from room temperature to
700C, with a sensitivity of ± 0.5
0C in the entire temperature range.
6. A built-in digital thermometer and two adjustable air ventilators located near the top of the
sides.
7. A thermometer for comparison of internal temperature with digital display temperature
8. Should operate on 230 ± 10 volts / 50 Hz AC power.
9. Complete with pilot lamp, at least three perforated shelves adjustable at any levels, power cable and plug.
Lot 18: Item No.3 – BOD Incubator
Sl. No. Specification
1 1. Double walled with superior quality insulation. Inside wall made of stainless steel and
outside wall made of mild steel.
2. Temperature control from 50C to 50
0C with an accuracy of ± 0.5
0C with built-in electronic
digital thermometer and automatic temperature control.
3. Inside chamber size: (h x w x d) : 900 mm x 580 mm x 650 mm.
4. 3 numbers of perforated adjustable stainless steel trays.
5. Hermetically sealed compressor with open type relay of 0.25 H.P. capacity.
6. Air circulation by a constant duty smooth running blower fan.
7. Should be provided with temperature setting knob and in-built voltage stabilizer (range 160-
260 V) with indicator. External automatic voltage stabilizer should be provided as additional
accessory.
8. Should be provided with a delay relay system to safeguard the refrigeration compressor as
safety device.
9. Should operate on 230 ± 10 volts / 50 Hz AC power Lot 18: Item No.4 – Horizontal Laminar Flow
Sl. No. Specification
1 1. Horizontal Laminar Flow type conforming to Class 100 conditions of the US Federal
SectionVI.Scheduleof Requirements 148
Standards 290 B
2. Principle : Double filtration of air through High Efficiency Particulate Air (HEPA) filter
3. Air flow : Zero leak air flow system with at least 90 cubic feet per minute
4. Noise : Less than 65 dB(A) at work area
5. Vibration : Less than 0.0001 inch average displacement of work table
6. Blower : Dynamically balanced and with at least 0.25 HP electric motor operating on 230 ±
10 volts / 50 Hz AC power supply.
7. Housing : wood melamine or equivalent which is termite proof, fire retardant and weather
resistant.
8. All exterior surfaces should be covered with white laminates.
9. Cabinet size (LxWxH) : 4’ x 2’ x 2’
10. Cabinet work zone shall be enclosed with thick transparent flexi glass hood.
11. Cabinet finish shall be textured, baked white enamel for easy cleaning, work surface shall be
white, high impact melamine plastic
12. The laminar flow bench shall contain fluorescent lamps hidden from direct operator view
that will provide a lighting intensity of 100 foot candles on the work surface, and a UV
germicidal light.,
13. Shall contain an instrument panel providing
a. ON/OFF switch for motor/ blower
b. ON/OFF switches for Fluorescent light and UV light
c. Speed control for blower
14. The Laminar flow bench shall be transportable through a 4 ft standard door and shall be
completely serviceable from front of the unit. Lot 18: Item No.5 – Deep Freezer
Sl. No. Specification
1 1. Deep Freezer (Top loading) should be fabricated from stainless steel sheets, Aluminium and
other corrosion resistant material, and finished with enamel paint.
2. Should be provided with drain for condensate water outlet and for cleaning the storage
compartment.
3. Temperature range : Should cover -10 to +100C (Automatic and adjustable)
4. Compressor : Quiet in operation
5. Capacity : Shall be in between the range of 280-320 litre
6. Voltage stabilization : Should be provided with stabilizer
7. Should operate on 230 ± 10 volts / 50 Hz AC power
Lot 18: Item No.6 – Colony Counter (Electronic)
Sl. No. Specification
1 1. Microprocessor controlled colony counter for determination of microbial count in water
samples.
2. It should provide uniform lighting of round or square culture dish up to 100 mm wide by a
peripheral metal reflector.
3. Field area is to be magnified by a 1 to 7 mm lens of 100 mm diameter magnifying lens,
mounted adjustably on panel.
SectionVI.Scheduleof Requirements 149
4. The counting plate should have standard Wolfhugel ruling.
5. It should provide a manual electrode for counting the colonies by touching the surface of
culture colony at each point being counted.
6. Count is totalized automatically on a 5 digit register, reading to 99,999.
7. Facility to manually reset the digital register
8. Power requirement: 220 ± 10 volts 50 Hz AC Lot 18: Item No.7 – Centrifuge
Sl. No. Specification
1 1. Table top centrifuge made up of corrosion resistant steel body with a see through acrylic lid
2. Maximum speed : 7000 RPM
3. Maximum centrifugal Force “G” = 7000
4. Timer : up to 60 minutes and adjustable
5. Speed Regulation : Step less with zero start switch
6. Speed meter : Continuous reading type
7. Protection : Protection fuse, operation possibility with lid closed only, unbalance cut-off
8. Head : 4 place swing out suitable for 200 ml and 100 ml carriers
9. Carrier : A set of 4 metal carriers suitable for the above head, with reduction adaptors and a
set of 4 polypropylene tubes for each of the above two volumes
10. Rotor : 12 x 50 ml angle rotor with set of 12 polypropylene tubes of 15 ml capacity
11. Power requirement: 220 ± 10 volts 50 Hz AC
12. The unit should be complete with operation manual, power cable with plug, dust cover and with power safety cut-off.
Lot 19: Item No.1 – Binocular Microscope with photographic facility
Sl. No. Specification
1 1. Microscope stand :
a. It should have adjustment by vertical movement of the nosepiece, by means of coaxial
coarse and fine adjustment kinds.
b. Stage should be fixed.
c. Roller guide stroke (from the focal point on the stage surface)
2. Stage :
a. Cross movement stage : Atleast 20 cm x 20 cm minimum
b. Traversing area 5 cm x 5 cm with low positional coaxial control knobs; provision for
accommodation of various culture vessels and specimen holders, sadwick rafter counter,
slides of various dimensions, watch glasses etc.
3. Illumination :
a. Light source : It should have halogen bulb 12 v 50 watt with bulb cantering device & light
intensity control
b. Filter holder : It should have provisions for 4 flip-up filter holders green, light blue
interference filter and frosted filter.
c. Condenser holder : It should be flip-up or swing out type.
4. Observation system :
a. Light path for photomicrography, 3 setting posions, linking with focusing reticles for
observation tubes, 35 mm camera & multitube mounting part.
b. Binocular tube inclined 450 inter papillary distance adjustment from 53 mm to 75 mm,
constant tube length adjustment
c. Eyepiece 5 x and 10 x
d. Multitube light path, provision for mounting photomicrographic equipment directly as
SectionVI.Scheduleof Requirements 150
well as the multitude attachment.
5. Condenser
a. There should be working distance furret condenser light annuli for 4x , 10x, 20x , 40 x,
100x objectives.
6. Objectives
a. Phase contrast objectives 4x , 10x, 20x , 40 x, 100x 7. Accessories :
a. Spare bulbs : 6 nos.
b. Spare set of eyepiece : 1 no
c. Spare set of objectives : 1 no
d. with cover and case complete 8. Attachable Digital Camera with all accessories having computer connectivity and printing
facility. Lot 19: Item No.2 – Dissecting Microscope
Sl. No. Specification
1 1. Dissecting microscope with illumination of 6V 20 W (upper) , 5W cool fluorescent light
source, 0.75 A, 250 v fuse (lower)
2. It should have a zoom body magnification ranging from -6.5 to 60 x
3. Should have illuminated specimen plate with overlying disposable Petri dish
4. Trinocular head rotating at 360º and inclined at 450
5. Objective Nosepiece: Fixed Single
6. Objective Lens Sizes: 2X
7. Eyepiece 1: 10x Huygens
8. Eyepiece 1 Field of View: 20 mm (0.79 in)
9. Eyepiece 1 Magnification (Power): 20X
10. Eyepiece 2: 20X Huygens
11. Eyepiece 2 Magnification (Power): 40x
12. Stage: 60mm Diameter (2.4"), Working Distance Range - 108mm
13. Focus System: Coarse
14. Should have an adapter for attachment of digital camera
Lot 19: Item No.3 – Magnifier
Sl. No. Specification
1 Illuminated magnifier of glass material, with 5 times magnifying power and 75mm dia and
handle of 10.5cm
Lot 20: Item No.1 – Rotary Evaporator
Sl. No. Specification of Materials
SectionVI.Scheduleof Requirements 151
1 1. Rotary Evaporator suitable for processing of samples for analysis of organics. Should have a
diagonal design, a reproducible and digital display of RPM with a Buchi type or equivalent
movable and high vacuum proof sealing. Should be provided with, ball servolifter; water
bath, sealings for the RE system, spare clamps for the evaporation and receiving flasks, a self
contained & chemical resistance ‘Vacobox’ capable of producing vacuum down to 10 m bar
(digital display) to be used for rotary evaporator, and 1 litre capacity flasks.
2. The vacobox as well as the RE system should operate on 230+ 10 volts / 50 Hz AC power
supply.
a. Lot 20: Item No.2 – Bomb Calorimeter
Sl. No. Specification
1 1. Determination of combustion heat or calorific values of the fuel or other organic material.
Water jacket made of Brass Sheet nickel Chromium plated with bakelite lids, S. Steel bomb,
bomb jacket, water calorimeter vessel, motorized stirrer, briquette press, firing unit with
illuminator vibrator and buzzer, pressure gauge, proper pipe fitting with final adjustment
valves, spanners, magnifying glass, nicrome wire and cotton reel gas releasing valve S. S.
crucible, water jacket thermometer, operated on 220 Volts Ac, with digital temperature
display and printer facilities.
a. Lot 20: Item No.3 – Flash Point Apparatus
Sl. No. Specification
1 1. Pensky-Martens Closed Cup type
2. Fully automatic
3. No open flame, Easy cleaning, No waste almost
4. Temp. Range : 10 to 4000C
5. Automatic barometric correction
6. Large viewing screen for observing test status at a distance from the unit
7. Gas or electric ignition
8. Dual flash point detection system (thermal and ionization) for measurement of samples
containing water and/or silicone
9. Power: 220 – 240 V AC, 50/60 Hz
10. Accessories: PC & Printer
RS 232 interface for immediate print out of measured data
Lot 20: Item No.4 – Karl Fischer Titrator
Sl. No. Specification
1 1. End Point Detection : Voltametric-By Dual Platinum Electrode
2. Measuring Range : 10 g to 500 mg Water
SectionVI.Scheduleof Requirements 152
3. KF delivery : Stepper Motor driven
Piston Burette
4. End Point Potential : Adjustable
5. End Point Time : 1 to 99 Sec.
6. Dosing : Kinetic controlled selectable volumes & Delay Times
7. Programmability : 1 Default Method. 5 user programmable
Methods.
8. Results Units : %W/W, % W/V, ppm or mg/l
9. Drift : Manual & Automatic
Compensation
10. Stirrer : Built in Motor less
Magnetic Stirrer with
key board speed control
11. Display :20 characters, Dual line, Backlighted,
Alpha Numeric
12. Key Board : Soft touch Membrane
with 30 keys one single shift key for
Alpha characters.
13. Reporting :Brief report,
Parameter report, report in document
Format & last 3 results in Titer Mode
& 10 in sample Mode in Tabular Format.
14. Interface : RS232C for PC &
parallel port for printer
Lot 21: Item No.1 – Solvent Extraction (Accelerated)
Sl. No. Particulars Specification
1.0 APPLICATION Method should be USEPA Approved. for extraction of below
mentioned motives from soils, sediments, sludge, PUF filters &
Charcoal absorbents.
a) Pesticides & Herbicides
b) Semi volatiles & PAHs like Naphthalene,
Anthracene, Pyrene & Fluorine
c) PCB's
d) PCDPs & PCDFs
e) Organochlorine & Orgonophosphorus pesticides
f) Dioxin & Furans
2.2
INSRUMENT COMPOSITION
Accelerated Solvent Extraction One Set with requisite accessories
Sample cells One set for operation and another set for standby spare
Collection Bottles One set for operation and another set for standby spare
Solvent Controller Computer Control
Software One set with requisite accessories
One set of each Electronic as well as hard printed
Operation, Trouble shooting
maintenance manuals One set of each Electronic as well as Hard printed
Service Tools spares & consumables One set of each.
3.0 Technical Specification
SectionVI.Scheduleof Requirements 153
3.1 ASE System Control Computer controlled as well as Instrument control Panel, Capability
to control and monitor several system by single workstation, method
transfer between similar system
3.2 Computer operating System
compatibility
Compatible to window XP or latest operating System
3.3 Method Compliance Compliance with established methodologies of USEPA e.g method
3545& 3545A
3.4 Method Storage
Method building from computer software as well as from control
panel and multiple method storage. Easy to Use icons for quick
access to control functions.
3.5 Display
Display of Extraction process as colour graphics. Sensors and
display of temperature, pressure and solvent vapors.
3.6 Automation Automated sample extraction, filteration, automated
3.7 Sample Size Sample cell volume up to 100 ml
3.8 Number of Sample Minimum 12 number of sample cells.
3.9 Collection Bottle 250 ml capacity.
4.0 Rinsing between Sample Variable rinse volumes
4.1 Temperature Range Ambient to 2000 C
4.2 Operating pressure range 500 to 1500 psi
5.0 Solvent Controller
5.1 Programmability Solvent controller shall be controlled and programmable
from the computer software.
5.2 Automation & Solvent control Unattended operation and automatic switching between different
solvents
5.3 Multiple solvent delivery and gradient Solvent delivery from one or up to four solvent reservoirs with
variable mixing ratios from 5 % up to 95 % of total volume.
5.4 Solvent Bottle holding Capacity to hold up to four reservoirs of up to 2 L of each solvent.
5.5 Waste solvent collection Provision for collection of waste solvent.
6.0 Computer Computer of reputed brand with latest configuration upgradeable for
next few year.
6.1 CPU Intel core 2 duo processor, 3.0 GHz , 800 MHz.FSB< 1 GB ram 160
GB Hard disk, 1.44 M.B FDD, DVD read/CD write Drive, 19" LCD
fkat digital Monitor, compatible keyboard and mouse.
6.2 Removable media drive USB (Front & Rear) for USB storage and printers etc.
6.3 Networking Networking ready for integrating several ASE systems for future
expansion.
6.4 Printer Small footprint Laser printer suitable for the printing of method and
sample process
6.5 Operating System Latest and upgradable operating system. Licensed preloaded media
as well as CD.
6.6 Antivirus soft ware Latest definition Antivirus software with Licensed preloaded media
as well as CD.
6.7 Office Assistance Microsoft Office 2007 Standard Licensed preloaded as well as CD.
7.0 Spares & Consumables Spares and consumables sufficient for three years trouble free
operation should be included in the offer and supplied with each
system.
5.0 POWER SUPPLY 1. The instrument and all its sub units should operate on 230 ± 10
SectionVI.Scheduleof Requirements 154
volts 50 Hz power supply.
2.
Lot 21: Item No.2 – Liquid Handling Systems (Dispensers)
Sl. No. Specification
1 1. Bottle top dispensers should fit to 2.5 L glass reagent bottles
2. Analog adjustable in the dispensable volume range 1.0 to 10.0 ml Lot 21: Item No.3– Digital Burette
Sl. No. Specification
1 1. Should display automatically and instantly the dispensed volume from 0.01 to 50.00 ml.
with an accuracy of 0.01 %.
2. Volume addition should be automatic and the display can set to zero at the touch of a
button
3. Dispenser should be supplied with 50 ml syringe capacity.
4. Delivery shall include three different adapters from different bottles, discharge hose, including extended screw cap and closure cap, suction tube and batteries.
Lot 22: Item No.1 – Refrigerator
Sl. No. Specification
1 1. Double door, frost free, 230 L capacity refrigerator with central lock system and metallic
finish external
2. External Handle on both doors
3. Adjustable shelves, more utility shelves on the door
4. Compressor : Kirloskar Copeland
5. Refrigerant : R 134a Environmental friendly CFC free
6. Insulation PUF 50 mm CFC free
7. Should operate on 230±10 Volts, 50Hz, AC power supply. Lot 22: Item No.2 – Grinder
Sl. No. Specification
1 1. Should have a 500w powerful motor
2. Should be provided with Online Indicator, Overload protector and indicator and speed
regulator
3. 3 stainless steel jars with caps
4. 4 inter Changeable blades
5. Lot 23: Item No.1 – Analytical Balance (weighing up to 1.0 mg)
Sl. No. Specification
1 1. Readability : 0.001 g
2. Weighing range : 400 g
3. Tarring facility : Entire range
4. Reproducibility : 0.001 g
5. Linearity : ± 0.002 g
6. Stabilization time : Approx. 2 seconds
7. Weighing pan diameter : Atleast 120 mm
SectionVI.Scheduleof Requirements 155
8. Should operate on 220 ± 10 Volts 50 Hz AC power supply
9. Should be provided with glass draft shield, calibration weights, operation manual and dust cover.
Lot 23: Item No.2 – Analytical Balance (weighing up to 0.1 mg)
Sl. No. Specification
1 1. Readability : 0.0001 g
2. Weighing range : 100 g
3. Tarring facility : Entire range
4. Reproducibility : 0.0001 g
5. Linearity : ± 0.0002 g
6. Stabilization time : Approx. 2 seconds
7. Weighing pan diameter : Atleast 120 mm
8. Should operate on 220 ± 10 Volts 50 Hz AC power supply
9. Should be provided with glass draft shield, calibration weights, operation manual and dust cover.
Lot 23: Item No.3 – Analytical Balance (weighing up to 0.001 mg)
Sl. No. Specification
1 1. Readability : 0.001 mg
2. Weighing range : Upto 5 g
3. Tarring facility : Entire range
4. Reproducibility : 0.001 mg
5. Linearity : ± 0.002 mg
6. Stabilization time : Approx. 2 seconds
7. Weighing pan diameter : Atleast 120 mm
8. Calibration : Internal, fully automatic adjustment
9. Should operate on 220 ± 10 Volts 50 Hz AC power supply
10. Optional : Standard weight box of E1 class traceable to National / International
Standards.
11. Should be provided with plastic draft shield. Calibration weights, Operation manual
and dust cover
12. Lot 24: Water Purification System (RO Based)
Sl. No. Specification
1 1. Bench top software controlled water purification system based on three step water
purification process integrated in one unit. Secondary purification via Reverse
Osmosis and final purification through electrode ionisation.
2. Capable of producing pure and ultrapure water from potable tap water, meeting
ASTM Type II and Type I water quality standard respectively.
3. Product flow rate : 3 l/ hr
4. Capable of producing bacteria free water at the delivery point.
5. Provision of conductivity meters before and after RO to measure the performance of
SectionVI.Scheduleof Requirements 156
RO
6. Check valve to prevent back flow to RO
7. Permeate divert valve to ensure consistent water quality at all times.
8. Recirculation loop to save water.
9. Automatic sanitization (Alarm on display, perform rinse and flush of the system
automatically
10. Alphanumeric digital display for all functions, measurements and alarms,
conductivity and resistivity meters, percentage rejection and set point with alarm,
inlet pressure, pressure on RO catridge, Water level in tank, flush/ rinsing/ standby /
operate module
11. Alarm signals at low pressure and quality below set point
12. Autodiagnosis of electronics/ autoset for all measurements
13. RS 232 connection
14. Resistivity of product water (compensated to 250C ) . 5 M -cm
15. Conductivity of product water (compensated to 250C ) <0.2
16. TOC < 30 ppb
17. Bacteria Count < 1 cfu/ml
18. Silica Content > 99.9% retention
19. Tank polyethylene 30 ltrs with float switch, sanitary overflow, Conical Bottom,
Electronic measurement of water level in the tank can be seen in the display of the
system, Good reservoir design (smooth surface, no dead points, 100% drainage,
basis for vent filter, low porosity)
Lot 25: Noise Level Meter
Sl. No. Specification
1 1. Frequency Weighing : Switchable to A, Linear, Octave and 1/3 octave
2. Accuracy : MinIEC 804 (BS 6698) Grade I or ANSI Type l
3. Resolution : 0.1 dB over full range
4. Display : Digital Leq, SPL Lmax and Lmin over a programmable range.
5. Time weighting : Switchable to different time intervals i.e., 1/8 sec., 10 sec. etc. or
Slow, Fast, Impulse
6. Power Supply : Battery system
7. Computer interface : Data logging system with RS 232 interface
8. Calibration : Automatic calibration
SectionVI.Scheduleof Requirements 157
9. Operating Temperature : 00
to 550C
10. Memory : Sufficient memory to store atleast 8 hrs. data for all parameters given
in modes and octave band analysis.
11. Accessories : 1. Calibrator, 2. Microphone (Spare), 3. Tripod stand, 4. Wind screen,
5. Batteries, 6. Carrying case or kit, 7. Extension cable with pre amplifies, 8. Printer
12. Specification for Calibrator
13. Level (dB) : Atleast two, one each in lower and higher range.
14. Frequency : 1 khz
15. Accuracy dB at 250C :+ 0.3
16. Adapters: 25 mm, 12.5 mm, 6.25 mm
17. Specification for Microphone
18. Type : Premacharge aircondensor unit
19. Sensitivity : 50 mV/PA
20. Polarisation Voltage : Not required
21. Type Response: Free Field ‘0’ degree incidence
22. Response Accuracy :Min IEC 651 Type I
23. Operating Temperature : -10 to 550 C
24. Range : 20 – 140 dB (A)
25. Specification for Data Logger
a. Communications with data logger should be possible using a standard RS 232
cable alongwith compatible modems in order to provide communications
facilities (Radio / Telephone). The SBM compatible software supplied with
the data logger shall be able to handle all communication requirement.
a.
Lot 26: Gas Distribution System
Purpose To supply laboratory useable gases from gas cylinders kept in the gas cylinder storage
room.
Gas cylinder storage room Is to be located in ground floor.
Supply has to be made to 4 rooms in first floor of the laboratory building.
Actual installation parameters may be determined by site inspection.
Composition Cylinder bracket Set
Cylinder carrying device Set
Manifold ( dual typr) Set
Pigtail Set
SS Tubing (1/4”) Meter
SS Tuning (1/8”) Meter
Casing (for 6 lines) Meter
Gas Purification System (6
gases)
Set
SectionVI.Scheduleof Requirements 158
On-line micro particulate
filter
Set
Specifications Cylinder Bracket To hold cylinder in PS Powder coated wall mounted with clamps,
nuts and MS chain
Cylinder Carrying Device To carry and transport cylinder in-house. Built in MS Powder coated
with easy and smooth rollers below. The cylinder when mounted,
should be firmly held with the frame with adjustable MS chain and
bolt. The assembly should be able to stand on two fixed supports
and the wheel when necessary.
Manifold (Dual type) Should have MS Powder coated brackets, wall mounted. MOC of
manifold is SS 316. MOC of valve is brass chrome plated & SS316
needle with 200 Kg/cm2 working pressure and 250 Kg/cm
2 test
pressure. Connectors : For regulator- 5/8” BSP female & for pigtail-
1/4” BSP male
Pigtail MOC of outer braiding is SS & inner core is Teflon having 1 meter
length with 200 Kg/cm2 working pressure and 250 Kg/cm
2 test
pressure & SS end fittings. One end should fit to cylinder as
supplied and other end should fit to manifold as specified above.
SS Tubings (1/4”) Imported, Dead annealed, pretreated ( free from oil & grease, rust
and other foreign materials & capillary grade SS 316 with
international colour coded PVC sleeves having 1.5 mm wall
thickness which can withstand pressure upto 200 Kg/cm2
SS Tubings (1/8”) Indian, Dead annealed, pretreated (free from oil & grease, rust and
other foreign materials & capillary grade SS 304 with international
colour coded PVC sleeves having 0.5 mm wall thickness which can
withstand pressure upto 40 Kg/cm2 maximum. Pressure test
certificate to be provided from the competent authority.
Casing (for 6 lines) MS powder coated with cover for ¼” tubings upto purification
panel. Thickness 18 gauges having SS screw for cover. It should
accommodate ¼” union connections whenever required.
Casing (for 4 lines) MS powder coated with cover for ¼” tubings upto purification
panel. Thickness 18 gauges having SS screw for cover. It should
accommodate ¼” union connections whenever required.
Gas Purification System ( 6
gases)
1. MS powder coated panel body and frame (powder coating -9
Tank Process)
2. Polycarbonate safety cover for panel
3. Pressure gauge SS 316 (range 0-15 Kg/cm2)
4. Pressure regulator SS 316 with locking system
5. Stainless steel 316 needle valve to be provided
6. Stainless steel needle valve(toggle valve not acceptable)
7. Inlet connection will be SS ¼” swg. And outlet connections
SS316 1/8: swg.
8. By-pass loop system for each gas line to be provided
separately (Each gas line consisting of 3 nos. of SS 316 needle
valve and 1 no. of non-return valve).
9. Working pressure = 15 Kg/cm2
Purification unit
a. For N2O, H2, N2 and Ar
i) Regenerable moisture trap with molecular sieve 13 X (
make : Supelco/Altech) + Color indicating blue gel (make
Supelco/Altech), imported poy-acrylic MOC, 250 cc
volume, 250 mm length, end fitting SS 316.
Impurity removal specification : If the incoming moisture
concentration is 10 ppm then the moisture concentration in
the outlet should be reduced to less than 0.5 ppm.
Regeneration process : By passing air at 600C continuously for
four hours. The bidder should mention the flow rate.
ii) Regenerable hydrocarbon trap with activated charcoal (
Make : Supelco/Altech) imported poy-acrylic MOC, 200 cc
volume, 250 mm length, end fitting SS 316.
Impurity removal specification: It removes organic
SectionVI.Scheduleof Requirements 159
compounds from feed gas streams to the extent that if the
normal compresses air contains 600 ppm hydrocarbons,
concentration in the outlet air should be less than 10 pp,.
Regeneration process : : By passing hydrogen at 600C
continuously for six hours. The bidder should mention the
flow rate.
(iii) Regenerable oxygen trap with 0.5% palladium on carbon
crystals. Make OXICLEAR ( Model PEC 100 CC SH), Type
: Regenerable, Capacity 100 cc length : 215 mm, MOC :
ss316, Filling material : 0.5% palladium, make BDH (USA),
end fitting SS316.
Impurity removal specification : If the incoming gas
contains 10 ppm oxygen, the oxygen concentration at the
output should be less than 0.1 ppm. The capacity of the trap
should be such that it should have a life of 18 months when
subjected to a continuous stream of 40 ml/min gas
containing 10 ppm of oxygen.
Regeneration Process: By passing hydrogen and nitrogen
at 500C continuously for four hours. The bidder should
mention the flow rate.
b. For Acetylene
i) Regenerable moisture trap with molecular sieve 13 X (
make : Supelco/Altech) + Color indicating blue gel (make
Supelco/Altech), imported poy-acrylic MOC, 250 cc
volume, 250 mm length, end fitting SS 316.
Impurity removal specification: If the incoming moisture
concentration is 10 ppm then the moisture concentration in
the outlet should be reduced to less than 0.5 ppm.
Regeneration process: By passing air at 600C continuously
for four hours. The bidder should mention the flow rate.
c. For air
i) Regenerable moisture trap with molecular sieve 13 X (
make : Supelco/Altech) + Color indicating blue gel (make
Supelco/Altech), imported poy-acrylic MOC, 250 cc volume,
250 mm length, end fitting SS 316.
Impurity removal specification: If the incoming moisture
concentration is 10 ppm then the moisture concentration in the
outlet should be reduced to less than 0.5 ppm.
Regeneration process: By passing air at 600C continuously
for four hours. The bidder should mention the flow rate.
ii) Regenerable hydrocarbon trap with activated charcoal (
make : Supelco/Altech), imported poy-acrylic MOC, 200 cc
volume, 250 mm length, end fitting SS 316.
Impurity removal specification: It removes organic
compounds from feed gas streams to the extent that if the
normal compressed air contains 600 ppm hydrocarbons,
concentration in the output air should be less than 10 ppm.
Regeneration process: By passing hydrogen at 600C
continuously for six hours. The bidder should mention the flow
rate.
Online microparticulate
filter
SS 316 filter having 0.5 micron mesh size with SS 316 end fittings.
Mini station MS powder coated body with pressure regulator and valve having
following specifications.
a) SS 316 gauge : 0 to 20 Kg/cm2 pressure range & 50 to 65 mm
dia.
b) SS 316 pressure regulator with SS diaphragm & SS internal
trim.
c) Internal tubing should be of 1/8” capillary grade SS material
d) SS 316 needle valve.
SectionVI.Scheduleof Requirements 96
WARRANTY:
Lot
No. Description of the Equipment Unit Quantity Warranty
1 2 3 4 5
1. 1.Inductively Coupled Plasma Spectrometer (ICP-MS)
Set 1 2 Years
2.UV-Visible Spectrophotometer Set 1 2 Years
2. Mercury Analyzer (Digital) Set 1 2 Years
3.
1.Gas chromatograph (GC) with electron capture detector
(ECD), flame ionization detector (FID), photo ionization detector
specifications (PID) & mass spectroscopy (MS)
Set 2 2 Years
2.High performance liquid chromatograph (hplc) Set 1 2 Years
4. 1.Algae analyzer Set 1 2 Years
5.
1.Global Positioning System (GPS): Ordinary Set 2 1 Year
2.Global Positioning System (GPS): for Sea use Set 2 1 Year
3.Global Positioning System Arc Pad with DGPS Set 1 1 Year
6.
1.Soil samplers (Coliwasa, Thief Sampler, Trier, Augur) Set 4 1 Year
2.Macro invertebrate sampler Set 2 1 Year
3.Water sampler (Niskin) Set 6 1 Year
4.Sediment Sampler : Ekman Dredge Set 4 1 Year
5.Hand Core Sediment Sampler Set 3 1 Year
7. 1. Phyto Plankton with flow meter sampler 2. Zoo plankton sampler with flow meter
Set 4 4
1 Year
8.
1.Portable Analyzer Kit (for pH, DO, Temp, Conductivity and
Salinity) Set
3 2 Years
2.pH meter with combined glass electrode Set 4 1 Year
3.Conductivity meter Set 2 1 Year
4.Nepheloturbidity meter Set 2 1 Year
5.Flame photometer Set 2 1 Year
6.Specific Ion Meter (Microprocessor Control) Set 1 2 Years
9. 1.Direct Water Current meter Set 2 2 Years
10.
1.Hot air Oven Set 2 1 Year
2.Hot Plate (Rectangular) Set 2 1 Year
3.Muffle furnace Set 2 1 Year
4.Heating mantles Set 10 1 Year
5.Rotamantle Set 2 1 Year
6.Water bath (Thermostatic control) Set 2 1 Year
7.Magnetic stirrer with hot plate Set 10 1 Year
11.
1.Sieve shaker Set 2 1 Year
2.Rotary Shaker Set 2 1 Year
3.Flask Shaker Set 2 1 Year
4.Separatory funnel shaker Set 1 1 Year
12. 1.Vacuum Pump Set 4 1 Year
2.Filtration assembly with vacuum pump Set 3 1 Year
13. 1.Barometer Set 1 1 Year
2.Hygrometer Set 4 1 Year
SectionVI.Scheduleof Requirements 97
3.Max. Min thermometer Set 4 1 Year
4.Thermometer (Mercury) up to 500C Set 6 1 Year
5.Thermometer (Mercury) upto 1000C Set 2 1 Year
6.Thermometer (Mercury) upto 2000C Set 2 1 Year
7. Thermometer (Mercury) upto 3000C Set 2 1 Year
8.Rain gauge Set 2 1 Year
14. 1. TKN Analyzer automatic with aluminium block digester Set 1 2 Years
2.Total organic carbon (TOC) analyzer Set 1 2 Years
15. 1.Real time continuous air monitoring station (fixed station)
having spm, rspm, PM 2.5,SO2, NOx, VOCs, BTX and
meteorological parameters
Set 1 2 Years
16.
1. RSPM Air Sampler (NL) (With Calibration Kit) Set
10 1 Year
2.Handy Sampler for Gaseous Monitoring Set 2 1 Year
3.PM2.5 Sampler Set 3 1 Year
4.Stack Monitoring Kit Set 3 1 Year
17.
1.TCLP Agitator Set 1 1 Year
2.Zero Head Space Extractor Set 1 2 Years
3.Ultrasonic Water Bath Set 2 1 Year
18.
1.Autoclave Set 2 1 Year
2.Bacteriological Incubator Set 3 1 Year
3.BOD Incubator Set 2 1 Year
4.Horizontal Laminar Flow Set 2 1 Year
5.Deep Freezer Set 2 1 Year
6.Colony Counter (Electronic) Set 1 1 Year
7.Centrifuge Set 2 1 Year
19.
1.Binocular Microscope with photographic facility Set 1 1 Year
2.Dissecting Microscope Set 2 1 Year
3.Magnifier Set 2 1 Year
20.
1.Rotary Evaporator Set 1 2 Years
2.Bomb Calorimeter Set 1 2 Years
3.Flash Point apparatus Set 1 2 Years
4.Karl Fischer Titrator Set 1 2 Years
21.
1.Solvent extraction (accelerated) Set 2 2 Years
2.Liquid handling systems (Dispensers) Set 5 1 Year
3.Digital Burette Set 3 1 Year
22. 1.Refrigerator Set 4 1 Year
2.Grinder Set 2 1 Year
23.
1.Analytical Balance (weighing upto 1.0 mg) Set 2 1 Year
2.Analytical Balance (weighing upto 0.1 mg) Set 3 1 Year
3.Analytical Balance (weighing upto 0.001 mg) Set 1 1 Year
24. 1.Water Purification system (RO based) Set 2 2 Years
25. 1.Noise level meter Set 2 2 Years
26. 1.Gas Distribution System Set 1 1 Year
SectionVI.Scheduleof Requirements 99
5.Inspections and Tests
A.Pre-delivery Inspections and Test
(for Lot No-1.1, Lot No-3.1 & 2, Lot No-4.1, and Lot No-15.1)
Manufacturer's test and inspection certificate to be provided along with the supply.
Inspection and tests prior to shipment of Goods and at final acceptance are as follows:
(i) Inspection: The Drawing of each of the equipments is to be certified by the Nodal Officer, ICZMP,
State Pollution Control Board, Odisha – Bhubaneswar or expert/scientist as nominated by him. The
equipments shall be inspected at the manufacturer's place, prior to dispatch and also after successful
installation at ICZMP Project Paradeep by the supplier / Manufacturer expert. Such agency shall take
the inspection and clearance certificate from the said qualified expert as nominated will be a
mandatory document for release of payments.
(ii) The inspection of the goods shall be carried out to check whether the instruments are in conformity
with the technical specifications contained in the bid document and attached with the letter of
acceptance and shall be in line with the inspection/test procedures laid down in the technical
specifications and the ,manufacturer's warranty certificate. The purchaser will test the equipment at
the manufacturer's place before dispatch and also after completion of the installation and
commissioning at the site of the installation. For site preparation, the supplier should furnish all details
to the purchaser sufficiently in advance so as to get the works completed before receipt of the
equipment. Complete hardware and software as specified should be supplied, installed and
commissioned properly by the supplier prior to commencement of performance tests.
(iii) The acceptance test after delivery will be conducted by a committee chaired by The Nodal Officer,
ICZMP, Odisha State Pollution Control Board; Bhubaneswar with following members will inspect and
make recommendation on the specification for acceptance.
a. Scientific Experts from Different Institutes of Odisha
b. APD Operation, SPMU, ICZMP
c.. APD Finance, SPMU, ICZMP
d. Procurement officer, SPMU, ICZMP
e. Scientists from Laboratory of SPCB, Odisha
At its option the committee can co-opt any other subject matter specialist to facilitate the
inspection. The acceptance will involve trouble- free operation for seven consecutive days. There shall
not be any additional charges for carrying out acceptance tests. No malfunction, partial or complete
failure of any part of hardware or excessive heating of engines and sub-systems attached to
instruments should occur. The supplier shall maintain necessary log in respect of the results of the
tests to establish to the entire satisfaction of the purchaser, the successful completion of the test
SectionVI.Scheduleof Requirements 100
specified. An average uptake efficiency of 98% (to modify as considered appropriate for each
case) for the duration of test period shall be considered as satisfactory.
(iii) In the event of the hardware and software failing to pass the acceptance test, a period not exceeding
two weeks will be given to rectify the defects and clear the acceptance test, failing which the
purchaser reserves the rights to get the equipment replaced by the supplier at no extra cost to the
purchaser
Manuals and Drawings
(a) Before the goods and equipment are taken over by the Purchaser, the Supplier shall supply operation
and maintenance manuals together with drawings of the goods and equipment. These shall be in
such detail as will enable the Purchaser to operate, maintain, adjust and repair all parts of the works
as stated in the specifications.
(b) The manuals and drawings shall be in the ruling language (English) and in such form and numbers as
stated in the contract.
(c) Unless and otherwise agreed, the goods and equipment shall not be considered to be completed for
the purpose of taking over until such manuals and drawings have been supplied to the Purchaser.
For the System and Other Software the following will apply:
The Supplier shall provide complete and legal documentation of hardware and all subsystems so
necessary for operation of the equipments.. The supplier shall also indemnify the purchaser against any
levies/penalties on account of any default in this regard.
Acceptance Certificates:
On successful completion of acceptability test, receipt of deliverables etc, and after the purchaser is
satisfied with the working on the equipments, the acceptance certificate signed by the supplier and the
representative of the purchaser will be issued. The date on which such certificate is signed shall be deemed
to be the date of successful commissioning of the systems.
SectionVI.Scheduleof Requirements 101
B. Inspections and Tests (FOR ALL OTHER ITEMS OTHER THAN THE ABOVE
ITEMS)
Manufacturer’s test and inspection certificateto beprovided alongwith thesupply
Inspection and tests at final acceptanceareas follows:
(i) Theinspectionofthegoodsshallbecarriedouttocheckwhetherthegoodsarein
conformitywiththetechnicalspecificationsattachedtothepurchase-orderformand shall be in
line with the inspection/test procedures laid down in the technical
specificationsandthemanufacturer’swarrantycertificate.Thepurchaserwilltestthe
equipmentaftercompletionoftheinstallationandcommissioning at thesiteofthe
installation.For site preparation,the supplier shouldfurnishalldetailstothe purchaser
sufficiently inadvancesoastogettheworkscompletedbeforereceiptoftheequipment.
CompletehardwareandsoftwareasspecifiedinsectionVI shouldbesupplied,installed and
commissioned properlybythesupplierpriorto commencement ofperformancetests.
(ii) The acceptance test will be conducted by a committee chaired by The Nodal Officer,
ICZMP-cum-Project Co-Ordinator, State Pollution Control Board, Bhubaneswar, Odisha
with the following members, who will inspect and make recommendation on the specification
of the goods for acceptance by The PEA, State Pollution Control Board, Bhubaneswar,
Odisha.
a. Specialist nominated from Institute of Life Science, Bhubaneswar
b. Scientific Officer, CDA, Bhubaneswar
c. Specialist nominated from ORSAC, Bhubaneswar
d. Specialist from Dept. of Microbiology, KIIT University, Bhubaneswar
Atitsoptioncanco-optanyothersubjectmatterspecialisttofacilitatetheinspection. The
acceptancewillinvolve trouble- free operationfor sevenconsecutive days.There
shallnotbeany additionalchargesforcarryingoutacceptancetests.Nomalfunction, partial or
complete failure of anypart of hardware or excessive heating of motors
attachedtoinstrumentsor bugsinthesoftware shouldoccur.Allthe software shouldbe
completeandnomissing modules/sectionswillbeallowed.Thesuppliershallmaintain necessary
loginrespectoftheresultsoftheteststoestablishtotheentiresatisfactionof the purchaser,the
successfulcompletionof the testspecified.Anaverageuptake efficiencyof98%fortheduration
oftest period shall be considered as satisfactory.
(iii) In theevent ofthehardware and software failingto pass the acceptancetest, aperiod not
exceedingtwoweeks will begiven torectifythedefects and clearthe acceptancetest,
failingwhich thepurchaser reserves therights toget the equipmentreplaced bythe supplier
at no extra cost to thepurchaser
Manuals andDrawings
(a) Beforethegoodsandequipmentsaretakenoverby thePurchaser,theSuppliershallsupply
operationandmaintenance manualstogether withdrawingsof thegoodsandequipment. These
shallbe insuchdetailaswillenablethe Purchasertooperate,maintain,adjustand repairall parts
oftheworks as stated in thespecifications.
(b) Themanuals and drawings shall bein the rulinglanguage(English) and insuch form and
numbers as stated in thecontract.
SectionVI.Scheduleof Requirements 102
(c) Unlessandotherwise agreed,thegoodsand equipmentshallnotbe consideredtobe completedfor
the purpose of takingoveruntilsuchmanualsanddrawingshave been supplied to thePurchaser.
FortheSystemandOtherSoftware thefollowing will apply:
The Suppliershallprovide complete andlegaldocumentationofhardware,allsubsystems,
operating systems,compiler,systemsoftwareandtheothersoftwaresonecessary foroperation of
theequipments. TheSuppliershall also providelicensed software for all softwareproducts,
whetherdevelopedby itoracquiredfromothers.Thesuppliershallalsoindemnifythepurchaser against
anylevies/penalties on account of anydefault in this regard.
AcceptanceCertificates:
Onsuccessfulcompletionofacceptabilitytest,receiptofdeliverablesetc.andafterthe purchaser is
satisfied with the working on the equipments, the acceptance certificate signedby
thesupplierandtherepresentativeofthepurchaserwillbeissued.Thedateon which such certificate is
signed shall be deemed to be the date of successful commissioningofthesystems.
103
1. PROFORMA OF CERTIFICATE FOR ISSUE BY THE PURCHASER AFTER
SUCCESSFUL INSTALLATION AND STARTUP OF THE SUPPLIED GOODS
[This is to be attached for supply, erection, supervision of erection and startup contracts only]
No. Date:
M/s.
Sub: Certificate of startup of the supplied Goods
1. This is to certify that the plant/s as detailed below has/have been received in good
condition along with all the standard and special accessories (subject to remarks in Para
No. 2) and a set of spares in accordance with the Contract/Specifications. The same has
been installed and commissioned.
(a) Contract No. ________________________dated_____________________
(b) Description of the plant_________________________________________
(c) Plant Nos. ___________________________________________________
(d) Quantity _____________________________________________________
(e) Bill of Lading ________________________dated_____________________
(for import contract)
(f) Name of the vessel/transporter _____________________________________
(g) Rail/Roadways Receipt No. _______________dated______________________
(h) Name of the consignee ____________________________________________
(i) Date of startup and proving test _______________________________
2. Details of accessories/spares not yet supplied and recoveries to be made on that account.
S. No. Description Amount to be recovered
3. The proving test has been done to our entire satisfaction and operators have been trained
to operate the plant.
SectionVI.Scheduleof Requirements 104
4. The supplier has fulfilled his contractual obligations satisfactorily. *
or
The supplier has failed to fulfill his contractual obligations with regard to the following:
(a)
(b)
(c)
(d)
5. The amount of recovery on account of non-supply of accessories and spares is given
under Para No. 2.
6. The amount of recovery on account of failure of the supplier to meet his contractual
obligations is as indicated in endorsement of the letter.
Signature _________________________
Name ____________________________
Designation with Stamp ______________
* Explanatory notes for filling up the certificates:
(a) He has adhered to the time schedule specified in the contract in dispatching the documents/drawings
pursuant to Technical Specifications.
(b) He has supervised the startup of the plan in time i.e., within the period specified in the contract from
the date of intimation by the Purchaser in respect of the installation of the plant.
(c) Training of personnel has been done by the supplier as specified in the contract
(d) In the event of documents/drawings having not been supplied or installation and startup of the plant
have been delayed on account of the supplier, the extent of delay should always be mentioned
106 Section VI. Schedule of Requirements
Integrated Coastal Zone Management Project
8. Declaration regarding Deemed Export Benefits
(Bidder’s name and address):
To:………………………………..
(Name of the Purchaser)
Dear Sir:
1. We confirm that we are solely responsible for obtaining deemed export benefits which
we have considered in our bid and in case of failure to receive such benefits for reasons
whatsoever, Purchaser will not compensate us separately.
2. We are furnishing below the information required by the Purchaser for issue of Project
Authority/Payment Certificate in terms of the Export and Import Policy of the
Government of India:
(A) (i) Value of import content of
supply to be made by the
Bidder: (Breakup of list of items
to be imported with value
attached)
* Rs. ___________________
(exchange rate on US$ = Rs. __________)
(B) (i) Name of the sub-contractor, if
any, and whose name is to be
included in the main Contract:
(ii) Description, quantity and value
of the goods to be supplied by
the above sub-contractor:
Description ___________________________
Quantity ______________________________
Value (Rs.) ____________________________
(iii) Value of import content of
supply to be made by the sub-
contractor: (Breakup of list of
items to be imported with value
attached.)
Rs. ___________________
(exchange rate on US$ = Rs. __________)
(The requirements listed above are as per current Export and Import Policy of Government of
India. These may be modified, if necessary, in terms of the Export and Import Policy in force.)
Date: ___________________________ (Signature) __________________________
Place: ___________________________ (Printed Name) _______________________
(Designation) ________________________
(Common Seal) ______________________
SectionVI.Scheduleof Requirements 108
Breakup of EXW price as required for determining eligibility for Domestic preference
EXW Price……………………………………
Serial
No
Item Cost
1 Local labor
2 Cost of Raw materials procured from within India
(list attached)
3 Cost of Components from within India(list attached)
4 Total
5 Cost of labor, raw materials, and components
form within India as a percentage of the EXW
Price
Attach detailed list of (a) raw materials, and (b) components from within India indicating
cost of each
111
Section VII. General Conditions of Contract
Table of Clauses
1. Definitions 113
2. Contract Documents 114
3. Fraud and Corruption 114
4. Interpretation 115
5. Language 116
6. Joint Venture, Consortium or Association 117
7. Eligibility 117
8. Notices 117
9. Governing Law 117
10. Settlement of Disputes 117
11. Inspections and Audit by the Bank 118
12. Scope of Supply 118
13. Delivery and Documents 118
14. Supplier’s Responsibilities 118
15. Contract Price 118
16. Terms of Payment 119
17. Taxes and Duties 119
18. Performance Security 119
19. Copyright 120
20. Confidential Information 120
21. Subcontracting 121
22. Specifications and Standards 121
23. Packing and Documents 122
24. Insurance 122
25. Transportation 122
26. Inspections and Tests 122
27. Liquidated Damages 124
Section VIII. General Conditions of Contract 112
28. Warranty 124
29. Patent Indemnity 125
30. Limitation of Liability 126
31. Change in Laws and Regulations 126
32. Force Majeure 126
33. Change Orders and Contract Amendments 127
34. Extensions of Time 128
35. Termination 128
36. Assignment 129
37. Export Restriction 129
Section VIII. General Conditions of Contract 113
Section VII. General Conditions of Contract
Definitions 1.1 The following words and expressions shall have the meanings
hereby assigned to them:
(a) “Bank” means the World Bank and refers to the
International Bank for Reconstruction and Development
(IBRD) or the International Development Association
(IDA).
(b) “Contract” means the Contract Agreement entered into
between the Purchaser and the Supplier, together with the
Contract Documents referred to therein, including all
attachments, appendices, and all documents incorporated
by reference therein.
(c) “Contract Documents” means the documents listed in the
Contract Agreement, including any amendments thereto.
(d) “Contract Price” means the price payable to the Supplier
as specified in the Contract Agreement, subject to such
additions and adjustments thereto or deductions
therefrom, as may be made pursuant to the Contract.
(e) “Day” means calendar day.
(f) “Completion” means the fulfillment of the Related
Services by the Supplier in accordance with the terms and
conditions set forth in the Contract.
(g) “GCC” means the General Conditions of Contract.
(h) “Goods” means all of the commodities, raw material,
machinery and equipment, and/or other materials that the
Supplier is required to supply to the Purchaser under the
Contract.
(i) “Purchaser’s Country” is the country specified in the
Special Conditions of Contract (SCC).
(j) “Purchaser” means the entity purchasing the Goods and
Related Services, as specified in the SCC.
(k) “Related Services” means the services incidental to the
supply of the goods, such as insurance, installation,
training and initial maintenance and other such
obligations of the Supplier under the Contract.
(l) “SCC” means the Special Conditions of Contract.
(m) “Subcontractor” means any natural person, private or
government entity, or a combination of the above, to
whom any part of the Goods to be supplied or execution
of any part of the Related Services is subcontracted by
the Supplier.
Section VIII. General Conditions of Contract 114
6 “Another party” refers to a public official acting in relation to the procurement process or contract execution. In
this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing
procurement decisions. 7 “Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or
contract execution; and the “act or omission” is intended to influence the procurement process or contract execution. 8 “Parties” refers to participants in the procurement process (including public officials) attempting to establish bid
prices at artificial, non competitive levels.
(n) “Supplier” means the natural person, private or government
entity, or a combination of the above, whose bid to perform
the Contract has been accepted by the Purchaser and is
named as such in the Contract Agreement.
(o) “The Project Site,” where applicable, means the place
named in the SCC.
Contract
Documents
2.1 Subject to the order of precedence set forth in the Contract
Agreement, all documents forming the Contract (and all parts
thereof) are intended to be correlative, complementary, and
mutually explanatory. The Contract Agreement shall be read as
a whole.
Fraud and
Corruption
3.1 If the Purchaser determines that the Supplier and/or any of its
personnel, or its agents, or its Subcontractors, consultants,
service providers, suppliers and/or their employees has
engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices, in competing for or in executing the
Contract, then the Purchaser may, after giving 14 days notice to
the Supplier, terminate the Supplier's employment under the
Contract and cancel the contract, and the provisions of Clause
35 shall apply as if such expulsion had been made under Sub-
Clause 35.1.
(a) For the purposes of this Sub-Clause:
(i) “corrupt practice” is the offering, giving, receiving
or soliciting, directly or indirectly, of anything of
value to influence improperly the actions of
another party6;
(ii) “fraudulent practice” is any act or omission,
including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a party
to obtain a financial or other benefit or to avoid an
obligation7;
(iii) “collusive practice” is an arrangement between
two or more parties8 designed to achieve an
Section VIII. General Conditions of Contract 115
9“Party” refers to a participant in the procurement process or contract execution.
improper purpose, including to influence
improperly the actions of another party;
(iv) “coercive practice” is impairing or harming, or
threatening to impair or harm, directly or
indirectly, any party or the property of the party to
influence improperly the actions of a party9;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering
or concealing of evidence material to the
investigation or making false statements to
investigators in order to materially impede a
Bank investigation into allegations of a
corrupt, fraudulent, coercive or collusive
practice; and/or threatening, harassing or
intimidating any party to prevent it from
disclosing its knowledge of matters relevant
to the investigation or from pursuing the
investigation; or
(bb) acts intended to materially impede the
exercise of the Bank’s inspection and audit
rights provided for under Clause 11
[Inspections and Audits by the Bank].
3.2 Should any employee of the Supplier be determined to have
engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practice during the purchase of the Goods, then that
employee shall be removed.
Interpretation 4.1 If the context so requires it, singular means plural and vice versa.
4.2 Incoterms
(a) Unless inconsistent with any provision of the Contract,
the meaning of any trade term and the rights and
obligations of parties thereunder shall be as prescribed by
Incoterms.
(b) The terms EXW, CIP, FCA, CFR and other similar terms,
when used, shall be governed by the rules prescribed in
the current edition of Incoterms specified in the SCC and
published by the International Chamber of Commerce in
Paris, France.
Section VIII. General Conditions of Contract 116
4.3 Entire Agreement
The Contract constitutes the entire agreement between the
Purchaser and the Supplier and supersedes all communications,
negotiations and agreements (whether written or oral) of the
parties with respect thereto made prior to the date of Contract.
4.4 Amendment
No amendment or other variation of the Contract shall be valid
unless it is in writing, is dated, expressly refers to the Contract,
and is signed by a duly authorized representative of each party
thereto.
4.5 Non-waiver
(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation,
forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the Contract
or the granting of time by either party to the other shall
prejudice, affect, or restrict the rights of that party under
the Contract, neither shall any waiver by either party of
any breach of Contract operate as waiver of any
subsequent or continuing breach of Contract.
(b) Any waiver of a party’s rights, powers, or remedies under
the Contract must be in writing, dated, and signed by an
authorized representative of the party granting such
waiver, and must specify the right and the extent to which
it is being waived.
4.6 Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition, invalidity
or unenforceability shall not affect the validity or enforceability
of any other provisions and conditions of the Contract.
Language 5.1 The Contract as well as all correspondence and documents
relating to the Contract exchanged by the Supplier and the
Purchaser, shall be written in the language specified in the
SCC. Supporting documents and printed literature that are
part of the Contract may be in another language provided they
are accompanied by an accurate translation of the relevant
passages in the language specified, in which case, for purposes
of interpretation of the Contract, this translation shall govern.
5.2 The Supplier shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation, for
Section VIII. General Conditions of Contract 117
documents provided by the Supplier.
Joint Venture,
Consortium or
Association
6.1 If the Supplier is a joint venture, consortium, or association, all of
the parties shall be jointly and severally liable to the Purchaser for
the fulfillment of the provisions of the Contract and shall
designate one party to act as a leader with authority to bind the
joint venture, consortium, or association. The composition or the
constitution of the joint venture, consortium, or association shall
not be altered without the prior consent of the Purchaser.
Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality of
an eligible country. A Supplier or Subcontractor shall be
deemed to have the nationality of a country if it is a citizen or
constituted, incorporated, or registered, and operates in
conformity with the provisions of the laws of that country.
7.2 All Goods and Related Services to be supplied under the
Contract and financed by the Bank shall have their origin in
Eligible Countries. For the purpose of this Clause, origin means
the country where the goods have been grown, mined,
cultivated, produced, manufactured, or processed; or through
manufacture, processing, or assembly, another commercially
recognized article results that differs substantially in its basic
characteristics from its components.
Notices 8.1 Any notice given by one
party to the other pursuant to
the Contract shall be in
writing to the address
specified in the SCC. The
term “in writing” means
communicated in written
form with proof of receipt.
8.2 A notice shall be effective
when delivered or on the
notice’s effective date,
whichever is later.
Governing Law 9.1 The Contract shall be governed by and interpreted in
accordance with the laws of the Purchaser’s Country, unless
otherwise specified in the SCC.
Settlement of
Disputes
10.1 The Purchaser and the Supplier shall make every effort to
resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.
10.2 If, after twenty-eight (28) days, the parties have failed to
resolve their dispute or difference by such mutual consultation,
then either the Purchaser or the Supplier may give notice to the
other party of its intention to commence arbitration, as
hereinafter provided, as to the matter in dispute, and no
Section VIII. General Conditions of Contract 118
arbitration in respect of this matter may be commenced unless
such notice is given. Any dispute or difference in respect of
which a notice of intention to commence arbitration has been
given in accordance with this Clause shall be finally settled by
arbitration. Arbitration may be commenced prior to or after
delivery of the Goods under the Contract. Arbitration
proceedings shall be conducted in accordance with the rules of
procedure specified in the SCC.
10.3 Notwithstanding any reference to arbitration herein,
(a) the parties shall continue to perform their respective
obligations under the Contract unless they otherwise agree;
and
(b) the Purchaser shall pay the Supplier any monies due the
Supplier.
Inspections and
Audit by the
Bank
11.1 The Supplier shall permit, and shall cause its Subcontractors and
consultants to permit, the Bank and/or persons appointed by the
Bank to inspect the Supplier’s offices and all accounts and
records relating to the performance of the Contract and the
submission of the bid, and to have such accounts and records
audited by auditors appointed by the Bank if requested by the
Bank. The Supplier’s and its Subcontractors and consultants’
attention is drawn to Clause 3 [Fraud and Corruption], which
provides, inter alia, that acts intended to materially impede the
exercise of the Bank’s inspection and audit rights provided for
under this Sub-Clause 11.1 constitute a prohibited practice subject
to contract termination (as well as to a determination of
ineligibility pursuant to the Bank’s prevailing sanctions
procedures).
Scope of Supply 12.1 The Goods and Related Services to be supplied shall be as
specified in the Schedule of Requirements.
Delivery and
Documents
13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and
Completion of the Related Services shall be in accordance with
the Delivery and Completion Schedule specified in the Schedule
of Requirements. The details of shipping and other documents to
be furnished by the Supplier are specified in the SCC.
Supplier’s
Responsibilities
14.1 The Supplier shall supply all the Goods and Related Services
included in the Scope of Supply in accordance with GCC
Clause 12, and the Delivery and Completion Schedule, as per
GCC Clause 13.
Contract Price 15.1 Prices charged by the Supplier for the Goods supplied and the
Related Services performed under the Contract shall not vary
from the prices quoted by the Supplier in its bid, with the
Section VIII. General Conditions of Contract 119
exception of any price adjustments authorized in the SCC.
Terms of Payment 16.1 The Contract Price, including any Advance Payments, if
applicable, shall be paid as specified in the SCC.
16.2 The Supplier’s request for payment shall be made to the
Purchaser in writing, accompanied by invoices describing, as
appropriate, the Goods delivered and Related Services
performed, and by the documents submitted pursuant to GCC
Clause 13 and upon fulfillment of all other obligations
stipulated in the Contract.
16.3 Payments shall be made promptly by the Purchaser, but in no
case later than sixty (60) days after submission of an invoice or
request for payment by the Supplier, and after the Purchaser
has accepted it.
16.4 The currencies in which payments shall be made to the
Supplier under this Contract shall be those in which the bid
price is expressed.
16.5 In the event that the Purchaser fails to pay the Supplier any
payment by its due date or within the period set forth in the
SCC, the Purchaser shall pay to the Supplier interest on the
amount of such delayed payment at the rate shown in the SCC,
for the period of delay until payment has been made in full,
whether before or after judgment or arbitrage award.
Taxes and Duties 17.1 For goods manufactured outside the Purchaser’s Country, the
Supplier shall be entirely responsible for all taxes, stamp
duties, license fees, and other such levies imposed outside the
Purchaser’s Country.
17.2 For goods Manufactured within the Purchaser’s country, the
Supplier shall be entirely responsible for all taxes, duties,
license fees, etc., incurred until delivery of the contracted
Goods to the Purchaser.
17.3 If any tax exemptions, reductions, allowances or privileges may
be available to the Supplier in the Purchaser’s Country, the
Purchaser shall use its best efforts to enable the Supplier to
benefit from any such tax savings to the maximum allowable
extent.
Performance
Security
18.1 If required as specified in the SCC, the Supplier shall, within
twenty-eight (28) days of the notification of contract award,
provide a performance security for the performance of the
Section VIII. General Conditions of Contract 120
Contract in the amount specified in the SCC.
18.2 The proceeds of the Performance Security shall be payable to
the Purchaser as compensation for any loss resulting from the
Supplier’s failure to complete its obligations under the
Contract.
18.3 As specified in the SCC, the Performance Security, if required,
shall be denominated in the currency(ies) of the Contract, or in
a freely convertible currency acceptable to the Purchaser; and
shall be in one of the format stipulated by the Purchaser in the
SCC, or in another format acceptable to the Purchaser.
18.4 The Performance Security shall be discharged by the Purchaser
and returned to the Supplier not later than twenty-eight (28)
days following the date of Completion of the Supplier’s
performance obligations under the Contract, including any
warranty obligations, unless specified otherwise in the SCC.
Copyright 19.1 The copyright in all drawings, documents, and other materials
containing data and information furnished to the Purchaser by
the Supplier herein shall remain vested in the Supplier, or, if
they are furnished to the Purchaser directly or through the
Supplier by any third party, including suppliers of materials,
the copyright in such materials shall remain vested in such
third party
Confidential
Information
20.1 The Purchaser and the Supplier shall keep confidential and
shall not, without the written consent of the other party hereto,
divulge to any third party any documents, data, or other
information furnished directly or indirectly by the other party
hereto in connection with the Contract, whether such
information has been furnished prior to, during or following
completion or termination of the Contract. Notwithstanding
the above, the Supplier may furnish to its Subcontractor such
documents, data, and other information it receives from the
Purchaser to the extent required for the Subcontractor to
perform its work under the Contract, in which event the
Supplier shall obtain from such Subcontractor an undertaking
of confidentiality similar to that imposed on the Supplier under
GCC Clause 20.
20.2 The Purchaser shall not use such documents, data, and other
information received from the Supplier for any purposes
unrelated to the contract. Similarly, the Supplier shall not use
such documents, data, and other information received from the
Purchaser for any purpose other than the performance of the
Section VIII. General Conditions of Contract 121
Contract.
20.3 The obligation of a party under GCC Sub-Clauses 20.1 and
20.2 above, however, shall not apply to information that:
(a) the Purchaser or Supplier need to share with the Bank or
other institutions participating in the financing of the
Contract;
(b) now or hereafter enters the public domain through no
fault of that party;
(c) can be proven to have been possessed by that party at the
time of disclosure and which was not previously
obtained, directly or indirectly, from the other party; or
(d) otherwise lawfully becomes available to that party from a
third party that has no obligation of confidentiality.
20.4 The above provisions of GCC Clause 20 shall not in any way
modify any undertaking of confidentiality given by either of
the parties hereto prior to the date of the Contract in respect of
the Supply or any part thereof.
20.5 The provisions of GCC Clause 20 shall survive completion or
termination, for whatever reason, of the Contract.
Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of all
subcontracts awarded under the Contract if not already
specified in the bid. Such notification, in the original bid or
later shall not relieve the Supplier from any of its obligations,
duties, responsibilities, or liability under the Contract.
21.2 Subcontracts shall comply with the provisions of GCC Clauses
3 and 7.
Specifications and
Standards
22.1 Technical Specifications and Drawings
(a) The Goods and Related Services supplied under this
Contract shall conform to the technical specifications and
standards mentioned in Section VI, Schedule of
Requirements and, when no applicable standard is
mentioned, the standard shall be equivalent or superior to
the official standards whose application is appropriate to
the Goods’ country of origin.
(b) The Supplier shall be entitled to disclaim responsibility
for any design, data, drawing, specification or other
document, or any modification thereof provided or
Section VIII. General Conditions of Contract 122
designed by or on behalf of the Purchaser, by giving a
notice of such disclaimer to the Purchaser.
(c) Wherever references are made in the Contract to codes
and standards in accordance with which it shall be
executed, the edition or the revised version of such codes
and standards shall be those specified in the Schedule of
Requirements. During Contract execution, any changes in
any such codes and standards shall be applied only after
approval by the Purchaser and shall be treated in
accordance with GCC Clause 33.
Packing and
Documents
23.1 The Supplier shall provide such packing of the Goods as is
required to prevent their damage or deterioration during transit
to their final destination, as indicated in the Contract. During
transit, the packing shall be sufficient to withstand, without
limitation, rough handling and exposure to extreme
temperatures, salt and precipitation, and open storage. Packing
case size and weights shall take into consideration, where
appropriate, the remoteness of the goods’ final destination and
the absence of heavy handling facilities at all points in transit.
23.2 The packing, marking, and documentation within and outside
the packages shall comply strictly with such special
requirements as shall be expressly provided for in the Contract,
including additional requirements, if any, specified in the SCC,
and in any other instructions ordered by the Purchaser.
Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied
under the Contract shall be fully insured—in a freely
convertible currency from an eligible country—against loss or
damage incidental to manufacture or acquisition,
transportation, storage, and delivery, in accordance with the
applicable Incoterms or in the manner specified in the SCC.
Transportation 25.1 Unless otherwise specified in the SCC, responsibility for
arranging transportation of the Goods shall be in accordance
with the specified Incoterms.
Inspections and
Tests
26.1 The Supplier shall at its own expense and at no cost to the
Purchaser carry out all such tests and/or inspections of the
Goods and Related Services as are specified in the SCC.
26.2 The inspections and tests may be conducted on the premises of
the Supplier or its Subcontractor, at point of delivery, and/or at
the Goods’ final destination, or in another place in the
Purchaser’s Country as specified in the SCC. Subject to GCC
Sub-Clause 26.3, if conducted on the premises of the Supplier
Section VIII. General Conditions of Contract 123
or its Subcontractor, all reasonable facilities and assistance,
including access to drawings and production data, shall be
furnished to the inspectors at no charge to the Purchaser.
26.3 The Purchaser or its designated representative shall be entitled
to attend the tests and/or inspections referred to in GCC Sub-
Clause 26.2, provided that the Purchaser bear all of its own
costs and expenses incurred in connection with such
attendance including, but not limited to, all traveling and board
and lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including
the place and time, to the Purchaser. The Supplier shall obtain
from any relevant third party or manufacturer any necessary
permission or consent to enable the Purchaser or its designated
representative to attend the test and/or inspection.
26.5 The Purchaser may require the Supplier to carry out any test
and/or inspection not required by the Contract but deemed
necessary to verify that the characteristics and performance of
the Goods comply with the technical specifications codes and
standards under the Contract, provided that the Supplier’s
reasonable costs and expenses incurred in the carrying out of
such test and/or inspection shall be added to the Contract Price.
Further, if such test and/or inspection impedes the progress of
manufacturing and/or the Supplier’s performance of its other
obligations under the Contract, due allowance will be made in
respect of the Delivery Dates and Completion Dates and the
other obligations so affected.
26.6 The Supplier shall provide the Purchaser with a report of the
results of any such test and/or inspection.
26.7 The Purchaser may reject any Goods or any part thereof that
fail to pass any test and/or inspection or do not conform to the
specifications. The Supplier shall either rectify or replace such
rejected Goods or parts thereof or make alterations necessary
to meet the specifications at no cost to the Purchaser, and shall
repeat the test and/or inspection, at no cost to the Purchaser,
upon giving a notice pursuant to GCC Sub-Clause 26.4.
26.8 The Supplier agrees that neither the execution of a test and/or
inspection of the Goods or any part thereof, nor the attendance
by the Purchaser or its representative, nor the issue of any
report pursuant to GCC Sub-Clause 26.6, shall release the
Supplier from any warranties or other obligations under the
Contract.
Section VIII. General Conditions of Contract 124
Liquidated
Damages
27.1 Except as provided under GCC Clause 32, if the Supplier fails
to deliver any or all of the Goods by the Date(s) of delivery or
perform the Related Services within the period specified in the
Contract, the Purchaser may without prejudice to all its other
remedies under the Contract, deduct from the Contract Price,
as liquidated damages, a sum equivalent to the percentage
specified in the SCC of the delivered price of the delayed
Goods or unperformed Services for each week or part thereof
of delay until actual delivery or performance, up to a maximum
deduction of the percentage specified in those SCC. Once the
maximum is reached, the Purchaser may terminate the Contract
pursuant to GCC Clause 35.
Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and
of the most recent or current models, and that they incorporate
all recent improvements in design and materials, unless
provided otherwise in the Contract.
28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further
warrants that the Goods shall be free from defects arising from
any act or omission of the Supplier or arising from design,
materials, and workmanship, under normal use in the
conditions prevailing in the country of final destination.
28.3 Unless otherwise specified in the SCC, the warranty shall
remain valid for twelve (12) months after the Goods, or any
portion thereof as the case may be, have been delivered to and
accepted at the final destination indicated in the SCC, or for
eighteen (18) months after the date of shipment from the port
or place of loading in the country of origin, whichever period
concludes earlier.
28.4 The Purchaser shall give notice to the Supplier stating the
nature of any such defects together with all available evidence
thereof, promptly following the discovery thereof. The
Purchaser shall afford all reasonable opportunity for the
Supplier to inspect such defects.
28.5 Upon receipt of such notice, the Supplier shall, within the
period specified in the SCC, expeditiously repair or replace the
defective Goods or parts thereof, at no cost to the Purchaser.
28.6 If having been notified, the Supplier fails to remedy the defect
within the period specified in the SCC, the Purchaser may
proceed to take within a reasonable period such remedial
action as may be necessary, at the Supplier’s risk and expense
and without prejudice to any other rights which the Purchaser
Section VIII. General Conditions of Contract 125
may have against the Supplier under the Contract.
Patent Indemnity 29.1 The Supplier shall, subject to the Purchaser’s compliance with
GCC Sub-Clause 29.2, indemnify and hold harmless the
Purchaser and its employees and officers from and against any
and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Purchaser
may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right
registered or otherwise existing at the date of the Contract by
reason of:
(a) the installation of the Goods by the Supplier or the use of
the Goods in the country where the Site is located; and
(b) the sale in any country of the products produced by the
Goods.
Such indemnity shall not cover any use of the Goods or any
part thereof other than for the purpose indicated by or to be
reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part
thereof, or any products produced thereby in association or
combination with any other equipment, plant, or materials not
supplied by the Supplier, pursuant to the Contract.
29.2 If any proceedings are brought or any claim is made against the
Purchaser arising out of the matters referred to in GCC Sub-
Clause 29.1, the Purchaser shall promptly give the Supplier a
notice thereof, and the Supplier may at its own expense and in
the Purchaser’s name conduct such proceedings or claim and
any negotiations for the settlement of any such proceedings or
claim.
29.3 If the Supplier fails to notify the Purchaser within twenty-eight
(28) days after receipt of such notice that it intends to conduct
any such proceedings or claim, then the Purchaser shall be free
to conduct the same on its own behalf.
29.4 The Purchaser shall, at the Supplier’s request, afford all
available assistance to the Supplier in conducting such
proceedings or claim, and shall be reimbursed by the Supplier
for all reasonable expenses incurred in so doing.
29.5 The Purchaser shall indemnify and hold harmless the Supplier
and its employees, officers, and Subcontractors from and
against any and all suits, actions or administrative proceedings,
claims, demands, losses, damages, costs, and expenses of any
Section VIII. General Conditions of Contract 126
nature, including attorney’s fees and expenses, which the
Supplier may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right
registered or otherwise existing at the date of the Contract
arising out of or in connection with any design, data, drawing,
specification, or other documents or materials provided or
designed by or on behalf of the Purchaser.
Limitation of
Liability
30.1 Except in cases of criminal negligence or willful misconduct,
(a) the Supplier shall not be liable to the Purchaser, whether
in contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided
that this exclusion shall not apply to any obligation of the
Supplier to pay liquidated damages to the Purchaser and
(b) the aggregate liability of the Supplier to the Purchaser,
whether under the Contract, in tort or otherwise, shall not
exceed the total Contract Price, provided that this
limitation shall not apply to the cost of repairing or
replacing defective equipment, or to any obligation of the
supplier to indemnify the purchaser with respect to patent
infringement
Change in Laws
and Regulations
31.1 Unless otherwise specified in the Contract, if after the date of
28 days prior to date of Bid submission, any law, regulation,
ordinance, order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed in the place of the
Purchaser’s country where the Site is located (which shall be
deemed to include any change in interpretation or application
by the competent authorities) that subsequently affects the
Delivery Date and/or the Contract Price, then such Delivery
Date and/or Contract Price shall be correspondingly increased
or decreased, to the extent that the Supplier has thereby been
affected in the performance of any of its obligations under the
Contract. Notwithstanding the foregoing, such additional or
reduced cost shall not be separately paid or credited if the same
has already been accounted for in the price adjustment
provisions where applicable, in accordance with GCC Clause
15.
Force Majeure 32.1 The Supplier shall not be liable for forfeiture of its
Performance Security, liquidated damages, or termination for
default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the
Section VIII. General Conditions of Contract 127
result of an event of Force Majeure.
32.2 For purposes of this Clause, “Force Majeure” means an event
or situation beyond the control of the Supplier that is not
foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the Supplier. Such
events may include, but not be limited to, acts of the Purchaser
in its sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions, and freight embargoes.
32.3 If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing of such condition and the cause
thereof. Unless otherwise directed by the Purchaser in writing,
the Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by
the Force Majeure event.
Change Orders and
Contract
Amendments
33.1 The Purchaser may at any time order the Supplier through
notice in accordance GCC Clause 8, to make changes within
the general scope of the Contract in any one or more of the
following:
(a) drawings, designs, or specifications, where Goods to be
furnished under the Contract are to be specifically
manufactured for the Purchaser;
(b) the method of shipment or packing;
(c) the place of delivery; and
(d) the Related Services to be provided by the Supplier.
33.2 If any such change causes an increase or decrease in the cost
of, or the time required for, the Supplier’s performance of any
provisions under the Contract, an equitable adjustment shall be
made in the Contract Price or in the Delivery/Completion
Schedule, or both, and the Contract shall accordingly be
amended. Any claims by the Supplier for adjustment under
this Clause must be asserted within twenty-eight (28) days
from the date of the Supplier’s receipt of the Purchaser’s
change order.
33.3 Prices to be charged by the Supplier for any Related Services
that might be needed but which were not included in the
Contract shall be agreed upon in advance by the parties and
shall not exceed the prevailing rates charged to other parties by
the Supplier for similar services.
Section VIII. General Conditions of Contract 128
33.4 Subject to the above, no variation in or modification of the
terms of the Contract shall be made except by written
amendment signed by the parties.
Extensions of Time 34.1 If at any time during performance of the Contract, the Supplier
or its subcontractors should encounter conditions impeding
timely delivery of the Goods or completion of Related Services
pursuant to GCC Clause 13, the Supplier shall promptly notify
the Purchaser in writing of the delay, its likely duration, and its
cause. As soon as practicable after receipt of the Supplier’s
notice, the Purchaser shall evaluate the situation and may at its
discretion extend the Supplier’s time for performance, in which
case the extension shall be ratified by the parties by
amendment of the Contract.
34.2 Except in case of Force Majeure, as provided under GCC
Clause 32, a delay by the Supplier in the performance of its
Delivery and Completion obligations shall render the Supplier
liable to the imposition of liquidated damages pursuant to GCC
Clause 26, unless an extension of time is agreed upon, pursuant
to GCC Sub-Clause 34.1.
Termination 35.1 Termination for Default
(a) The Purchaser, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to
the Supplier, may terminate the Contract in whole or in
part:
(i) if the Supplier fails to deliver any or all of the
Goods within the period specified in the Contract,
or within any extension thereof granted by the
Purchaser pursuant to GCC Clause 34;
(ii) if the Supplier fails to perform any other obligation
under the Contract; or
(iii) if the Supplier, in the judgment of the Purchaser has
engaged in fraud and corruption, as defined in GCC
Clause 3, in competing for or in executing the
Contract.
(b) In the event the Purchaser terminates the Contract in
whole or in part, pursuant to GCC Clause 35.1(a), the
Purchaser may procure, upon such terms and in such
manner as it deems appropriate, Goods or Related
Services similar to those undelivered or not performed,
and the Supplier shall be liable to the Purchaser for any
additional costs for such similar Goods or Related
Services. However, the Supplier shall continue
performance of the Contract to the extent not terminated.
Section VIII. General Conditions of Contract 129
35.2 Termination for Insolvency.
(a) The Purchaser may at any time terminate the Contract by
giving notice to the Supplier if the Supplier becomes
bankrupt or otherwise insolvent. In such event,
termination will be without compensation to the Supplier,
provided that such termination will not prejudice or affect
any right of action or remedy that has accrued or will
accrue thereafter to the Purchaser
35.3 Termination for Convenience.
(a) The Purchaser, by notice sent to the Supplier, may
terminate the Contract, in whole or in part, at any time
for its convenience. The notice of termination shall
specify that termination is for the Purchaser’s
convenience, the extent to which performance of the
Supplier under the Contract is terminated, and the date
upon which such termination becomes effective.
(b) The Goods that are complete and ready for shipment
within twenty-eight (28) days after the Supplier’s receipt
of notice of termination shall be accepted by the
Purchaser at the Contract terms and prices. For the
remaining Goods, the Purchaser may elect:
(i) to have any portion completed and delivered at the
Contract terms and prices; and/or
(ii) to cancel the remainder and pay to the Supplier an
agreed amount for partially completed Goods and
Related Services and for materials and parts
previously procured by the Supplier.
Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or
in part, their obligations under this Contract, except with prior
written consent of the other party.
Export Restriction 37.1 Notwithstanding any obligation under the Contract to complete
all export formalities, any export restrictions attributable to the
Purchaser, to the country of the Purchaser, or to the use of the
products/goods, systems or services to be supplied, which arise
from trade regulations from a country supplying those
products/goods, systems or services, and which substantially
impede the Supplier from meeting its obligations under the
Contract, shall release the Supplier from the obligation to
provide deliveries or services, always provided, however, that
the Supplier can demonstrate to the satisfaction of the
Purchaser and of the Bank that it has completed all formalities
in a timely manner, including applying for permits,
authorizations and licenses necessary for the export of the
products/goods, systems or services under the terms of the
Section VIII. General Conditions of Contract 130
Contract. Termination of the Contract on this basis shall be for
the Purchaser’s convenience pursuant to Sub-Clause 35.3.
131
Section VIII. Special Conditions of Contract
The following Special Conditions of Contract (SCC) shall supplement and / or amend the
General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein
shall prevail over those in the GCC.
GCC 1.1(j) The Purchaser’s country is: India
GCC 1.1(k) The Purchaser is
The Nodal Officer, ICZMP-cum- Project Co-Ordinator, State Pollution
Control Board, Bhubaneswar, Odisha
GCC 1.1 (q) The Project Site(s)/Final Destination(s) is/are: As detailed in :
Section VI. Schedule of Requirements- In List of Goods and Delivery Schedule
GCC 4.2 (a) The meaning of the trade terms shall be as prescribed by Incoterms.
GCC 4.2 (b) The version edition of Incoterms shall be Latest Version of “Incoterms
2010”
GCC 5.1 The language shall be: English
GCC 8.1 For notices, the Purchaser’s address shall be:
The Nodal Officer, ICZMP-cum- Project Co-Ordinator, State Pollution
Control Board
C-119, HIG Duplex,
Baramunda Housing Board Colony,
Bhubaneswar,
Odisha-751003
GCC 9.1 The governing law shall be the law of:India
GCC 10.2 Settlement of Disputes
The dispute settlement mechanism to be applied shall be as follows:
(a) In case of Dispute or difference arising between the Purchaser and a
domestic supplier relating to any matter arising out of or connected
with this agreement, such disputes or difference shall be settled in
accordance with the Arbitration and Conciliation Act, 1996. The
arbitral tribunal shall consist of 3 arbitrators one each to be appointed
by the Purchaser and the Supplier. The third Arbitrator shall be
Section VIII. General Conditions of Contract 132
chosen by the two Arbitrators so appointed by the Parties and shall
act as Presiding arbitrator. In case of failure of the two arbitrators
appointed by the parties to reach upon a consensus within a period of
30 days from the appointment of the arbitrator appointed
subsequently, the Presiding Arbitrator shall be appointed by the
President of the Institution of Engineers (India), Bhubaneswar
Chapter.
(b) In the case of a dispute with a Foreign Supplier, the dispute shall be
settled in accordance with provisions of UNCITRAL (United nations
Commission on International Trade Law) Arbitration Rules. The
Arbitral Tribunal shall consist of three Arbitrators one each to be
appointed by the Purchaser and the Supplier. The third Arbitrator
shall be chosen by the two Arbitrators so appointed by the parties,
and shall act as presiding arbitrator. In case of failure of the two
arbitrators appointed by the parties to reach upon a consensus within
a period of 30 days from the appointment of the arbitrator appointed
subsequently, the Presiding Arbitrator shall be appointed by the
President of the Institution of Engineers (India), Bhubaneswar
Chapter.
(c) If one of the parties fails to appoint its arbitrator in
pursuance of sub-clause (a) and (b) above, within 30 days after
receipt of the notice of the appointment of its arbitrator by the
other party, then President of the Institution of Engineers
(India), Bhubaneswar Chapter, both in cases of the Foreign
supplier as well as Indian supplier, shall appoint the arbitrator.
A certified copy of the order of the President of the Institution
of Engineers (India), Bhubaneswar Chapter making such an
appointment shall be furnished to each of the parties.
(d) Arbitration proceedings shall be held at Bhubaneswar, India, and the
language of the arbitration proceedings and that of all documents and
communications between the parties shall be English.
(e) The decision of the majority of arbitrators shall be final and binding
upon both parties. The cost and expenses of Arbitration proceedings
will be paid as determined by the arbitral tribunal. However, the
expenses incurred by each party in connection with the preparation,
presentation etc. of its proceedings as also the fees and expenses paid
to the arbitrator appointed by such party or on its behalf shall be
borne by each party itself.
(f) Where the value of the contract is Rs. 10 million and below, the
disputes or differences arising shall be referred to the Sole Arbitrator.
The Sole Arbitrator should be appointed by agreement between the
Section VIII. General Conditions of Contract 133
parties; failing such agreement, by the appointing authority namely
the President of the Institution of Engineers (India), Bhubaneswar
Chapter
(g) Except otherwise agreed by the Parties, Arbitrator should give a
decision in writing within 120 days of receipt of notification of
dispute
Section VIII. General Conditions of Contract 134
GCC 13.1
Details of Shipping and other Documents to be furnished by the Supplier
are given below:
(a) For Goods supplied from abroad:
GC 13.1 Within 24 hours of shipment, the Supplier shall notify the
Purchaser and the Insurance Company by cable or telex or fax
the full details of the shipment including Contract number,
description of goods, quantity, the vessel, the bill of lading
number and date, port of loading, date of shipment, port of
discharge, etc. The Supplier shall mail the following
documents to the Purchaser, with a copy to the Insurance
Company:
(i) Two Copies of Supplier’s invoice showing contract
number, goods description, quantity, unit price and
total amount;
(ii) Original and Two copies of the negotiable, clean, on-
board bill of lading or Airway bill marked freight prepaid
and two copies of non-negotiable bill of lading;
(iii) Two Copies of packing list identifying contents of each
package;
(iv) Insurance certificate;
(v) Manufacturer’s/Supplier’s warranty certificate;
(vi) Inspection certificate issued by the nominated
inspection agency if any, and the Supplier’s factory
inspection report; and
(vii) Certificate of origin.
The above documents shall be received by the Purchaser at least
one week before arrival of Goods at the port or place of arrival and, if not
received, the Supplier will be responsible for any consequent expenses.
Section VIII. General Conditions of Contract 135
(b) For Goods from within India:
GCC 13.1 Upon delivery of the goods to the transporter/consignee,
the supplier shall notify the purchaser and mail the
following documents to the Purchaser :
(i) Two Copies of the Supplier invoice showing contract
number, goods description, quantity, unit price, total
amount;
(ii) Delivery note, Railway receipt, or Road consignment
note or equivalent transport document or
acknowledgement of receipt of goods from the
Consignee;
(iii) Two Copies of packing list identifying contents of
each package;
(iv) Insurance Certificate;
(v) Manufacturer’s/Supplier’s warranty certificate;
(vi) Inspection certificate issued by the nominated
inspection agency if any, and the Supplier’s factory
inspection report; and
(vii) Certificate of origin.
The above documents shall be received by the Purchaser
before arrival of the Goods (except where it is handed over to
the Consignee with all documents) and if not received, the
supplier will be responsible for any consequent expenses.
GCC 15.1
The prices charged for the Goods supplied and the related Services
performed shall not be adjustable.
GCC 16.1
GCC 16.1 Payment shall be made in the currency specified in the
Contract in the following manner:
(a) Payment for Goods supplied from abroad :
(i) Advance Payment: Ten (10%) of the Contract Price
Section VIII. General Conditions of Contract 136
shall be paid within thirty (30) days of signing of
Contract and upon submission of claim and a bank
guarantee for equivalent amount valid until the Goods
are delivered and in the form provided in the bidding
documents or another form acceptable to the
Purchaser.
(ii) On Shipment: Eighty (80)% of the Contract Price of
the Goods shipped shall be paid through irrevocable
Letter of Credit opened in favor of the Supplier in a
bank in his country and upon submission of
documents specified in Clause 13.1 of SCC including :
(i) Packing list and (ii) Supplier's certificate that the
amounts shown in the invoice are correct in terms of
the contract and that all terms and conditions of the
contract have been complied with; and
(iii) On Final Acceptance: Ten (10)% of the Contract Price
of Goods received shall be paid within thirty (30) days
of receipt of Goods upon submission of claim
supported by the Acceptance Certificate issued by the
Purchaser's representative in the proforma given in
Section VI, item 6
(b) Payment for Goods supplied from India:
(i) Advance Payment: Ten (10) % of the total contract
price shall be paid within thirty (30) days of signing of
Contract and upon submission of claim / against a
simple receipt and a bank guarantee for the equivalent
amount valid until the goods are delivered and in the
form provided in the bidding documents or another
form acceptable to the Purchaser.
(ii) On Delivery: Eighty (80)% of the contract price shall
be paid on receipt of Goods and upon submission of
the documents specified in Clause 13 of SCC by Bank
transfer/cheque; and
(iii) On Final Acceptance: the remaining ten (10)% of the
Contract Price shall be paid within thirty (30) days
after the date of the Acceptance Certificate issued by
the Purchaser’s representative in the proforma given in
Section VI - item 6.
(c) The annual maintenance and repair cost (after warranty period) shall
Section VIII. General Conditions of Contract 137
be paid in advance in equal quarterly installments within thirty days of
receipt of claim at start of each quarterly period, after completion of
warranty/maintenance obligations of the previous quarterly period, at the
rates quoted in the price schedule, on receipt of bank guarantee for 2.5%
of the cost of equipment (excluding annual maintenance costs) in the form
provided in the bidding documents valid for 38 months from the date of
completion of warranty period after installation and commissioning. (The
Bank guarantee submitted towards performance guarantee will be
released only after receipt of the above).
(d) Reimbursement of Local Taxes such as Sales tax, octroi etc. will be at
actuals based on documentary evidence of payment within 30 days of
submission of bill with documents.
(e) (i) Where payments are to be effected through Letter of Credit
(LC), the same shall be subject to the latest Uniform Customs and
Practice for Documentary Credit, of the International Chamber of
Commerce;
(ii) The LC will be irrevocable and will be confirmed at
Supplier’s cost if requested specifically by the
Supplier;
(iii) If LC is required to be extended/ reinstated for reasons not
attributable to the Purchaser, the charges thereof shall
be to the Supplier’s account.
(f) (i) For all the payments to be made, against Bank guarantees, the
bank guarantee shall be issued by a Scheduled Indian
Bank or a foreign bank located in India in the format
enclosed at Section VIII. The guarantees issued by
other banks should be confirmed by a Scheduled
Indian Bank or a foreign bank operating in India.
(iii) Bank guarantees for advance payment shall be
released not later than 30 days after the date of completion
of supply of the goods at their final destination.
GCC 16.5 The payment-delay period after which the Purchaser shall pay interest to
the supplier shall be 60days.
The interest rate that shall be applied is 8 % per annum
Section VIII. General Conditions of Contract 138
GCC 17.3 In the case of deemed export benefits, the purchaser will issue only the
Project Authority/Payment and other certificates in terms of the Import
export policy or central excise/customs notification as per information
given by supplier in form at serial no.8 of Section VI. Supplier is solely
responsible for obtaining such benefits and in case of failure to receive
such benefits, the purchaser will not compensate the supplier separately.
GCC 18.1
Performance Security to the Purchaser shall be for an amount of 10 % of
the contract value, valid upto 60 days after the date of completion of
performance obligations including warranty obligations.
In the event of any correction of defects or replacement of defective
material during the warranty period, the warranty for the corrected/
replaced material shall be extended to a further period of 12 months and
the Performance Bank guarantee for proportionate value shall be extended
60 days over and above the extended warranty period.
GCC 18.3 The Performance Security shall be in the form of a bank Guarantee or
demand draft or FDR
The Performance security shall be denominated inThe currency of the
payment of the contract in accordance with their portions of the Contract
Price
GCC 18.4 Discharge of the Performance Security shall take place: not later than 60
days following the date of completion of the supplier’s performance
obligation and on receipt of BG for AMC.
GCC 23.2 The packing, marking and documentation within and outside the packages
shall be: The instrument should be safely packed and duly labeled such as
name of the Project, contract number, name of supplier, country of origin,
Name of commodity, year of supply, Net weight and warning ‘USE NO
HOOKS’ and the word ‘PROPERTY OF State Project Management Unit
ICZM Project- Odisha’ etc. Apart from this railway receipt of the goods,
copy of insurance is also required.
GCC 24.1 The insurance shall be paid in an amount equal to 110 percent of the CIP
(EXW for Goods supplied from within the country) value of the Goods
from “Warehouse to warehouse (final destination)” on “All Risks” basis
including War Risks and Strikes.
GCC 25.1 The Supplier is required under the Contract to transport the Goods to a
specified place of final destination within the Purchaser’s country, defined
as the Project Site, transport to such place of destination in the
Purchaser’s country, including insurance and storage, as shall be specified
in the Contract, shall be arranged by the Supplier, and related costs shall
be included in the Contract Price.
Section VIII. General Conditions of Contract 139
GCC 26.1 The inspections and tests shall be: Manufacturer’s test certificate should
be enclosed along with the supply.
GCC 26.2 The Inspections and tests shall be conducted at: Final destination as
defined in GCC 28.3
GCC 27.1 The liquidated damage shall be: 0.5 % per week or part thereof.
GCC 27.1 The maximum amount of liquidated damages shall be: 10% of the
contract price.
GCC 28.3 (i) The period of validity of the Warranty is given in the Table
below Section VI - Schedule of Requirements: Technical
Specification.For items having 1 year Warranty: The
warranty shall remain valid for Twelve (12) months after
the Goods, or any portion thereof as the case may be, have
been delivered to and accepted at the final destination
indicated in the SCC, or for Eighteen (18) months after the
date of shipment from the port or place of loading in the
country of origin, whichever period concludes earlier.
And /or
(ii) For items having 2 years Warranty: The warranty
shall remain valid for Twenty Four (24) months after the
Goods, or any portion thereof as the case may be, have
been delivered to and accepted at the final destination
indicated in the SCC, or for Thirty (30) months after the
date of shipment from the port or place of loading in the
country of origin, whichever period concludes earlier.
For purposes of the Warranty, the place(s) of final destination(s) shall be:
The Nodal Officer, ICZMP-cum- Project Co-Ordinator, State Pollution
Control Board, Bhubaneswar, Odisha and as specified in:
Section VI. Schedule of Requirements- In List of Goods and Delivery Schedule
GCC 28.5 The period for repair or replacement shall be: 30 days.
GCC 31.1 This clause will apply only to variations in VAT/Sales tax/ Octroi etc.
payable in India on the final product which is being supplied and not for
the individual components / raw materials which go into the product.
Section IX. Contract Forms
Section VIII. General Conditions of Contract 140
Table of Forms
1. Contract Agreement 141
2. Performance Security 143
3. Bank Guarantee for Advance Payment 144
Section VIII. General Conditions of Contract 141
1. Contract Agreement
[The successful Bidder shall fill in this form in accordance with the instructions indicated]
THIS CONTRACT AGREEMENT is made
the [ insert: number ] day of [ insert: month ], [ insert: year ].
BETWEEN
(1) [ insert complete name of Purchaser ], a [ insert description of type of legal
entity, for example, an agency of the Ministry of .... of the Government of { insert
name of Country of Purchaser }, or corporation incorporated under the laws of
{ insert name of Country of Purchaser } ] and having its principal place of
business at [ insert address of Purchaser ] (hereinafter called “the Purchaser”),
and
(2) [ insert name of Supplier], a corporation incorporated under the laws of [ insert:
country of Supplier] and having its principal place of business at [ insert: address
of Supplier ] (hereinafter called “the Supplier”).
WHEREAS the Purchaser invited bids for certain Goods and ancillary services, viz., [insert brief
description of Goods and Services] and has accepted a Bid by the Supplier for the supply of
those Goods and Services in the sum of [insert Contract Price in words and figures, expressed in
the Contract currency(ies)] (hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.
2. The following documents shall constitute the Contract between the Purchaser and the
Supplier, and each shall be read and construed as an integral part of the Contract:
(a) This Contract Agreement
(b) Special Conditions of Contract
(c) General Conditions of Contract
(d) Technical Requirements (including Schedule of Requirements and Technical
Specifications)
(e) The Supplier’s Bid and original Price Schedules
(f) The Purchaser’s Notification of Award
(g) [Add here any other document(s)]
Section VIII. General Conditions of Contract 142
3. This Contract shall prevail over all other Contract documents. In the event of any
discrepancy or inconsistency within the Contract documents, then the documents shall
prevail in the order listed above.
4. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and
Services and to remedy defects therein in conformity in all respects with the provisions of
the Contract.
5. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the
Goods and Services and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of [insert the name of the Contract governing law country] on the day,
month and year indicated above.
For and on behalf of the Purchaser
Signed: [insert signature]
in the capacity of [ insert title or other appropriate designation ]
in the presence of [insert identification of official witness]
For and on behalf of the Supplier
Signed: [insert signature of authorized representative(s) of the Supplier]
in the capacity of [ insert title or other appropriate designation ]
in the presence of [ insert identification of official witness]
Section VIII. General Conditions of Contract 143
2. Performance Security
[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the
instructions indicated]
Date: [insert date (as day, month, and year) of Bid Submission]
ICB No. and title: [insert no. and title of bidding process]
Bank’s Branch or Office: [insert complete name of Guarantor]
Beneficiary:[insert complete name of Purchaser]
PERFORMANCE GUARANTEE No.: [insert Performance Guarantee number]
We have been informed that [insert complete name of Supplier] (hereinafter called "the
Supplier") has entered into Contract No. [insert number] dated [insert day and month], [insert
year] with you, for the supply of [description of Goods and related Services] (hereinafter called
"the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a Performance
Guarantee is required.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) not
exceeding [insert amount(s10
) in figures and words] upon receipt by us of your first demand in
writing declaring the Supplier to be in default under the Contract, without cavil or argument, or
your needing to prove or to show grounds or reasons for your demand or the sum specified
therein.
This Guarantee shall expire no later than the [insert number] day of [insert month][insert
year],11
and any demand for payment under it must be received by us at this office on or before
that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.
[signatures of authorized representatives of the bank and the Supplier]
10
The Bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in the
currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser. 11
Dates established in accordance with Clause 18.4 of the General Conditions of Contract (“GCC”), taking into
account any warranty obligations of the Supplier under Clause 16.2 of the GCC intended to be secured by a
partial Performance Guarantee. The Purchaser should note that in the event of an extension of the time to
perform the Contract, the Purchaser would need to request an extension of this Guarantee from the Bank. Such
request must be in writing and must be made prior to the expiration date established in the Guarantee. In
preparing this Guarantee, the Purchaser might consider adding the following text to the Form, at the end of the
penultimate paragraph: “We agree to a one-time extension of this Guarantee for a period not to exceed [six
months] [one year], in response to the Purchaser’s written request for such extension, such request to be
presented to us before the expiry of the Guarantee.”
Section VIII. General Conditions of Contract 144
3. Bank Guarantee for Advance Payment
[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the
instructions indicated.]
Date: [insert date (as day, month, and year) of Bid Submission]
ICB No. and title: [insert number and title of bidding process]
[bank’s letterhead]
Beneficiary: [insert legal name and address of Purchaser]
ADVANCE PAYMENT GUARANTEE No.:[insert Advance Payment Guarantee no.]
We, [insert legal name and address of bank], have been informed that [insert complete name
and address of Supplier] (hereinafter called "the Supplier") has entered into Contract No. [insert
number] dated [insert date of Agreement] with you, for the supply of [insert types of Goods to be
delivered](hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, an advance is to be
made against an advance payment guarantee.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum or sums not
exceeding in total an amount of [insert amount(s)12
in figures and words] upon receipt by us of
your first demand in writing declaring that the Supplier is in breach of its obligation under the
Contract because the Supplier used the advance payment for purposes other than toward delivery
of the Goods.
It is a condition for any claim and payment under this Guarantee to be made that the advance
payment referred to above must have been received by the Supplier on its account [insert
numberand domicile of the account]
This Guarantee shall remain valid and in full effect from the date of the advance payment
received by the Supplier under the Contract until [insert date13
].
This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458._____________________
[signature(s) of authorized representative(s) of the bank]
12
The bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in the
currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser. 13
Insert the Delivery date stipulated in the Contract Delivery Schedule. The Purchaser should note that in the
event of an extension of the time to perform the Contract, the Purchaser would need to request an extension of
this Guarantee from the bank. Such request must be in writing and must be made prior to the expiration date
established in the Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following
text to the Form, at the end of the penultimate paragraph: “We agree to a one-time extension of this Guarantee
for a period not to exceed [six months][one year], in response to the Purchaser’s written request for such
extension, such request to be presented to us before the expiry of the Guarantee.”
Section VIII. General Conditions of Contract 145
4. Format for Bank Guarantee for annual maintenance
(To be stamped in accordance with Stamp Act, if any, of the country of the
Issuing Bank)
Bank Guarantee No.:………………………… Date: …………………..
To: ……………………..(Name of the purchaser)
Whereas …………………………. (name of the Purchaser) hereinafter called
“the Supplier” has undertaken, in pursuance of contract No. ………… dated
……………20….. to supply ………… ………..(Description of Goods and
Services) hereinafter called “the contract”.
AND WHEREAS it has been stipulated by you in the said contract that the
supplier shall furnish you with a bank guarantee by a recognized bank for the
sum specified therein as security for compliance with the Supplier’s
performance obligations under the contract for Annual Maintenance and
Repairs of the entire system including cost of spares after warranty period for
next thirty eight months.
AND WHEREAS we have agreed to give the Supplier a guarantee.
THEREFORE WE hereby affirm that we are Guarantors and responsible to
you on behalf of the Supplier, up to a total of Rs. ……………(amount of
guarantee in words and figures) being 2.5% of the total cost of equipment and
we undertake to pay you, upon your first written demand declaring the
supplier to be in default under the contract and without cavil or argument, any
sum or sums within the limit of Rs. …………… (Amount of guarantee) as
aforesaid, without you needing to prove or to show grounds or reasons for
your demand or the sum specified therein.
This guarantee is valid until …………. day of ………… 20 ……….
Section VIII. General Conditions of Contract 146
This guarantee is subject to the uniform Rates for Demand Guarantees ICC
Publication No. 456 Except that sub-paragraph (ii) of sub article 20(a) is
hereby excluded.
Signature and seal of Guarantors
…………………………….
…………………………….
Date: ………………20……
NOTE:
1. SUPPLIERS SHOULD ENSURE THAT SEAL AND CODE No. OF
THE SIGNATOR IF PUT BY THE BANKERS, BEFORE
SUBMISSION OF THE BANK GUARANTEES.
Section VIII. General Conditions of Contract 147
Invitation for Bids (IFB)
International Competitive Bidding
Integrated Coastal Zone Management Project
Credit no. # 4765 – 0 IN
Procurement of Laboratory Equipments & Instruments and Related Services
ICB No. ICZMP/G/SPCB/02/2012-13 Date: 14.01.2013
1. This Invitation for Bids follows the General Procurement Notice for this Project that was
published in UNDB online, Issue # 774 of April 30, 2010
2. The Government of India has received a credit from the International Development
Association toward the cost of Integrated Coastal Zone Management Project, and it intends to
apply part of the proceeds of this credit to payments under the Contract for Purchase of Laboratory
Equipments & Instruments and Related Services.
3. The Project Director, ICZM Project, Odisha, 108, Surya Nagar , 2nd Floor , Unit-VII,
Bhubaneswar -751003, Odisha, India now invites sealed bids from eligible and qualified bidders
for Purchase of Equipments indicated in the Table below to be installed and commissioned at
different locations as detailed in Section VI. Schedule of Requirements- at in “List of Goods and
Delivery Schedule”. The bidder may submit the bid for any or all the Lots of equipment specified
below.
Lot No. Description of the Equipment Unit Quantity Bid
Security
(Rs. or
equivale
nt in a
freely
converti
ble
currenc
y)
1 2 3 4 5
1.
1.Inductively Coupled Plasma Spectrometer
(ICP-MS)
Set 1
68,000.00
2.UV-Visible Spectrophotometer Set 1
2. 1.Mercury Analyzer (Digital) Set 1 2,000.00
3.
1.Gas chromatograph (GC) with electron
capture detector (ECD), flame ionization
detector (FID), photo ionization detector
specifications (PID) & mass spectroscopy
(MS)
Set 2
1,60,000.00
Section VIII. General Conditions of Contract 148
2.High performance liquid chromatograph
(hplc) Set 1
4. 1.Algae analyzer Set 1 30,000.00
5.
1.Global Positioning System (GPS): Ordinary Set 2
6,600.00 2.Global Positioning System (GPS): for Sea
use Set 2
3.Global Positioning System Arc Pad with
DGPS Set 1
6.
1.Soil samplers (Coliwasa, Thief Sampler,
Trier, Augur) Set
4
18,800.00 2.Macro invertebrate sampler Set 2
3.Water sampler (Niskin) Set 6
4.Sediment Sampler : Ekman Dredge Set 4
5.Hand Core Sediment Sampler Set 3
7. 1. Phyto Plankton with flow meter sampler
2. zoo plankton sampler with flow meter Set 4
4 4,000.00
8.
1.Portable Analyzer Kit (for pH, DO, Temp,
Conductivity and Salinity) Set
3
20,500.00
2.pH meter with combined glass electrode Set 4
3.Conductivity meter Set 2
4.Nepheloturbidity meter Set 2
5.Flame photometer Set 2
6.Specific Ion Meter (Microprocessor
Control) Set
1
9. 1.Direct Water Current meter Set 2 7,000.00
10.
1.Hot air Oven Set 2
10,400.00
2.Hot Plate (Rectangular) Set 2
3.Muffle furnace Set 2
4.Heating mantles Set 10
5.Rotamantle Set 2
6.Water bath (Thermostatic control) Set 2
7.Magnetic stirrer with hot plate Set 10
11.
1.Sieve shaker Set 2
4,000.00 2.Rotary Shaker Set 2
3.Flask Shaker Set 2
4.Separatory funnel shaker Set 1
12. 1.Vacuum Pump Set 4
3,800.00 2.Filtration assembly with vacuum pump Set 3
13.
1.Barometer Set 1
1,620.00
2.Hygrometer Set 4
3.Max. Min thermometer Set 4
4.Thermometer (Mercury) up to 500C Set 6
5.Thermometer (Mercury) upto 1000C Set 2
6.Thermometer (Mercury) upto 2000C Set 2
7. Thermometer (Mercury) upto 3000C Set 2
Section VIII. General Conditions of Contract 149
8.Rain gauge Set 2
14.
1. TKN Analyzer automatic with aluminium
block digester Set 1
25,500.00
2. Total organic carbon (TOC) analyzer Set 1
15. 1.Real time continuous air monitoring station
(fixed station) having spm, rspm, PM
2.5,SO2, NOx, VOCs, BTX and
meteorological parameters
Set 1 1,80,000.00
16.
1.RSPM Air Sampler (NL) (With Calibration
Kit)
Set 10
28,700.00 2.Handy Sampler for Gaseous Monitoring Set 2
3.PM2.5 Sampler Set 3
4.Stack Monitoring Kit Set 3
17.
1.TCLP Agitator Set 1
11,500.00 2.Zero Head Space Extractor Set 1
3.Ultrasonic Water Bath Set 2
18.
1.Autoclave Set 2
13,450.00
2.Bacteriological Incubator Set 3
3.BOD Incubator Set 2
4.Horizontal Laminar Flow Set 2
5.Deep Freezer Set 2
6.Colony Counter (Electronic) Set 1
7.Centrifuge Set 2
19.
1.Binocular Microscope with photographic
facility Set 1
9,300.00 2.Dissecting Microscope Set 2
3.Magnifier Set 2
20.
1.Rotary Evaporator Set 1
23,000.00 2.Bomb Calorimeter Set 1
3.Flash Point apparatus Set 1
4.Karl Fischer Titrator Set 1
21.
1.Solvent extraction (accelerated) Set 2
25,500.00 2.Liquid handling systems (Dispensers) Set 5
3.Digital Burette Set 3
22. 1.Refrigerator Set 4
1,100.00 2.Grinder Set 2
23.
1.Analytical Balance (weighing upto 1.0 mg) Set 2
10,200.00 2.Analytical Balance (weighing upto 0.1 mg) Set 3
3.Analytical Balance (weighing upto 0.001
mg) Set 1
24. 1.Water Purification system (RO based) Set 2 10,000.00
25. 1.Noise level meter Set 2 10,000.00
26. 1.Gas Distribution System Set 1 7,000.00
Section VIII. General Conditions of Contract 150
4. Bidding will be conducted through the International Competitive Bidding (ICB) procedures
specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, May
2004, Revised Oct 2006 and May 2010 and is open to all bidders from Eligible Source Countries
as defined in the Guidelines.
5. Interested eligible bidders may obtain further information from Project Director, ICZM
Project, Odisha, 108, Surya Nagar, 2nd Floor, Unit-VII, Bhubaneswar -751003 , Odisha and
inspect the Bidding Documents at the address given below from 10.00 AM to 5.00 PM.
6. The Invitation for Bids (IFB) and the bidding documents are available at the Project
website http://www.iczmpodisha.org. Interested bidders can download the bidding documents
and commence preparation of bids to gain time. The downloaded bidding document can be
submitted along with non- refundable fee (through a demand draft) mentioned in the Table
towards the cost of the bidding documents. However, in case of any discrepancy between the
documents downloaded by the prospective bidder and the bidding documents (hard copy)
available from the Project office, the latter shall prevail.
The facility to download the bidding documents will be available from Dt. 15/01/2013 to
Dt. 01/03/2013 up to 17.00Hrs.
(a) Price of bidding document : Rs 2,100.00 (Including VAT)
(non-refundable)
(b) Postal charges, inland : Rs 500.00
(c) Postal charges, overseas : Rs 2,000.00
(d) Date of commencement of : 15/01/2013
sale of bidding document
(e) Last date for sale of : 01/03/2013
bidding document
(f) Last date and time for : 02/03/2013 up to 12.00 Hrs
receipt of bids
(g) Time and date of : 02/03/2013 at 12.30 Hrs
opening of bids
(h) Place of opening of bids : Project Director ICZM Project-Odisha
Plot # 108, Unit – VII,
Suryanagar, Bhubaneswar-751 003
(i) Address for : Project Director ICZM Project-Odisha
Communication Plot # 108, Unit – VII,
Section VIII. General Conditions of Contract 151
Suryanagar, Bhubaneswar-751 003
A complete set of Bidding Documents in English may be purchased by interested bidders on the
submission of a written Application to the address below and upon payment of a non refundable
fee as mentioned above in shape of Demand Draft on any Scheduled bank payable at
Bhubaneswar in favor of Project Director, ICZM Project-Odishaor in cash in Indian Rupees.
The Schedule of Requirements for all the schedules are contained in a single bidding document.
Bidders need not purchase more than one bid document even if they want to bid for more than
one Lot.
7. A clarification meeting will be held on 30.01.2013 at 11.30 Hrs in the Office of Project
Director, ICZM Project, Odisha, 108, Surya Nagar, 2nd Floor, Unit-VII, Bhubaneswar -751003,
Odisha to clarify the issues and to answer questions on any matter that may be raised at that stage
as stated in Clause 7.2 of ‘Instructions to Bidders’- Data Sheet of the bidding document.
8. Bids must be delivered to the address below on or before the schedule mentioned above.
Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the
presence of the bidders’ representatives who choose to attend in person at the address given below
at schedule of opening mentioned above. All bids must be accompanied by a Bid Security for the
Lot in INR or an equivalent amount in a freely convertible currency as mentioned in the table
above under the column 5 in favor of Project Director, ICZM Project-Odisha, payable at
Bhubaneswar.
9.The address (es) referred to above is:
Project Director
ICZM Project, Odisha
108, Surya Nagar , 2nd Floor , Unit-VII
Bhubaneswar -751003 , Odisha
Ph. No. : 0674-2397920 , 0674-2397930
Facsimile: 0674-2397965
Email : [email protected]
Web: www.iczmpodisha.org
__________________________