Procurement of Laboratory Equipments & Instrumentsand Related

196
i International Competitive Bidding BIDDING DOCUMENTS 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

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

1

PART 1 – Bidding Procedures

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 49

49

Joint Venture Partner Information Form

Not Used.

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 58

58

[signature(s)]

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_________________________

63

PART 2 – Supply Requirements

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 160

Accessories Manufacturer’s standard accessories :1 set

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 98

4. Drawings

Not Used.

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

105

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 107

* Please attach details item-wise with cost.

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

109 Section VI. Schedule of Requirements

PART 3 - Contract

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

__________________________