Home
tender document for supply of laboratory instruments/equipments
Contents
1. Accessories i Should be provided with operation amp maintenance Manual Two Sets Cable and plug and dust cover ii Cuvettes and Cuvette stand and spares One lamp one Cuvette stand and ten Cuvettes ii The NIST certified Standards with certificates should be supplied with 500 ml of each standard according to 4 point Calibration iv Calibration certificate will be provided by manufacturer from NABL accredited laboratory 33 ITEM CODE NO 3 CONDUCTIVITY METER BENCH TOP MODEL Microprocessor based light weight bench top digital conductivity meter for measurement of conductivity TDS salinity and Temperature Tough construction and waterproof conductivity meter with large multifunctional display parallel temperature display and automatic temperature compensation The data logging capability and the real time clock allows for all GLP functions Data output optional built in printer via RS 232 digital interface for connecting with PC Should have ability to set different cell constants so that the other special conductivity cells can be connected Technical Specifications Conductivity 0 0 uS cm 500 mS cm in 5 measuring ranges or AutoRange additionally for K 0 1 cm 1 0 00 uS cm 19 99 uS cm K 0 01 cm 1 0 000 uS cm 1 999 uS cm Specific resistance 0 000 1999 MQcm Cell constants Theoretically 1 0 Provide NISt traceable certificate Salinity Range 0 0 to
2. 10 000 ppm 54 ITEM CODE NO 19 BOD INCUBATOR Specifications Microprocessor PID control Auto tuning Calibration with shell level adjusters digital LED display 0 1 C resolution using touch sensation key pads forced air convention with an optimal cross flow type fan to maintain excellent temperature uniformity inside the incubator and fan speed can be controlled in three steps optimized sample inspection through tempered inner glass door without affecting chamber temperature over temperature limiter and door opening alarm nine steps of temperature profiles programmable three different temperature memorable Chamber Volume 244 liters Temperature Range 0 to 60 C Temperature accuracy 0 1 C Digital timer 1 minute to 99 hr 59 minutes Refrigerator 1 6 Hp HBP compressor Material Internal stainless steel 0 6 t External Steel 0 8t power coating Shelves Stainless Steel wire electro polished and separable Number of shelves Three Safety device CLS custom logical safe control system Print Interface RS 232 55 ITEM CODE NO 20 MICROWAVE DIGESTER Specifications The System must have a microwave power output of atleast 1400 watts delivered from 2 magnetrons for homogeneous heating Microwave system must deliver un pulsed Microwave energy output over the whole power range of 1400 Watts for precise reaction control Cavity volume must
3. 1 10 1 12 1 13 1 14 The bidder is expected to examine all instructions forms terms and conditions and specifications mentioned in the bid document carefully Failure to furnish all information required by the bid documents or submission of a bid not substantially responsive to the bid document in every respect will be at the bidder s risk and may result in the rejection of its bid The Board at its discretion may extend the last date of submission of tender and opening of tenders The final authority for acceptance of a tender will rest with the Member Secretary Bihar State Pollution Control Board who does not bind himself to accept the lowest tender and may accept or reject any or all of the bids received without assigning any reason Documents literature diagrams leaflets original catalogue of equipment and samples etc enclosed with the bids shall become the property of the Board without any cost WARRANTY The comprehensive warranty period will be for thirty six months starting from the date of successful commissioning of the instrument Under this warranty upon the receipt of such notice supplier agent shall within the period specified repair replace the defective instrument or spare parts thereof at the ultimate destination The supplier agent shall take over the replaced parts goods in the event of any correction of defects or replacement of defective material In such cases the warranty for the corrected replac
4. iii The rejected articles shall be removed by the bidder within 15 days of intimation of rejection after which Board shall not be responsible for any loss shortage or damage and shall have the right to dispose of such articles as he thinks fit at the bidder s risk and on his account The bidder shall be responsible for the proper packing so as to avoid damage under normal conditions of transport by sea rail and road or air and delivery of the material in good condition to the consignee at destination In the event of any loss damage breakage or leakage or any shortage the bidder shall be liable to make 18 20 0 good condition such loss and shortage found at the checking inspection of the materials by the consignee No extra cost on such account shall be admissible The Member Secretary can repudiate the contract for the supply at any time if the supplies are not made to his satisfaction after giving an opportunity to the bidder of being heard and recording of the reasons for repudiation MEMBER SECRETARY 19 Annexure I BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan Shastri Nagar Patna 800 023 EPABX 0612 2281250 2282265 Fax 0612 2281050 Website Website bspcb bih nic in BSPCB LAB INSTRUMENTS 2012 13 1 49 Dated 31 01 2013 APPLICATION FORM To be filled by the bidder Name and full address of the Bidder including Telegraphic Address Telex No and Fax No Name and designation of the Hea
5. ITEM CODE NO 23 AMBIENT SULPHUR DIOXIDE SO ANALYZER Conforming to USEPA Automated Federal Equivalent Method FEM Designation O01 Principal Pulsed UV Fluorescence 02 Measurement Sulphur Dioxide in Ambient Air 03 Lower Detectable limit 1 PPB 04 Ranges Auto ranging 500 PPB 05 Display Digital 06 Noise Level 0 50 PPB or 1 of the reading 07 Zero Drift lt 1 PPB 24 Hrs with automatic zero compensation 08 Span Drift lt 2 PPB full scale in 15 days 09 Calibration Please see calibration section 10 Consumables and spares Recommended requirements of 5 years of continuous operation 60 ITEM CODE NO 24 AMBIENT OXIDES OF NITROGEN NO ANALYZER Conforming to USEPA Automated Federal Reference Method FRM Designation Ol Principle Chemiluminescence 02 Measurement NO NO2 NOx in Ambient Air 03 Display Digital 04 Ranges Auto ranging 0 2000 PPB 05 Minimum Detectable Limit 1 PPB 06 Noise Level 0 5 PPB 07 Zero Drift lt 1 PPB 24 Hrs 08 Span Drift lt 2 in 15 days of full scale 09 Response Time 30 seconds or earlier 10 Linearity 1 of full scale 11 0 Calibration Please see calibration section 12 0 Consumables and spares Recommended requirements of 5 years of continuous operation 61 ITEM CODE NO 25 AMBIENT OZONE 0 ANALYSER Conforming to USEPA Automated Federal R
6. 70 0 according to IOT TDS Range 0 to 1999 mg l Temperature 5 0 to 105 0 C 0 1 C Accuracy Conductivity 0 5 of value Auto Read automatic manual selectable Reference Temperature Factory set at 25 C Temperature compensation Automatic or switched off Non linear function for natural water to EN 27 888 e Linear compensation from 0 001 2 999 K e No Temperature coefficient compensation Calibration Upto 3 point with 0 01 mol KCl Data Output Digital display 230 10Volts 50Hz Ac Energy Supply Protection Type IP67to IEC 529 3 years comprehensive on instrument amp 1 year Warranty on electrodes Internal Diagnostics Yes Splash Proof Housing Yes Display LCD Simultaneous Temperature Display Yes Membrane Keyboard with pressure defined points Yes 34 Memory Data Sets At least 800 GLP Supportes Functions Yes Calibration Protocol Yes Calibration Interval Selectable 1 999 Days Yes USB Port Yes Alarm Functions Yes Limit Value Settings Yes Sensor Validation Yes Certificates CE UL CUL Electrode Features Robust unbreakable epoxy body Highest degree of precision linearity and large measuring range with just one cell Long term cell constant stability with high quality abrasion resistant graphite electrodes with built in temperature sensor as standard Smallest immersion depth possible No measuring errors
7. Balance 04 2 6 0 12000 5 Ion Analyser 05 4 8 0 16000 6 Water Bath Thermostatic 06 4 0 2 400 7 UV Visible Spectrophotometer 07 2 4 0 8000 PC Controlled COD Refluxer with Air Condensers 08 4 1 0 2000 9 Autoclave 09 1 80 3600 10 Bacteriological Incubator 10 2 0 50 1000 11 Hot Air Oven 11 4 2000 1 0 12 Hot Plate 12 3 1200 0 60 13 Magnetic Stirrer with Hot Plate 13 4 400 0 20 14 Flame photometer Digital 14 3 1 20 2400 15 Digital Colony Counter Electronic 15 4 0 20 400 16 Heating Mantle 1 KW 3 and 16 6 0 12 240 0 50 KW 3 17 U P S 7 KVA 17 1 2 0 4000 18 Combustion Gas Analyser 18 1 6000 Flue gas Analyser 3 0 19 BOD Incubator 19 3 30 6000 20 Microwave Digester 20 1 80 16000 21 Muffle Furnace 21 4 1 60 3200 22 Ambient CO Analyser with DAS 22 1 6 0 12000 24 23 Ambient SO Analyser with DAS 23 6 0 12000 24 Ambient NOx NO NO NOx 24 6 0 12000 Analyzer with DAS f 25 Ambient Ozone O3 Analyser with 25 6 0 12000 DAS 26 Automatic Multi calibration system for 26 12000 Ambient gas Analyzer with Span gas 6 0 and other accessories Atomic Absorption 80000 27 Spectrophotometer 27 40 0 M Analyser 28 ercury Analyser 28 0 50 1000 29 CO HC Analyser 29 1 50 3000 30 Smoke Density Meter 30 2 0 4000 31 Micro processor Controlled Specific 31 3 0 6000 Colorimeter 23 Annexure VIA LIST OF DOCUMENTS FOR RELEASE OF PAYMENT THROUGH 1
8. Easy to handle Key Board operated and user friendly Data format transferable to user software 11 Weight Light Weight Portable 12 Certificate Calibration and certificate of approval from recognized agency like EPA TUV be provided 13 Documents Instruction manual for operation Circuit details for each electronic card for repair and maintenance 53 Annexure A Parameter Resolution Accuracy Range Temperature 0 1 C 0 3 of reading 0 10C use high temperature Measurement ie hg C F probe gases gt 600 Flue Temperature C 1112 F Inlet Temperature 0 1 C F 0 1 C 0 3 of reading 0 600 C Gas Measurement Oxygen 02 0 1 0 1 0 2 0 25 Carbon Monoxide 20 ppm CO 1 ppm lt 400 ppm 0 10 000 ppm 5 of reading lt 2000 ppm 10 of reading gt 2000 ppm Carbon Monoxide 0 01 5 of reading from 0 10 CO 0 1 to 10 Nitric Oxide NO 1 ppm 5 ppm 0 5 000 ppm lt 100 ppm 5 of reading gt 100 ppm Nitrogen dioxide 1 ppm 5 ppm 0 1 000 ppm NO2 lt 100 ppm 5 ppm lt 100 ppm Nitrogen dioxide 5 ppm 10 ppm lt 500 ppm 0 10 000 ppm NO2 5 of reading gt 500 ppm Sulphur dioxide 1 ppm 5 of reading gt 100 0 10 000 ppm S02 ppm Pressure 0 01 0 05 full scale 0 150 mbar mbar kpa Carbon dioxide CO2 0 1 0 0 Fuel Value Efficiency 0 1 1 0 100 Hydrocarbon HC 0 01 5 of reading 0
9. Preference will be given if facility for un attended hydride analysis by using electro thermal temperature controller Gold Amalgamation mercury trapping accessory for use with hydride generator for ppt level analysis of mercury High dissolved solid analyzer For analysis of high dissolved solid solutions of up to 30 weight volume Auto Dilutor Auto Dilutor In line auto dilutor capable of dilution up to at least 1 100 Should be intelligent to take care in case of standard or over ranged samples Capable of being operated on line with the auto sampler for flame Auto calibration Auto rinsing after each determination 70 Pump should be free from being contaminated by sample or diluent By pass for normal flame mode Air compressor with Air filter and oil free filter unit a The system should be noise free complete with pressure regulator necessary tubing and connectors and should meet the air supply requirements of AAS operation The operation of the air service unit or compressor should be quiet in operation It should include an oil free pump and should be provided with moisture trap The unit should be resistant to acidic vapors and the drain valve if any should be made of stainless steel or equivalent corrosion resistant materials In case having built in reservoir the hold up capacity water of the reservoir should be 30 liters or more Data processing automat
10. and mean of valid smoke readings along with measured oil temperature and maximum no load speed when tested for free acceleration test average no load speed date and time of test etc vehicle regd no etc 18 Heating Arrangements The instruments shall have heating facility to avoid condensation in the smoke chamber 19 Calibration The instruments shall have facility to adjust zero reading when smoke meter is field is clean air Smoke meter shall be supplied with a neutral density filter of non value to accuracy of 0 05 meter light absorption along with calibration certificate in the region of 1 5 to 2 5 meter 20 Correlation to Reference Smoke Meter The meter shall be correctable for the full load and free acceleration tests or only free acceleration test depending on intended use of the smoke meter with the reference standard meter meeting ECE regulation 24 requirements 77 ITEM CODE NO 31 Micro Processor Controlled Specific Colorimeter Specification for Colorimeter Wavelength nm 420 520 540 560 580 610 Wavelength Accuracy 2nm Wavelength Selection Automatic Photometric Range 0 to 2A Source Lamp Light emitting diode LED Detector Photodiode Display Custom LCD Unit mg L ppm ug L absorbance or transmittance Low Battery Indicator Yes RS232 Bidirectional Software Features Programmed Methods Up to 190 and 10 use
11. be 66 Liters or more to accommodate various accessories System must have built in high performance vessel cooling system The airflow must be directed through air guides around the vessels Air flow should be variable and controlled by system software To ensure user safety during handling vessels must be cooled inside the oven Removal of hot pressurized vessels and the use of external cooling devices like water baths is not acceptable System must have built in control and graphic display for all routine operations It should have possibility of connection with an external PC to view the process Should be quoted with Software to interface with external PC Should have possibility to store modify and recall custom programmes for process runs Should have provision for in built pressure filtration for easy processing after leaching runs Rotor system System must be capable of processing 16 reaction vessels simultaneously Should have provision for magnetic stirrer in each vessel position Sensor System Pressure sensor should be able to measure the pressure increase rate and provide feedback to instrument electronics to control exothermic reactions in their initial stage quote optionally Should have IR temperature sensor for remote non invasive measurement of temperature Vessel Specifications Volume 100 ml as per EPA 3015A Maximum Pressure 70 bar 1000 psi or more Max Operation Temperature 200 deg C or more Mat
12. even with very dirty electrode contact resistance on the electrode surface is automatically compensated from cable influences from primary or secondary polarization effects and due to contact with side walls or base of measuring instruments Electrode Specifications Electrode Material Graphite Shaft Material Epoxy Cell Constant K 0 475 cm Cable Length 3 0 m or more Measuring Range 1 uS cm to 2S cm Temperature Range 0 100 Deg C Min Max Immersion Depth 36 120 mm Accessories i To be supplied complete with carrying case Electrode Rechargeable batteries Operation amp service Mannual Two set ii NIST traceable reference Certificate solution 1000 uS cm 1413 uS cm 12 9 mS cm with ii The Conductivity meter should be calibrated from NABL accredited laboratory Optional Buy Back of old conductivity meter option may also be quoted 35 ITEM CODE NO 4 ANALYTICAL BALANCE SEMI MICRO BALANCE 0 015 mg upto 60 gms and 0 025mg above 60 gms Calibration Built in fully automatic time and temperature controlled adjustment adjustment Linearity 0 1 mg in full scale Sensitivity Drift Max 0 00015 Built in USB Port for printer computer Weighing Pan Grid Normal 78 x 73 mm Draft Shield Automatic and detachable Display terminal detachable amp adjustable Level control Level control with warning signal Protection User administration amp Password p
13. from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before expiration of that period We are submitting a demand draft Payable At Patna for RS eee eeeeeeees in favour of Bihar State Pollution Control Board Patna towards the Earnest Money This bid together with your written acceptance thereof in your notification of award shall constitute a bidding contract between us We understood that you are not bound to accept the lowest or any bid you may receive We or our authorized dealer shall provide the spares service of equipment under warranty guarantee and also during AMC after expiry of warranty guarantee If authorized dealer is not available or authorized dealer is changed we manufacturer will be responsible for service repair of the equipment supplied by us Dated this day of ac 220 2012 Signature of authorized Person Name with Stamp amp full Address 23 ANNEXURE V Schedule of Earnest Money List of instrument equipments with code no And delivery destination x Description of Instrument ee Approx Cot te Earnest Money No p Equipment Qty Nos In Lac i Amount in Rs code No 2 of the estimated cost 1 pH meter Digital Bench top 01 4 1 0 2000 2 Turbidity Meter Bench Top Model 02 6 1 50 3000 3 Conductivity Meter Bench Top Model 03 6 1 80 3600 4 Analytical
14. of Persons The Supplier shall be liable for and shall indemnify the Board against any liability loss claim or proceedings whatsoever arising under any statue or law in respect of personal injury or death or any disability caused by the carrying out the Works Damage to Property The Supplier shall be liable for and shall indemnify the Board against and insure and cause any Manufacturers and subcontractors to insure against any expense liability loss claim or proceedings in respect of any damage whatsoever to any real or personal property for any one occurrence in so far as such damage arises out of or in the course of or by reason of the carrying out of the Works and is due to any negligence omission or default of the Supplier or any person for whom the supplier is responsible or any Manufacturers and subcontractors or person whom the Manufacturers and subcontractors are responsible 15 6 0 6 1 6 2 7 0 8 0 9 0 ROYALTY AND PATENTS The Supplier shall pay all royalties and licenses fees for the use of any patented item whether it may be an invention method arrangement article process or appliance used in connection with the performance of the Contract The supplier shall indemnify and save harmless the Board against any and all costs damages and expenses of any nature or kind whatsoever which may arise out of or result from a claim by any person firm or corporation that the manufacture purchase use of sale of any o
15. or equivalent with impact bead and flow spoiler and should remain unaffected from attacks by acid solutions and organic solvents eg Methyl isobutyl Ketone ie MIBK The burner head adjustment in vertical and horizontal direction should be computer controlled and the position of the burner head should also get stored with a defined and particular method The nebulizer should be able to provide manually adjustable uptake rates and the material of the nebulizer amp related venturi should be inert to acid solutions and organic solvents such as MIBK Burner type Burner Head Fully Titanium or equivalent Nebulizer Corrosion resistance Platinum Iridium Tantalum venturi for resistance to acid attack 68 Spray chamber Polypropylene mixing spray chamber of pre mix design Burner adjustment Automatic motorized height adjustment of the burner and furnace head Flame Control type Flame Control a Computer controlled amp programmed oxidant selection with automatic gas sequencing and oxidant amp fuel monitoring b Advanced binary gas control system will be preferred due to less maintenance c Essential safety interlocks mains voltage burner type as well as its presence in position air selector flame sensor liquid trap level flash back gas supply pressure air supply and gas leak any where in the network of gas tubings in the system d Provision for safe and automatic
16. shall be the responsibility of the bidder to request for copy of any missing document Failure to do so will be at bidders risk The Supplier should attach a copy of financial bid Pro forma Invoice of the Instrument quoted without cost price figures along with the technical bid to assess the item components quoted in the bid The manufacturer will give the undertaking Annexure IV that he or his authorized dealer will service repair the equipment during guaranty warranty maintenance contract It may be noted that mere quoting lowest rates will not entitle any firm to get the order For qualifying technical bid the quality of the item being offered the past performance supply etc will also be taken into consideration The Board may call for any details explanation regarding technical amp financial aspect 2 5 2 6 2 7 2 8 Bidder can quote the rates for all the instruments tendered or some of the instruments or one instrument Separate price bid and technical bid should be submitted in separate envelopes for each item clearly mentioning the item code number item name on the top of the envelopes with senders name and address EMD should be submitted separately against each item Item wise technical specification and price should be in separate sheets i e there should be separate envelope for each item containing technical price bid amp item wise EMD incase bidders desire to quote more than one item The t
17. shutdown in case of power failure Guaranteed performance Absorbance gt 0 9 for 5 ug ml Copper and RSD lt 0 5 Working absorbance up to 3 ABS Detector Photomultiplier Tube based detector with high sensitivity for maximum signal to noise performance There should not be any kind of cooling required for the detector Graphite furnace Should be a transverse longitudnal heated graphite furnace Consisting of stabilized temperature total pyrolytic graphite platform Provision of two gas supplies program selectable with independent control over the gas supply through the furnace Heating rate of at least 2000 C per second cooling time 20 seconds temperature range ambient to 3000 C or more in 1 C increments Appropriate feed back system for furnace temperature control interlocks for water gas temperature furnace door graphite tube damage amp mains power At least 8 steps or more temperature programming facility with flexibility of programming selection ramp time gases gas flow and read trigger for each temperature step Transverse Zeeman magnetic field with longitudinal heating for universal temperature over the graphite tube There should be a circulating water cooling unit supplied from manufacturer to take care of the furnace cooling water requirements There should not be any discharge of water from this water circulation unit The machine should be factory aligned in both flame and grap
18. tender document by demand draft drawn in favour of Bihar State Pollution Control Board Payable at Patna along with technical bid The bid form downloaded through BSPCB website submitted without tender fees will not be accepted iii The Bid must be submitted in English In the case of foreign manufacturers the bids should be submitted by the authorized agents representatives they must enclose authorization letter issued by their manufacturer In case of the equipments instruments of Indian origin the bids shall be accepted from manufacturer or its authorized representative agent The tender document is not transferable by the purchaser The bid form in the tender document at Annexure II will be used for technical bid Tender document downloaded from the BSPCB website Website bspcb bih nic in can also be used Bids made on photocopy etc will not be considered However the additional sheets containing the same Pro forma may be used for each item Each sheet must be signed by the bidder The price bid must be in the form provided herewith at Annexure III It should be sealed in separate envelope The tender will not be accepted from the firm to whom the document has not been issued by the Board or bid form downloaded from the BSPCB website Website bspcb bih nic in without tender fee The Board reserves the right to accept or reject any or all the tenders in part or full without assigning any reason thereof 15 1 6 1 7 1 8 1 9
19. tender should be submitted separately for each equipment Bidder has to provide training on operation and maintenance to Board Officials of laboratory without any additional charges However training for sophisticated instrument will be provided by the bidder as specified in respective technical specifications of the instrument The instrument for which tenders are invited will have to be supplied within 90 days from the date of opening of LC if the goods are imported in the case of foreign suppliers the date of arrival of consignment at Indian port will be considered as the date of delivery A period of 60 days will be allowed for delivery of equipment from the date issue of purchase order in the case of Indian manufacturers suppliers In case of delay in delivery the liquidated damages will be levied as per Para no 13 from successful bidder After sales service is most important to be considered for comparison of the bids Bid of those firms who do not have Indian Local Agents to provide after sales and service during warranty period will not be considered After sales service must be provided at the premises of the Laboratory Offices of BSPCB by the manufacturer or authorized service provider The instrument will not be sent to the service provider for the repair In case of imported instruments the bid from Principals or their authorized agents will only be considered The instrument price should be quoted on FOR BSPCB basis the deli
20. the C S T freight BSPCB name ofthe etc including all currency in charges figure amp in figure amp words words 1 2 3 4 5 6 7 8 NOTE If this sheet is not sufficient to accommodate the bid the additional sheets may be used containing the same Proforma but all such sheets including this one must be signed by the Bidder along with the seal This Annexure must be enclosed in the Proforma Invoice price bid for item wise Separate Bid form should be attached for each equipment instrument quoted for 22 Signature with date amp stamp of the bidder ANNEXURE IV UNDERTAKING To be given by Principal Manufacturer TENDER NOTICE No BSPCB LAB INSTRUMENTS 2012 13 1 49 Dt 31 1 2013 TO THE MEMBER SECRETARY BIHAR STATE POLLUTION CONTROL BOARD BELTRON BHAWAN SHASTRI NAGAR PATNA 800 023 Sir We have examined the conditions of tender document and specifications of the instruments equipments the receipt of which is hereby acknowledged We the undersigned offer to supply deliver and install the Name of equipment instrument Please add additional pages if required The above supply installation shall be in conformity with the specifications and conditions of tender We undertake if our bid is accepted to deliver the instruments quoted by us we shall deliver and install within the period indicated in the tender document We agree to abide by this bid for a period of 180 days
21. the respective places directly and to be installed there by the supplier under intimation to BSPCB Office at Beltron Bhawan Shastri Nagar Patna 23 Please note that Performa Invoice must be separate for each instrument equipment For the comparison of the rates quoted in different currencies by the bidders the comparison will be done on the basis of conversion of currency in Indian Rupees on the date of opening of technical bid of the tender PAYMENT CONDITIONS For Foreign Bidders The foreign bidders should quote the price in foreign currency In case they have components and services of Indian agent the same may be quoted in Indian Rupees 100 payment will be released through irrevocable Letter of Credit in the name of foreign bidders for stores of foreign origin 80 payment will be made on shipment of the instrument Equipments and on furnishing Bank Guarantee Bank Draft for 10 of the purchase order as 13 3 2 3 3 3 4 3 5 4 0 4 1 4 2 4 3 performance security For release of payment the supplier shall submit documents as specified in Annexure VIA 20 will be released on satisfactory installation training and commissioning of instrument equipment Gi For Indian bidders 100 payment will be released on satisfactory supply installation training and commissioning of the instrument and on furnishing Bank Guarantee Bank Draft for 10 of the purchase order value as performance Security The suppli
22. where inspection can be made together with name and address of the person who is to be contacted for the purpose In case of those dealers who have newly entered in business a letter of introduction from their bankers will be necessary Clearance of consignment from Customs For imported items Clearance of the consignment from Customs will be done by the bidder Any custom duties paid as applicable under registration of Dept of Science and Technology for clearance of the consignment shall initially be paid by the bidder and the same shall be reimbursed by BSPCB after production of documentary evidence at actual as per Govt Rules THE BOARD WILL REIMBURSE THE CUSTOM DUTY ONLY NO OTHER CHARGES WILL BE BORN BY THE BOARD The delivery of goods will be taken at Central laboratories Demurrage charges In case any demurrage charges are paid to release the consignment from custom it will be borne by bidder Rejection i Articles not approved during inspection or testing shall be rejected and will have to be replaced by the bidder at his own cost within the time fixed by the Member Secretary ii If however due to exigencies of Bihar State Pollution Control Board work such replacement either in whole or in part is not considered feasible the Member Secretary after giving an opportunity to the bidder of being heard shall for reasons to be recorded deduct a suitable amount from the approved rates The deduction so made shall be final
23. 00 mm X 600 mm X 600 mm The temperature range should be ambient to 70 C with an accuracy of 0 2 C It should have adjustable 2 3 shelves pilot lamp atleast 3meter power cable amp plug Power Requirement 230 10 Volt 50Hz Optional Buy Back of old conductivity meter option may also be quoted 44 ITEM CODE 11 HOT AIR OVEN Internal Chamber size 60 X 60 X 60 cm Mounting Wheel mounting Double wall stainless steel SS 304 with inside Construction mirror finish and outside chamber dull buff Temp 5 C ambient to 350 C Temp Accuracy 0 2 C Electrical wiring High quality fire retardant with contractor Control Microprocessor based PID controller with digital display and PT 100 sensor Rating KW 3 KW Power Requirement 230 10 Volt 50Hz No of shelves 3 nos adjustable Safety system Safety alarm thermostat Quality tests System should pass IQ PQ OQ tests f To be provided with Temp control digital display of Accessories temperature Power cord Atleast five meters and plug Should be calibrated for temperature by NABL Calibration Accredited calibration laboratory and calibration certificate to be provided alongwith equipment 45 ITEM CODE 12 HOT PLATE The hot plate should be Rectangular in shape and made up with Stainless steel body thick SS plate 25 mm Or more which can with stand higher temperature The
24. 1 with digital display provision Construction Sample size 20ml Total volume 60 ml with Reagents Programmable countdown timer in HH MM up to 99 Timer hours 59 minutes with 2 hours adjustable timer with buzzer 15 reaction vessels along with air condensers Glassware Additional 30 reaction vessels and 15 Air condenser should also be supplied 1 SS holder for glass ware handling along with FRP water tank S 2 Aluminium stand for reaction vessels Accessories 3 Aluminium stand for air condensers Two sets of the above accessories have to be Graphic LCD module 128 x 64 dots with big Display board visible fonts and aesthetic soft touch key board The Heating block with micro controller programmed should provide a temperature range up to at least 200 C 41 ITEM CODE 09 AUTOCLAVE VERTICAL Technical Features Vertical autoclave with double walled units with pressure gauge pressure release valve and stainless steel basket as a standard feature mounted on sturdy legs Outer body and inner chamber of autoclave should be made of heavy thick gauge non magnetic stainless steel sheet of SS 304 grade are welded Autoclave should be air insulated from inside The lid should be constructed of thick stainless steel plate with a double safety radial locking arrangement foot pedal for easy lifting of lid to ensure smooth opening and closing operation Sealing of lid through resistant Neoprene rubber
25. 2 3 4 L C Equipment of Foreign Origin 1 2 3 4 5 6 7 Four 4 copies of the Manufacturer supplier s invoice showing the Equipment s description quantity unit price and total amount Original and Four 4 copies of the negotiable clean on board bill of landing marked freight prepaid and four copies of non negotiable bill of landing Four copies of the packing list identifying contents of each package Insurance certificate Manufacturer and Suppliers warranty certificate Factory test and inspection certificate Certificate of country of origin Annexure VIB Equipment to be Supplied by Indian Manufacturer Upon delivery of the Equipment to the transporters the Supplier shall notify the Board and mail the following documents to the Board Four copies of the Supplier s invoice showing the Equipment s description quantity unit price and total amount Supplier s and or Manufacturer s warranty certificate Factory test amp inspection certificate by manufacturer Insurance certificate 26 Annexure VII For Instruments and Equipments only Guidelines for Service Contract Annual Maintenance Contract Comprehensive Maintenance Contract 1 The proposals for maintenance of equipment should be submitted for 5 years Charges per year after guarantee period of minimum 36 months with spare amp parts The amount for the maintenance contract be mentioned for each equipment per year with
26. 2 regulator two stage Air acetylene filter assembly Should include filter for both compressor air and acetylene to remove oils water solids up to 99 99 at 0 1 microns Should remove acetone droplets from acetylene Should have flash back arrester for acetylene Reference Standard 1000 mg l 100 ml One No each of Al Sb As B Cd Cr Co Cu Fe Pb Sb Mn Hg Ca Ni Se Si Ti Zn Be V Mo Li Sn NIST or equilant certified reference standards Quarts cell holder 1 set Blower bent assembly 1 set Spare Parts amp Consumable All spares and consumables required for two years maintenance free running of the instrument should be provided list of spares amp consumables may be provided Nebulizer capillary tubing 1 set Pyro coated type graphite tubes with integrated platform 200 pieces Fume Hood Stainless Steel withappropriat duct dimension along with hood and corrosion acid proof centrifugal exhaust SPECIFICATIONS OF COMPUTER MINIMUM CONFIGURATION Make Standard make viz HP DELL Lenovo Pentium IV Intel IV processor 3 0 GHz Original mother board RAM 4 GB DDR RAM Up gradable up to 8 0GB Hard disk 500 GB ultra DMA or higher FDD 1 44 MB 3 5 CD Writer Combo drive Internal latest model Monitor 19 LCD TFT Port 4 bays 2 external amp 2 internal 2serial 1 parallel amp 3 USB with OEN LAN 1PS 2 mouse por
27. MENT FOR THE SUPPLY OF LABORATORY INSTRUMENTS EQUIPMENTS PRICE OF TENDER DOCUMENT Rs 10 000 00 Last date amp time for sale of Tenders 25 02 2013 up to 11 00 A M Last Date of Submission of Tender 25 02 2013 up to 02 00 P M Date of opening of Tenders 25 02 2013 at 03 30 P M Date of Sale of Tenders From 01 02 2013 to 25 02 2013 up to 11 00 A M Member Secretary No BIHAR BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan Shastri Nagar Patna 800 023 af EPABX 0612 2281250 2282265 Fax 0612 2281050 TENDER NOTICE BSPCB LAB INSTUMENTS 2012 13 1 49 Dt 31 01 13 TENDER NOTICE FOR THE SUPPLY OF LABORATORY INSTRUMENTS EQUIPMENTS 1 Bihar State Pollution Control Board Patna invites sealed tenders in two bid form Technical amp Financial separately from reputed manufacturer authorized dealers in India and abroad for supply of laboratory instruments equipments indicated below as per technical specifications specified in bidding documents A complete set of tender documents may be purchased by interested eligible bidders from 01 02 2013 to 25 02 2013 up to 11 00 A M on submission of a written application with a non refundable Bank draft of Rs 10 000 Rupees Ten Thousand only towards cost of Tender Document in favour of Bihar State Pollution Control Board payable at Patna The same can also be downloaded from Board s website http bspcb bih nic in In this case bid shall be accompanied along with a dem
28. TENDER NOTICE No BSPCB LAB INSTRUMENTS 2012 13 1 49 Dt 31 01 2013 TENDER DOCUMENT FOR SUPPLY OF LABORATORY INSTRUMENTS EQUIPMENTS BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan Shastri Nagar Patna 800 023 EPABX 0612 2281250 2282265 Fax 0612 2281050 Website bspcb bih nic in S No INDEX Contents Schedule of Tender Tender Notice General Terms amp Conditions Warranty Submission of Bid Earnest Money Payment Conditions Settlement of Dispute Laws amp Regulations Force Majeure Injury amp Damage Royalty amp Patent Effectiveness Forfeiture of Earnest Money Performance Security Deposits Forfeiture of Security Deposits Insurance Liquidity Damage Recoveries Inspection Clearance of Consignment Demurrage Charges Rejection Application Form Annexure I Bid Form Technical Annexure II Bid Form Financial Annexure III Undertaking Annexure IV Schedule of Earnest Money Annexure V List of Documents for release of payment through LC Annexure VIA amp B Guidelines for AMC Annexure V II Check List Annexure VIII Form for AMC charges Annexure IX Specification of Instruments Equipments 24 25 26 27 28 29 30 78 BIHAR BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan Shastri Nagar Patna 800 023 wy EPABX 0612 2281250 2282265 Fax 0612 2281050 Website bspcb bih nic in No BSPCB LAB INSTUMENTS 2012 13 1 49 Dt 31 01 13 Schedule of Tender TENDER DOCU
29. UST be NIST traceable The system should include at least three permeation chambers and should accept a Permeation Tube up to 11 cm in total length and 2 cm in diameter It should also have facility for Gas Phase titration GPT having Ozone generator of 6 PPM Ltrs And the converter efficiency should be 100 for conversion of NO concentration to NO The system should also include calibration of Ozone analyzer 66 ITEM CODE 27 ATOMIC ABSORPTION SPECTROPHOTOMETER AAS Computer controlled AAS with built in flame atomic emission Zeeman graphite furnace mode The whole system should consist of basic unit for flame air amp acetylene N20 amp Acetylene AA operation mercury hydride system graphite tube atomizer auto samplers auto diluters amp all related software with necessary spares and consumables The system should have facility software control from flame to furnace Features The system should be double beam AAS operating in the 185 900 nm wavelength range and giving a sensitivity of at least 0 9 abs for 5 ug ml with RSD less than 0 5 within 5 Sec time measurement aqueous copper standard solution with air acetylene flame The system should have absorption amp emission capabilities The parameters like slit width lamp current gas flow etc have to be controlled through computer Should have a visible display of the detectoris energy gain in some form convenient to the operator simultaneous background corr
30. and draft Rs 10 000 00 as cost of tender document Tenders technical amp financial must be submitted in two separate envelopes on or before 2 00 P M on 25 02 2013 at Bihar State Pollution Control Board Beltron Bhawan Shastrinagar Patna 800 023 Techno commercial bids will be opened on the same day i e 25 02 2013 at 3 00 P M in the presence of bidders or their authorized representatives Who would like to be present The date of opening of financial bid will be communicated latter on to the successful bidders whose techno commercial bid is found suitable by the Board All the tenders must be accompanied by bid security in accordance with the instructions given in bidding document Bihar State Pollution Control Board reserves the right to reject any or all the bids without assigning any reason whatsoever In the event of date being declared as holiday the date for submission and opening of bids shall be the following working day of the appointed date and time Terms and Conditions As detailed in bidding documents List of laboratory instruments equipments to be supplied pH Meter Digital Bench Top 4 Turbidity Meter Bench Top Model 6 Conductivity Meter Bench Top Model 6 Analytical Balance 2 Ion Analyser 4 Water Bath Thermostatic 4 UV Visible Spectrophotometer PC Controlled 2 COD Refluxer with Air Condensers 4 Autoclave 6 Bacteriological Incubator 2 Hot Air Oven 4 Hot Plate 3 Magnetic Stirrer wi
31. ator should be incorporated for easy monitoring of the temperature of the autoclave from a distance through its large LED display Programmable Temperature Controller A programmable micro processor based temperature controller cum indicator should be incorporated to pre program the sterilization cycle temperature with high amount of accuracy and reliability Working Chamber Dimensions Approx Diameter mm Height mm Volume Liters 400 mm 600 mm At least 70 liters or Optional Buy Back of old Autoclave against the supply may also be quoted 43 ITEM CODE 10 BACTERIOLOGICAL INCUBATOR The incubator should have double walled construction with stainless steel sheet minimum 75 mm thick with PUF insulation The inner chamber should be made up of SS 316 and outer chamber with SS 304 The door should have double glass viewing window of size adequate enough to permit observation without disturbing thermal condition A duct at the backside of the inside chamber should have heater and air circulating fan motor Heating element should be appropriately located to enable temperature control through built in air circulation fan The incubator should have observation door interior lighting port hole and safety y features It should have micro processor based PID controller with digital display and PT 100 sensors with printer interface facility The capacity should be approx 200 ltrs and inner chamber should be 6
32. capacity for 250ml 500ml 1000 ml flask Holding capacity 50 ITEM CODE NO 17 ONLINE UNINTERRUPTED POWER SUPPLY UPS SYSTEM Three phase input and single phase output Castor wheel mounted UPS alongwith automatic Delayed Restoration Device ADRD with atleast 4 hours backup in full capacity UPS Capacity 7 KVA Make Reputed make such as Tata Liebert Emerson APC Uniline Technology PWM using IGBT MOSFETS Crest Factor More than 3 1 Input Three phase Voltage 415 V AC Voltage Range 25 V Frequency 50 3 Hz Output Single Phase Voltage 220 V AC Voltage Range 10 V Frequency 50 Hz Regulation waveform Pure sine wave Batteries Battery Type Sealed maintenance free lead acid long life batteries Batteries Expected Life Minimum 5 years or more Battery Numbers Depends upon capacity of UPS and backup time Quote may be made on per battery basis mentioning nos of batteries required in the battery bank attached with UPS Battery Bank Housing Fully enclosed mild steel Almirah type housing with castor wheels and wheel locking 51 facility Backup Time 4 Hrs full load or more Battery Capacity Depends upon backup time may be quoted Recharge Time 5 hrs to 90 after complete discharge Distortion Less than 1 linear load Power Factor 0 9 to 1 0 Indicators Displa
33. cipal supplier or their authorized agents within 150 days from the date of opening of LC in case of foreign suppliers For Indian supplier the installation should be completed within 100 days from the date of issue of purchase order The supplier or their authorized agent should be in touch with the Central Laboratory of the Board to know the exact day of receipt of stores supplied dispatched by them The list of instruments equipments their approximate quantity and point of delivery is given at Annexure V and the detailed specification of the instrument are given in the tender document The quantity mentioned in the tender document may be increased or decreased at the discretion of the Competent Authority in the Board without assigning any reason Each and every folio of the tender must be signed by the bidder 11 2 29 2 30 2 31 2 32 2 33 2 34 a b c d e 2 35 The Bid shall be considered only for those instruments for which the rates have been specifically quoted The Board further reserves the right to accept the tender for all the instruments or some of the instruments for which the tenderer has quoted the bid The bidder should attach a separate list for the consumable spares required for smooth operation of the instrument at least for three years as optional items and two copies of trouble shooting manuals electric circuits etc along with the bid Combined EMD and consolidated bids will be rejected EMD and
34. cument The delivery of equipments accessories spares will be taken at Central lab at Patna The manufacturer will give an undertaking that during warranty and after expiry of comprehensive warranty period if required be responsible for annual Maintenance of the supplied item equipment for providing AMC Annexure IV amp VIII The supplier has to provide Bank Draft as performance security deposit after receiving the supply order The documents required for release of payment are mentioned at Annexure VIA amp VIB The Guidelines for AMC is available at Annexure VII and format for submitting AMC charges is at Annexure X 28 Annexure IX Form for submitting the AMC charges Name of Equipment Instrument Creeis eE E AE Eene Si Equipment Instrument code No The AMC charges per year S No Year AMC Charegs per year in Rs 1 I 2 II 3 Il 4 IV oe V Signatures of Authorized Signatory Place Designation Date Seal 29 PART B Specifications Of Instruments Equipments ITEM CODE 01 pH METER DIGITAL BENCH TOP Microprocessor based bench top pH meter for routine measurement of pH mV amp temperature with batteries or mains operation and large multifunction digital display automatic temperature compensation and parallel temperature display 5 point calibration system in a set including gel filled pH combined electrode with inbuilt temperature sensor Th
35. d of the Firm supplier and his Telephone No i In case the supplier is located out of Bihar specify the authorized Distributor s or Agent s Address in Patna if any ii Name Designation Address Telephone amp Fax Numbers of the Authorized Person who may be Contacted during the process of the Purchase concerned under this document Applicable for all the suppliers Instrument item Code Number s quoted for Whether Earnest Money Deposited Yes No If yes Amount in Rs Demand Draft No Date and Name of Issuing Bank Tender document fees Rs 10 000 details DD Cash receipt No Date and Name of Issuing Bank Income Tax Clearance Certificate Attached Latest with PAN Number Yes or No All the terms and conditions of the tender documents have been read carefully and are accepted Place Date Legally Binding Signature with stamp 20 BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan Shastri Nagar Patna 800 023 EPABX 0612 2281250 2282265 Fax 0612 2281050 Website Website bspcb bih nic in Bid Form For Name Of The Instrument _ BID FORM FOR TECHENICAL BID Please do not write the Price ANNEXURE II Details showing quantity specification and other details of the instruments offered Instrument Equipment code No _ to be filled by the bidder and must be kept marked as Technical Bid part of the Tender S No Name of The Specification offered b
36. e electrodes with standard electrolyte solution for Electrodes measurement of Fluoride Chloride Cyanide Nitrate Ammonia and Calcium with at least Two years of shelf life Spares and Should be supplied for two years trouble free operation consumables Electrodes Epoxy body combined solid state amp calibration standards Fluoride electrode suitable for range of 0 02 ppm to saturation Chloride electrode suitable for range of 1 80 to 35500 ppm to saturation Nitrate electrode Combined liquid membrane suitable for range of 0 1 to 14000 ppm Ammonia electrode Combined high performance Gas sensing suitable for range of 0 02 to 17000 ppm Calcium electrode Combined liquid membrane suitable for range of 0 02 to 40000 ppm 37 Cyanide electrode capable to measure Cyanide Sulphide electrode capable to measure Sulphide All electrodes should be supplied alongwith 60 ml X 5 no s of each Reference Electrode fill solution Standard solutions NIST certified 500ml 100 ppm for Fluoride 1000 ppm for Chloride 1000ppm for Nitrate and 0 1 M for Ammonia and 100 ppm for Calcium Accessories Should be supplied with Power cord Dust cover connecting cable Power adapter Operational amp Service Manual Two Copies of each Electrode Stand Flexible Beakers for Calibration 38 ITEM CODE NO 06 WATER BATH THERMOSTATIC Technical Specification Temperature range 5 above ambient to 100 C Tem
37. e equipment should be water proof light weight and portable Technical Specifications Display Range 0 0 0 tol4 00 pH Resolution Accuracy 0 005 pH Calibration 5 point calibration mV Range 999 9 999 9 mV 1 999 1 999 mV Resolution Accuracy 0 1 mV 40 3 mV 999 9 mV 1 mV 1 mV beyond 999 9 mV Temperature Range 5 C to 105 C Resolution Accuracy 0 1 C 0 1 C Temp Compensation Automatic Reference Temperature Selectable between 20 amp 25 C Data Output Via display and USB Port Mains 230 10 volts 50 Hz AC power and Power Supply 4x 1 5 Volt Rechargeable AA batteries Protection Type IP67 IP 67 Warranty 3 years on instrument amp 1 year on electrodes Internal Diagnostics Self Test Facility Yes Splash Proof Housing Yes Display LCD also display condition of Electrode Simultaneous Temperature amp pH Display Yes Membrane Keyboard with Yes pressure defined points Memory Data Sets 800 GLP Supports Functions Yes Calibration Protocol Yes USB Port Yes To attach normal printer amp PC Limit Value Settings Yes Printer Option Yes Thermal Printer not accepted Sensor Validation Yes 31 Combined Electrode Specifications Measuring Range 0 14pH Operating range Deg C 0 80 Reference Electrolyte Gel with one year replacement warra
38. e order will be according to technical evaluation of the tender and after consideration of its price worthiness The price to be given in the tender are fixed prices irrespective of rise in Materials prices etc till the delivery of the overall consignment No request regarding increase in the price of instruments etc will be entertained after the submission of the tender The nomenclature of the instruments and spares will be invariably same in Pro forma Invoice Invoice Packing list and all other relevant papers in case the Bidder is awarded with the purchase order for supply against its offer With the submission of his tender the bidder accepts the conditions of the tender If the instrument supplied is not in conformity with the specification other than asked for it will have to be replaced at the risk and cost of the supplier No freight and other charges for export and re shipment will be paid by the Board The authorized Indian agent representative should have minimum two years continuous agency partnership joint venture participation or collaboration with their principal foreign supplier The documentary proof of such agency ship authorization MOU should be submitted along with the technical part If the bid of the firm does not contain the proof of such nomination authorization Indian agent will be rejected The installation of the instruments is the entire responsibility of the supplier It must be done either by the prin
39. e rejected without assigning any reason The Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person duly authorized for this purpose The letter of authorization should bear the signatures of only the authorized person of the firm All pages of the Bid except for un amended printed literature shall be initialed by the person or persons signing the bid Clarification of Techno commercial bids To assist the techno commercial examination evaluation and comparison of bids the Board may at its discretion ask the bidder for a clarification of its Techno commercial bid However all responses to request for clarification shall be writing and no change in the price bids be sought offered or permitted Eventual suggestions for modification or subsidiary Tenders are principally not admissible 10 2 19 2 20 2 21 2 22 2 23 2 24 2 25 2 26 2 27 2 28 The specifications are clearly mentioned in the document and the Bidder is requested to submit Bid only if their offer strictly comply to these specifications The bidding for the instruments having different specification will be on Bidder s risk as the Board will not entertain such bids Bids carrying the statement like specification as per tender document shall not be entertained the product specifications supported by technical literature and list of users must be enclosed with Annexure II The placement of work order purchas
40. e to deposit performance security equal to 10 of the value of the contact price Within thirty 30 days of notification of award from the Board the successful Bidder shall furnish the Performance Security in the form of bank guarantee issued by a reputable bank having license to do business in India or as bank draft payable to Bihar State Pollution Control Board Patna for an amount equivalent to 5 of the Contract Price for the guaranty warranty period Remaining 5 shall be deducted from the bill after adjustment of earnest money 2 of estimated value submitted during bid submission No interest will be paid by the State Board on the performance security money 16 5 The performance security money shall be refunded after the expiry of the period of guarantee warranty and after satisfied there are no dues outstanding against the bidder 6 In case of non submission of performance security of 10 the same will be deducted from the bill after adjustment of earnest money The decision in this regards shall be obtained from Board on request of the bidder 10 0 Forfeiture of Performance Security Deposit 11 0 12 0 13 0 14 0 Performance Security amount in full or part may be forfeited in the following cases a When any terms and conditions of the contract is breached b When the bidder fails to make complete supply satisfactorily c Notice of reasonable time will be given in case of forfeiture of security depos
41. ection deuterium amp zeeman with attenuator It should have provision for automatic calibration using at least up to six 6 standards and recalibration with single standard and should operate on 220 _10 Volts 50Hz AC power supply The flame and graphite furnace system should be integrated preferably in one spectrophotometer and easy switching operation from one mode to another should be fully computer controlled Flipping from one mode to other should not disturb the optical alignment at all No mechanical atomizer changeover mechanism so as to get good reproducibility amp alignment Methods should be able to run sequentially in each sample compartment as a dual analysis Auto sampler should be permanently aligned amp installed with the furnace Composition Atomic Absorption Spectrophotometer Flame 1 set Graphite tube atomizer GTA and auto sampler for 1 set GTA Hydride vapor generator 1 set Auto dilutor 1 set High temperature burner head 1 set Data processing auto control system 1 set Hollow cathode lamp for Al Sb As B Cd Cr Co Cu Fe Pb Sb Mn Hg 1 Each Ca Ni Se Si Ti Zn Be V Mo Li Sn Automatic cooling water circulation system 1 set Necessary accessories for above system 1 set 67 Technical Specifications Photometric System Double Beam real time shared optics long term stability to withstand thermal and mechanical variations Dual blazed h
42. ed materials shall be extended to the left over period of warranty The comprehensive warranty includes maintenance of equipments including spare parts etc The tender would be regarded as turned down if no award of contract has been obtained till the expiry of the tender validity No separate communication will be made in this regard The items have to be supplied in standard packing at the Central Laboratory Bihar State Pollution Control Board Beltron Bhawan Shastri Nagar Patna 23 In case of the date of submission and the date of opening of tender is declared as Public Holiday the tender shall be submitted and opened on the next working day at the same time The bid shall contain no interlineations erasures or overwriting words except as necessary to correct errors made by the bidder in such case correction shall be initialed by the person or persons signing the bid Late and delayed tenders will not be considered and shall be returned unopened to the Bidder It is advised that the outside suppliers should send the tender through Registered Post However the local supplier may drop their tenders in tender Box kept in BSPCB Patna for this purpose In no case tender should be handed over to any employee of the Board Canvassing in any form will disqualify the bid 1 16 1 18 2 0 2 1 2 2 2 4 Request for the tender document for bidding through Telex Telegram Telephone Money Order and Tele fax shall not be en
43. eference Method FRM Design Principle UV Photometric E ee Zero Drift lt 2 per month Span Drift lt 1 per month Flow Rate 1 3 Liters Minute Calibration Please see calibration section in general specification Consumables and spares Recommended requirements of 3 years operation Linearity Continuous 1 Analog Output 0 1V 0 10V 0 20mA 4 20mA Digital Output Multi drop RS 232 port 62 DATA ACQUISITION SYSTEM The data Acquisition System DAS should be able to collect and store meteorological data and air quality data from all instruments listed above The DAS should be data logger designed to acquire transmit process and store data DAS should include following minimum features Industry Standard RS232 Communication enabling digital analog communication with all supported monitoring and meteorological equipment Supports remote communication through radio switched telephone cellular telephone as well as short haul modems Capable to send SMS message to Cellular dives for location specific or in the event of fault or incase of data limitation error Data storage space for minimum 30 days of 5 minute historical data Captures minimum maximum average values and standard deviations Lighting amp surge protection facilities Full control over calibration cycle periods Password Protection DAS should be designed for unattended use DAS should have 6 to 8 line of fully pixilated graphic display LCD fo
44. ender is to be submitted Single Stage Two Envelope System i e the first sealed envelope will contain full information required to judge pre qualification signed tender document tender fee earnest money complete details and specification of the instruments offered in Annexure II without quoting price including the brochure leaflets and original catalogues list of credentials with documentary evidence i e purchase work order etc PAN Number VAT Sales Tax Registration No Affidavit for not being black listed It shall be marked as technical Bid No BSPCB LAB 2012 13 149 Dt 31 1 2013 due on 25 02 2013 for Laboratory Instruments Equipments The second envelope will contain only price quoted by the bidder in the form given at Annexure III of this document and shall be clearly marked Price Bid No BSPCB LAB 2012 13 1 Dt 31 1 2013 for Laboratory Instrument Equipments Both the above envelopes must be separately sealed and shall be kept in one envelope bearing the address of BIHAR STATE POLLUTION CONTROL BOARD and prescribed with bold letter TENDER FOR LABORATORY INSTRUMENT EQUIPMENT NOT TO OPEN BEFORE 25 02 2013 AT 03 00 P M The senders address should be mentioned in all envelopes Instrument equipment Code Number should be mentioned invariably on all envelopes Technical part of the tender will be opened on due date i e at 3 00 P M on 25 02 2013 in the office of the Board in presence of the representative of the tend
45. er shall provide the documents with each instrument as mentioned at Annexure VI B The Performance Security shall be furnished by the principal supplier or their authorized Indian agent from any Nationalized Bank as Bank Guarantee Performance security shall be valid up to expiry of the warranty period The defective substandard and contrary to the specification of instruments if supplied have to be replaced by the supplier at their cost and responsibility In case of indigenous instrument equipment quoted by Indian firms representatives Indian agents of foreign supplier manufacturers in rupee terms the payment will be made in Indian rupees directly after supply and satisfactory installation commissioning Single bills against one order as per supply order mentioning item code and other details will be accepted The reference of supply order should be submitted for payment SETTLEMENT OF DISPUTE ARBITRATION All disputes or difference arising out of or in connection with the contract and supply of any item equipment assigned under the same whether during the progress of the works or after their completion determination abandonment or breach of the contract shall be settled by the Chairman Bihar State Pollution Control Board in accordance with the Arbitration and Conciliation Act 1996 The arbitrators appointed by the Chairman Bihar State Pollution Control Board The Chairman Bihar State Pollution Control Board Patna shall app
46. erer who would like to be present Sealed Price part of technically and commercially acceptable tenders will be opened on a later day subsequently as decided by the board The date of opening of financial bid will be communicated by the Board to the successful bidders whose techno commercial bid is found substantially responsive EARNEST MONEY SECURITY DEPOSIT i The Earnest Money 2 of the estimated value as indicated in Bid document at Annexure V must be submitted by the Bidder along with the Tender in the form of Demand Draft only drawn in favour of BIHAR STATE POLLUTION CONTROL BOARD payable at Patna It should be in Indian Rupees The Indian agent representative should furnish an authorization letter from their foreign Principal supplier authorizing to deposit the EMD on their behalf ii The Earnest Money shall be forfeited if a bidder withdraws or amends the tender in any respect within the period of validity of his tender or fails to 9 2 9 2 10 2 11 2 12 2 13 2 14 2 15 2 16 2 17 2 18 submit security deposit or agreement within the specified period as mentioned in the tender document Tender shall not be entertained where a bidder has not furnished adequate earnest money in the prescribed and acceptable form In case the instrument supplied is found defective and not attended by the supplier authorized agent the Security Money deposited by the supplier their authorized Indian agent will also be f
47. erial Design Pressure 140 bar 2000psi or more 56 Max temperature and pressure specifications must be available at the same time 1 All vessels should have simple hand tightening closure No special tools must be required to close the vessels 2 Reaction vessel must have reliable metal safety disks for overpressure protection Operation via self venting is not acceptable to prevent contamination and escape of gases 3 Reaction vessel must be vent able prior to removal and opening of the rotor to prevent chemical and pressure hazards 4 Each pressure vessels must be individually tested amp deliverance with pressure test certificate 5 Safety Features System must have magnetically resealing safety door for safe release of overpressure Multiple Over pressure release Devices Protection shields on rotors and Vessels Certified Safety System Additional Accessories Drying rotor with capacity more than 4 ltrs for microwave assisted fast and carbonization free drying of samples should be quoted optionally 57 ITEM CODE NO 21 MUFFLE FURNACE Digital Furnace has muffle wound externally with heating unit upto the max temperature of 1000 C and of the specifications are as follows Chamber size 450 x 230 x 230 mm Material Steel in and outside ceramic fibre insulation Door Opening amp closing with heat proof handle Exhaust fume exit provision Temp range 300 to1000 C Temp seus Thermostatical
48. ers shall be supplied with two copies of elaborate operation manuals comprising details in three parts Parts i should comprise installation operational and trouble shooting details Parts ii should have details about preventive routine and corrective maintenance and Parts iii should comprise details of all electrical electronic and pneumatic circuit diagram details of each spare parts catalogue No etc and details of each electronic card PCB s Parts iv Schematic diagram for possible repair amp maintenance Digital Output Multi drop RS 232 port shared between analyser and computer for data status and control 65 ITEM CODE NO 26 MULTICALIBRATION SYSTEM Gas Calibration System The calibration system for air monitoring equipment CO O3 SO NOx Analyzers should incorporate an automatic gas dilution calibration gas standards and a high performance zero air generator to calibrate all of the analyzers in the system The calibration cycle should be able to be configured through the data Acquisition System at any specific time during the day or night It should be mounted on standard 19 rack The dilution calibrator should be able to perform mixing of source gas from the calibration gas bottles with zero air generator in order to generate a wide range of calibration gas concentrations and minimizing the number of calibration gas standards required All the calibration gases provided along with the system M
49. est version with DVD ROM Licensed software compactable for operation control and monitoring of UV Spectrophotometer and accessory modules printer HP Software performing analysis at least as per DIN ISO US EPA calibration blank correction data import data export data handing and reporting quality control protocols computer based training Spare Parts Essential spare parts for five years of operation Matching cuvettes 6 pairs Should provide Dust cover operation manual Hard copy Two set and soft copy Other Requirements i The supplier shall do installation commissioning and impart training on operation and maintenance of system ii Principal manufacturer will submit the 5 years AMC charges after expiry of three years warranty iii The should be calibrated from NABL accredited calibration laboratory and calibration certificate will be provided 40 ITEM CODE NO 08 COD REFLUXER WITH AIR CONDENSERS COD refluxer will be used for Potassium dichromate Sulphuric Acid digestion of water waste water samples Capacity 15 samples at a time Should be compact and made of SS and should have 15 holes to take reaction vessels cooling tray and an air cooler stand for 15 air coolers and stand for 15 reaction vessels The capacity of glass vessels should be 100ml each with OD 39mm amp total length 280 mm Air Condenser should be of total length 745 mm amp OD 39mm Temperature 150 C
50. f the inventions methods arrangements articles processes or appliances used in connection with the performance of this Contract infringes any patent of such other rights The Supplier shall at the request of the Board defend the Board against any suit brought to enforce any such claim at the Suppliers expense In case any such patented item used on or in conjunction with the Works is in suit held to constitute and infringement of its use enjoined the supplier shall either secure for the Board the right to continue using the said item by suspension of the enjoinment by procuring for the Board a license or otherwise or will replace such items with a non infringing item or modify it so that it becomes non infringing or with the Boards approval remove the said enjoined item and refund to the Board the sums paid thereof EFFECTIVENESS This Contract shall come into force and effect on the date of the Letter of Award and shall be in force until the expiry of the warranty period and all the payments have been made to the Supplier Forfeiture of earnest money The earnest money will be forfeited in the following cases i When bidder withdraws or modifies the offer after opening of tender but before acceptance of tender ii When bidder does not execute the agreement if any prescribed within the specified time iii When the bidder does not deposit the security money Performance Security Deposit l Successful bidder will hav
51. flon air sampling intake filter drier Teflon tubing suitable for connection to air sampling manifold All such items are to be itemised Dust filter in all the analysers should be provided before solenoid valve to protect frequent chocking of solenoid valve The connector systems for out going signal for recording and the computer terminal should be on back panel with screw type connecting pins All ambient gas analysers shall conform with the USEPA automated reference or equivalent method designation as required by the specification for individual equipment All analysers shall be micro processor controlled with automatic calibration using an external dilution calibrator and calibration standards Al analysers and sensors should be fully inte grated in the rack cabinet fully calibrated amp tested before supply and ready for start up at the respective sites Analyser must exhibit performance equal to or better than values specified in the specifications The manufacture shall provided 03 years warranty for the entire system Annual Maintenance charges and Comprehensive maintenance charges for the entire system after the warranty period should be specified 64 4 12 4 13 4 14 4 15 The manufacture shall provide price list of the spares and ensure their availability for the next at least 8 years beyond the warranty period The manufacturer shall specify the cross sensitivity of measurement for all the analysers Each set of analys
52. gasket Ergonomic amp Energy efficient design Double Safety Radial Locking Arrangement Double Safety Valve Protection Hydraulic Testing Upto 2 5 times the working pressure i e 40psi Calibration And Protocol Documentation Heating The heating process of the vertical autoclave should be done through water heaters of suitable wattage to ensure optimum sterilization time in every sterilization cycle Working Temperature As per the international standards and guidelines vertical autoclave should have a working temperature of 121 C Range Ambient to 200 C Pressure Range The pressure range is 5 to 30 psi but it should be tested at 40 psi Accuracy 3psi Pressure Control The pressure inside vertical autoclave should be controlled through a Microprocessor based PID controller and display Safety locking system to prevent opening of lid when chamber is under pressure Steam Release valve of Stainless Steel to ensure a long life of Autoclave High grade spring loaded safety valve of brass duly chrome plated Water Indication Gauge with stainless steel enclosure High accuracy and reliable pressure gauge Lid opening mechanism Foot operated Paddle lift 42 Low Water Protection Device The automatic system should be incorporated to give protection against the low water level Drainage Drain pipe with cap Steam Release By hand set valve Digital Temperature Indicator A solid state digital temperature controller cum indic
53. he invoice documents air way bill packing list certificate of country of origin may be forwarded to the purchaser by fax immediately after shipment of the consignment to clear from custom authorities so as to avoid demurrage charges The consignment is to be get cleared by supplier from custom and he will deliver the item at Central and Regional laboratories At any time prior to the deadline for submission of bids the buyer may for any reason whether at its own initiative or in response to a clarification requested by a prospective bidder modify the bidding documents by an amendment The Amendment made by the competent authority in the tender document if any will be binding on the bidders In order to offer prospective bidder reasonable time in which to take the Amendment into account in preparing their bids the purchaser may at its discretion extend the deadline for the submission of bids According to the bidder if the tender documents contain unclear points which could influence price calculations the bidder has to inform the authority who is issuing the call of Tenders before submission of its Tender either in writing or by fax even if he has pointed out this earlier in any other form reference The Packing Forwarding charges must be quoted according to the place of delivery at Central Laboratory BSPCB Patna The supplier will be held liable for any damage theft or loss during transit The instruments are to be dispatched to
54. hite furnace modes and the change over from flame to graphite furnace and back should be automatic operation without hampering the alignment in both mode 69 Should be operated at 230 10 V 50 Hz AC with protection for overload Graphite Furnace Imaging system The system should have facility for observing sample injection through graphite television operation The image should be available on the computer screen amp the video image should be able to store for future need Auto Sampler for Graphite tube atomizer Furnace Permanently mounted graphite furnace auto sampler No need to remove amp re align auto sampler while changeover from flame to furnace The furnace auto sampler should hold up to 50 samples or more 10 pre mix standards and stock solutions for auto mixing auxiliary modifiers programmable dispensing volume 1 to 100ml auto mixing of standards auto injection of modifiers multiple injection for pre concentration automatic re slope auto re calibration check sample and spike recoveries Hydride Vapor Generator Automatic continuous flow hydride vapour generator Should provide a precision of 1 RSD or better The absorption cell should be of a closed cell design Should be capable of estimation of mercury by cold vapor technique Separate flow channel and quartz cell to be provided for mercury and other hydrides Should be equipped with provisions for online pre concentration
55. ic control system Windows based software Software for flame AA and graphite furnace air acetylene and nitrous oxide acetylene and mercury hydride systems Calibration curve and standard addition methods Necessary modules to set run and monitor all the accessories attached to the main unit Built in self diagnostics for performance verification The software should have the following features Use interface methods and sequences calibration graph measurement modes sampling modes pre emptive sampling smart rinse weight and volume and internal standards corrections blank and calibration corrections QC Protocols data display data handling import export facility reporting LIMS support Should offer IQ 0Q PQ Certification Application Software Online UPS Online UPS with 15 KVA with AMF batteries 30 minutes backup Accessories Manufacturer s standard accessories 1 set N O gas cylinder 47L with gas and 1 gas cylinder and 2 regulator two stage stainless steel regulator two stage with heater necessary tubings and connectors The heater should work on 220 10 V 50 Hz AC C H gas cylinder with gas 47L and 1 gas cylinder and 2 regulator two stage stainless steel regulator two stage 71 and necessary tubings and connectors Argon gas Cylinder with gas and stainless steel regulator two stage and necessary tubings and connectors 1 gas cylinder and
56. ing the technique of flame photometry comprising of aspirator oil free compressor burner filters and photo detector Technical Specifications Instruments response sensitivity Sodium Upto 100 units for 2 ppm or less Potassium Upto 100 units for 1 ppm or less Accuracy amp Reproducibility 2 Display Atleast 4 lines alpha numeric LCD read out with record for date and time of analysis Detector Photo conductive cell Filters Sodium Potassium with automatic filter selection facility Output RS 232 interface with printer post facility for hard copy Power requirement 230 10V 50 Hz AC 48 ITEM CODE NO 15 DIGITAL COLONY COUNTER ELECTRONIC SPECIFICATIONS Digital Colony Counter should have glare free illumination with 100 mm diameter magnifying lens the position of which should be adjustable e The counting plate should have standard wolf hugle ruling Should provide automatic digital display minimum 3 digits with facility to manually reset Should be complete with ON OFF switch probe for counting power cable with plug Suitable to work on 220 10 volts 50 Hz AC power supply 49 ITEM CODE NO 16 HEATING MANTLE IKW amp 0 5K W SPECIFICATIONS Made of yarn providing uniform heating of flasks up to 400 C Heating Mantle Built In energy regulator temperature Construction controlled indicator light fitted in painted metallic box Holding
57. it The decision of the Member Secretary in this regard shall be final The expenses of completing and stamping the agreement shall be paid by the bidder and the State Board shall be furnished free of charge with one executed stamped counter part of the agreement Insurance The goods will be delivered at the destination in perfect condition The supplier if he so desires may insure the valuable goods against loss by theft destruction or damage by fire flood under exposure to whether or otherwise viz war rebellion riot etc The insurance charges will be borne by the supplier and State Board will not reimburse such charges Liquidated damages 1 The time specified for delivery in the tender form shall be deemed to be the part of the contract and the successful bidder shall arrange supplies within the period from the date of supply order issued by the Member Secretary Bihar State Pollution Control Board Patna Bihar 2 In case of extension in the delivery period with liquidated damages the recovery shall be made on the basis of following percentages of value of Stores which the bidder has failed to supply a Delay up to one month of the prescribed delivery period 2 5 b Delay exceeding two month of the prescribed period 5 3 The maximum amount of liquidated damages shall be 5 4 If the supplier requires an extension of time in completion of contractual supply on account of occurrence of any hindrance he shall ap
58. ly controlled upto 1000 C at 1000 C 10 C accuracy single set point control rise time to1000 C less than 1 hour embedded heating elements on three sides Temp reading read set temperature on indicating pyrometers calibrated in 20 C measurements in the entire range displayed digitally Power 230 10V 50 Hz AC Watt 3000 Features Highly insulated Pilot lamp for thermostat operation Drop down door with high quality hinges to serve as shelf during un loading samples Safety interlock switch for open door 58 ITEM CODE No 22 AMBIENT CARBON MONOXIDE CO ANALYZER Conforming to USEPA Automated Federal Reference Method FRM Designation Ol principle Non dispersive Infra Red NDIR with Gas Filter Correlation 02 Measurement Carbon monoxide in Ambient Air 03 Display Digital 04 Ranges At least four ranges Auto ranging 0 100 PPM 05 Minimum Detectable limit 0 1 PPM 06 Zero Noise 0 05 PPM with time constant 30 sec 07 Zero Drift lt 0 2 PPM 7 days 08 Span Drift lt 1 full scale in 24 hrs 09 Calibration Calibration gas CO cylinder 47 lit and portable one each with known concentration has to be provided along with the instrument for calibration purpose It should also have pressure gas valve for Zero and span gas 10 Consumables and spares Recommended requirements of 5 years of continuous operation 59
59. ned engineer or supplier should be continued with supplying company for at least six years Please quote rates separately for all standards spares and consumables required for 3 years with detailed break up along with Annual Maintenance Contract AMC charges after expiry of warranty Note The supplier should enclose the technical compliance statements against our technical specifications clearly mentioning for each point The statement should be supported by relevant literature data 73 ITEM CODE NO 28 Mercury Analyzer SPECIFICATION 1 Measuring range in solutions 20 200 ng absolute with small reaction vessel 20 600 ng absolute with BOD bottle as reaction vessel 2 Sensitivity 3 ng absolute for 1 absorption 3 Detection limit 20 ng absolute or 0 0001 ppm 0 lug litre 4 Short term fluctuations 1 of F S 5 Vapour generation system All glass reaction assembly including BOD bottle 6 Readout 2 1 2 DIGIT display 7 Radiation source Mercury lamp 8 Detector Silicon photo detector 9 Power requirements 230V 50 Hz 40VA 10 Dimensions 510W x 240H x 350Dmn 74 ITEM CODE NO 29 CO HC Analyzer TECHNICAL SPECIFICATIONS GENERAL SPECIFICATIONS FOR CO HC ANALYSERS SI Particulars Parameters Specifications No 1 Measurement Range CO 0 to15 Vol HC 0 to 30000 ppm V
60. nty Membrane Shape Cylindrical Membrane resistance at 25 Deg C lt 1Gohm Diaphgram Ceramics Glass Shaft Material Noryl Epoxy Temperature Sensor built in NTC Accessories i Power cord Operational amp Service Manual Two Copies of each Freely adjustable Electrode Stand Beakers for Calibration ii NIST Traceable pH Buffer solution 1 68 4 01 7 41 9 18 5 X 100 ml of each with Certificate ii The pH meter should be calibrated from NABL accredited calibration laboratory and calibration certificate will be provided 32 ITEM CODE 02 TURBIDITY METER BENCH TOP MODEL Laboratory bench top turbidity meter suitable for measurements even for colored samples with Auto shut off with following specifications Display Digital Measuring Ranges 0 10 NTU 10 100 NTU 100 100 NTU 1000 4000 NTU Accuracy 2 of full scale in 100 to 1000 NTU 1 of full scale in 10 to 100 NTU Reproducibility 0 1 of Value Resolution 0 0001 NTU up to 9 99 NTU Range 0 001 NTU from 10 000 to 99 999 10 to 99 90 NTU 0 01 NTU from 100 NTU to 999 99 NTU 0 1 NTU from 1000 to 4000 NTU Stray light Less than 0 01 NTU Light Source Light emitting Diode for colorless samples and IR LED Should cover both visible and IR range Power requirement 230 10Volts 50 Hz AC Data Logging Downloadable to PC or Printer Calibration 4 Point calibration with vials for four standards and three samples
61. nual auto modezero span mode should be on front panel The analysers should operate at operating voltage 230 volts 10 volts AC and 50 Hz 3 The power supply input to protected against spikes from and to the analyser by an LC filter The power connection cable should be CEE type complete with 15 Amperes plug adaptable to Indian main socket The analysers must function properly in Indian conditions without any defect between 0 50 C ambient temperature 10 95 relative humidity and in high ambient dust levels The data capture rate should not be less then 85 or better The Manufacturer shall provide minimum of 2 weeks of operational amp preventive maintenance hands on training for at least two person at the installation site The analysers should be complete with calibration system The calibration system should be delivered along with respective span gas cylinder permeation tubes The span gas concentration should be within 60 90 of first measuring range The analyser must have zero point internal calibration system and in agreement with minimum detection limit of eachanalyser The calibration procedures are to integrated into the software system for automatic calibration The permeation tube and the calibration gases provided with the system shall have tractability to NIST The analysers shall be supplied with all ancillaries necessary for operation including external pump if any and any other items such as charcoal scrubber Te
62. oint a sole arbitrator The decision of the sole arbitrator shall be final and binding on both the parties It will not be an objection to any such appointment that the arbitrator is the Government servant and had any interest in the Board or the contract entered in to directly or indirectly In all cases the arbitrator shall state his decision in writing Arbitration proceedings shall be held at Patna Bihar India and the language of arbitration proceeding and that all documents and communications between the parties shall be in English It is a term of the contract that the party invoking the dispute shall specify the dispute or disputes to be referred to the arbitrator under this clause together with the amount or amount claimed in respect of each such dispute It is also a term of the contract that if the supplier s do not make any demand in respect of any claim s or dispute in writing within 90 days of submission of the final bill for payment the claim of the supplier will be deemed to have been waived and absolutely barred and the Board will be discharged and released of all liabilities under the contract in respect of these claims 14 4 4 4 5 5 0 5 1 5 2 LAWS AND REGULATIONS The formation validity and performance of this Contract shall be governed as to all matters by and under the laws and regulations of India and courts of Patna shall have exclusive jurisdiction in all matters arising under this Contract The S
63. ol Propane 0 to 15000 ppm n hexane equivalent CO 0 to 20 Vol O2 0 to 25 Vol 2 Warm up Period lt 10 min 3 Resolution of indication CO 0 01 Vol HC 1 ppm Vol CO 0 01 Vol O 0 01 Vol 4 Maximum Permissible CO Absolute 0 06 vol Intrinsic errors Relative 3 whichever is greater HC Absolute 12 ppm vol Relative 5 whichever is greater CO Absolute 0 4 vol Relative 4 whichever is greater O Absolute 0 1 vol Relative 3 whichever is greater 5 Rated Operational Temperature 5 C to 45 C Conditions Relative up to 90 Humidity Atmospheric 860 hPa to 1060 hPa Pressure Mains voltage 15 to 10 of nominal voltage variation 6 Display 20 character x 4 Line backlit LCD display 9mm character size for night and day visibility 7 Key Board Membrane Key Pad 18 keys 8 Power Supply Range 90 250 V AC 11 12 V DC 9 Response Time lt 15 sec 10 Printer A printer shall be provided to print all the data 11 Calibration The instrument should have calibration facility 75 ITEM CODE NO 30 Smoke Meter Specifications SI Particulars Specifications No 1 Display The Smoke meter shall indicate Light Absorption Coefficient K directly and shall have peak hold facility to display print the maximum smoke reading during free accelerations test 2 Scale O to 6 meter for light absorption coefficient K with resolution of at leas
64. olographic monochromator of at least 250 mm focal length and 1800 lines mm or more spectral band pass should be between O 1nm to 2 0 nm for effective measurements of all environmentally relevant metals and reduced height should be available for all the slit widths 1 Wavelength range 185 to 900 nm 2 Band width 0 1nm to 2 0 nm 3 Monochromator grating 1800 lines mm or Echelle grating blazed at 250 nm Automated self calibrating monochromator mechanism with micro stepping device for enhanced resolution 4 Focal length 250 nm or above 5 Wave length repeatabilit y 0 035nm 6 Monochromator Cherny Turner or equivalent 7 Resolution Better than 0 3nm 8 Baseline stability 0 05 abs per 30 min 9 Reciprocal Linear 0 5 nm mm or less at 200nm Dispersion RLD Lamp mount Number of Lamps Minimum 6 lamps per turret with automatic control Background correction Deuterium D2 amp Zeeman based The D2 background correction should be fast enough to take 200 readings sec amp Zeeman background correction system should also be available in the same instrument to correct stpectral backgrounds Optical axis adjustment Automatic for all lamp positions with six lamp turret based Type of Lamp Cable less Hollow cathode lamp HCL Flame atomization system Burner Flame Atomizer Air Acetylene and Nitrous Oxide Acetylene system C2H2 Air amp N20 Acetylene All titanium
65. orfeited Earnest money security deposit will not be taken from the following Undertakings Corporations Autonomous bodies Registered Societies Co operative Societies which are controlled managed by Government Govt Undertakings and Companies of Union Government and Government of Bihar Return of earnest money Unsuccessful bidder s earnest money will be discharged returned without any interest after the concerned purchase is finalized and that of successful bidders will be adjusted without interest in security deposit The validity of tender would be for a minimum period of 180 days from the date of opening of tenders A Bid valid for a shorter period may be rejected by the Board as non responsive In case the validity is to be extended the Board may solicit the Bidder s consent to an extension on the period of validity and the bid shall remain valid for the extended period mutually agreed for The prices should be quoted both in words and figures Arithmetical error will be rectified on the following basis If there is discrepancy between the unit price and total price that is obtained by the multiplying the Unit Price and quantity the unit price shall prevail and the total price shall be corrected If there is discrepancy between words and figures the amount in words will prevail Tenders not in proper sealed cover or received through telegraphically or E mail fax telex will not be entertained Conditional Tenders will b
66. perature stability 0 25 C Temperature uniformity 0 2 C Temperature Control Primary PID Programmable digital dual temperature control Secondary safety control Hydraulic thermostat Temperature sensor 100 Pt RTD Display LED c F switchable Wetted materials 304 SS Low level cutoff Yes adjustable Bath Capacity 10 Liters Bath Opening 10 4 x 1134 Working depth 6 Overall dimension 15 x8 1 8 x 15 Power 230 Volt AC 50 Hz 39 ITEM CODE NO 07 UV VISIBLE SPECTROPHOTOMETER PC Controlled Type The instrument should be double beam with solid state detectors automatic scanning and fully controlled by external PC using Windows based software Wavelength range should cover 190 1100 nm range with full PC controlled and software operating under windows environment Wavelength accuracy 0 3 nm or better Wavelength Repeatability lt 0 5 nm or better Light source Should be Deuterium and Tungsten Halogen lamp with selectable switching facility Band pass range Variable Bandwidth from 0 5 to 4nm Scan speed 5 to 3000 nm min Photometric drift 0 0003 absorbance units hour at 340 nm Power Requirement 230 VAC 10V 50 Hz Noise Level Should be 0 00008 A or better Computer PC should be of standard make DELL HP Lenovo with 4GB RAM and 500GB hard disk Lat
67. ply in writing to the authority which has placed the supply order for the same immediately on occurrence of the hindrance but not after the stipulated date of completion of supply of goods 5 Delivery period may be extended with or without liquidated damages if the delay in the supply of goods is on account of hindrances beyond the control of the bidder Recoveries Recoveries of liquidated damages short supply breakage rejected articles shall ordinary be made from bills Amount may also be with held to the extent of short supply breakage rejected articles and in case of failure 17 15 0 16 0 17 0 18 0 19 0 in satisfactory replacement by the supplier along with amount of liquidated damages shall be recovered from his dues and security deposit available with the department In case recovery is not possible appropriate action will be taken under Bihar PDR Act or any other relevant law in force Inspection a The Member Secretary BSPCB Patna or his duly authorized representative shall have right for inspection of the instrument equipments at premises of the bidder In case of foreign supply the bidder is required to submit the certificate of testing materials and workmanship of the instrument equipments machineries during manufacturing process or afterwards as may be decided b The bidder shall furnish complete address of the premises of his office godown and workshop with contact number of responsible person
68. r 1 Sale issue of From 01 02 2013 to 25 02 2013 BOQ bidding upto 11 00 a m document 2 Receipt of bids Upto 25 02 2013 at 2 00 p m Opening of 25 02 2013 at 3 30 p m technical bids 4 Opening of financial Shall be informed to bids technically qualified bidders 5 Cost of Rs 10 000 00 vide Demand BOQ bidding Draft in favour of Bihar State document Pollution Control Board Payable at Patna 3 All the bids must be accompanied by bid security in accordance with the bidding documents Member Secretary BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan Shastri Nagar Patna 800 023 EPABX 0612 2281250 2282265 Fax 0612 2281050 Website http bspcb bih nic in 1 0 1 1 1 2 1 3 1 4 kod EPABX 0612 2281250 2282265 Fax 0612 2281050 Sinan BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan Shastri Nagar Patna 800 023 Website bspcb bih nic in GENERAL TERMS AND CONDITIONS i The Tender Document along with detailed specifications of the instruments equipments can be obtained in person from the office of the Member Secretary Bihar State Pollution Control Board Patna or by the authorized representative on submission of prescribed tender fee in the form of demand draft drawn in favour of Bihar State Pollution Control Board Payable at Patna ii The bid document may also be downloaded from BSPCB_ website Website bspcb bih nic in Bidders using downloaded tender forms from BSPCB website must submit cost of
69. r data amp set up parameters to be viewed ANALYTICAL SOFTWARE The supplier should provide Windows XP or latest software based for data acquisition from the DAS and for statistical analysis and reporting of the monitored parameters mentioned above Analysis and reporting software should posses following minimum features Windows XP or latest compatible File format conversation Statistical analysis of data for maximum minimum average and 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 COMPUTER SPECIFICATIONS Make IBM compatible HP Core 2 Duo processor RAM 2 GB Hard disk 320 GB CD ROM write Combo as per latest configuration Monitor 40 LCD panel Port 2 Serial 1 parallel amp 4 USB with LAN Keyboard Multimedia Mouse optical Mouse Pad Software Windows XP latest version compatible with DAS SPECIFICATIONS OF COLOUR LASER PRINTER Colour Laser Jet Printer make HP 63 4 0 4 1 4 2 4 3 4 4 4 5 4 6 4 7 4 8 4 9 4 10 4 11 TECHNICAL SPECIFICATIONS GENERAL SPECIFICATIONS FOR ALL ANALYSERS The analysers should be 19 rack mounting model with facilities for fixing the analysers from front side The ON OFF switch and display of the entire important status single viz Sample flow temperature concentration range switch ma
70. r defined Data logging 100 points Built in Timer Yes Zero Yes Standby Mode Yes Capability for Downloading of Yes New Methods Electrical Features Power Four AA batteries Battery Life 2500 hours Alkaline 10000 hours Lithium Non Volatile Memory Yes Environmental Conditions Operating Temperature Range 0 to 45 C Humidity 90 at 50 0 C max Waterproof IP67 Inputs Keypad 12 dual function keys with tactile Feedback RS232 Yes Sample Chamber 24mm 16mm and 13mm Auto Test Recognition 13mm ampoules only 78
71. rm subject to arbitration Signature of bidder Member Secretary With Date Seal amp Address Bihar State Pollution Control Board 27 10 11 12 13 Annexure VIII CHECK LIST FOR THE BIDDER Bid on original Tender form only Separate EMD against each instrument equipments Earnest money or necessary documentary proof for exemption of earnest money with the part 1 of the bid The technical specification should be in Annexure II without quoting rate in the column no six to eight Price bid must be Part II of the bid in the form provided at Annexure III of the tender document It should be in a separate envelope The Basic Price Taxes Packing Forwarding Handling Transportation Insurance Installation charges Training etc must be quoted clearly Do not use vague terms like As Actual Approximately etc Do not use the terms As per Specification of Tender Documents in respect of instruments There should be proper write up of product quoted for supported with printed leaflets literature In case the bidder desires to quote more than one item separate envelope should be submitted technical bid in Annexure II amp price bid in Annexure III for individual item super scribing item code number and name With technical bid the bidder should provide a copy of the price bid format giving details of the items accessories spares etc without specifying the price other than one mentioned in Annexure III of this tender do
72. rotection Power Supply Should operate on 230 10 volts 50 Hz AC Calibration Standard calibration weight set 1mg to 200gm of E1 Class Weight Box traceable to National International Standards with certificate only one set for all Balances Other Requirement 1 To be supplied complete with dust cover Operation amp service Manual Two set ii Should be calibrated from NABL accredited calibration laboratory and calibration certificate will be provided This certificate will also be provided during warranty and AMC once in a year 36 ITEM CODE NO 5 SPECIFIC ION METER ION ANALYSER TECHNICAL SPECIFICATIONS pH measurement Range 0 000 to 14 000 Resolution 0 01 or better Relative Accuracy 0 002 Calibration 3 or 5 point by specific calibration solution Specificity up to three point from decimal Ion Concentration Range 0 001 19990 measurer Resolution 1 count Accuracy 0 5 Temperature Range 10 to 140 9C Measurement 6 Resolution 0 1 C 0 2 C Accuracy 0 1 C Date and time can be called up and recorded at least 1000 points Display Graphic LCD backlit display and feather touch keys Printer Computer Should have USB Port for attachment of Printer Computer connectivity Power Supply 9 Volt Line adapter for 230 10 volts 50 Hz AC Ambient conditions Equipment shall be suitable for operation in ambient temperature i e 5 50 C and relative humidity of 5 85 Ion Selective Ion selectiv
73. size of the Hot plate should be 45 cm 60cm 15cm The rating of Hot plate should be 3000 watts The Internal heating element should be superior quality and to be provided in shock roof enclosure and assessable easily for maintenance Microprocessor based temperature controller is preferred and temperature range should be 100 to 500 C with maximum surface temperature of hot plate not less than 300 C Power Requirement 230 10 Volt 50Hz To be complete with temperature control Switch Power cord energy regulator Mains spare heating element 46 ITEM CODE 13 MAGNETIC STIRRER WITH HOT PLATE Type Compact with Stainless steel top heating plate Width 200 to 250mm Approx Depth 250 to 300mm Approx Height 100 to 150mm Approx Speed Upto 1200 RPM provided with electronic speed regulator Temperature Range Ambient to 200 C Stirring capacity Atleast 10 liters powerful motor of 150 watts motor rating input Heating capacity 1000 watts provided with energy regulator Power 230410 volts 50 Hz AC operated Accessories Teflon coated Magnetic stirring bars cylindrical 12 mm 25 mm 35 mm 10 nos each Holding rods supporting rods Boss head clamp 47 ITEM CODE NO 14 FLAME PHOTOMETER DIGITAL System for the measurement of alkali and alkaline earth metals only Sodium and Pottasium in the environmental samples should be microprocessor controlled us
74. t Keyboard Latest multi media Microsoft Mouse Optical Scroll Mouse Pad 12 Sof Windows XP professional latest version with media ON ane documentation and certificate of authenticity alongwith CD Anti Virus Norton Quickheal or equivalent antivirus Latest Version DVD amp CD DVD ROM and CDRW combo drive max speed 48X24X 24 Writer Internal or latest model Network Card Network card with remote booting facility Energy star compliance screen blinking hard disk and system idle mode in power on set up password power supply surge protected k SPECIFICATION OF COLOR LASER PRINTER 15 Speed pages per minute At least 12 16 Resolution 1200 x 1200 dpi 17 RAM 8 MB expandable to 32 MB 18 Main tray Capacity At least 250 sheets 19 Interface Parallel amp USB 20 Operating System Windows 2000 XP 21 Power supply 230410VAC 50 Hz Training Training must be in three stages Stage 1 Theoretical training regarding principle operation and maintenance at Board Office Stage 2 Training on operation and maintenance at RPCB Patna for seven days at the time of installation Stage 3 Training for minimum two officials of Board at Principals place in India for a 10 days for the analysis amp sample preparation for all elements who s Hollow Cathode Lamps are being purchased Note Factory trained engineer has to be arranged for giving training to BSPCB staff This factory trai
75. t 0 1 meter between the range of 0O to 4 meter 3 Linearity 0 1 meter 4 Drift The instrument zero drift and span drift with neutral density filter having value between 1 5 to 2 5 meter shall not exceed 0 1 meter for 4 hrs warming up 5 Repeatability Shall not exceed 0 1 meter during five successive calibration test with neutral density filter having value between 1 5 to 2 5 meter 6 Light Source Incandescent lamp with a colour temperature in the range 2800 to 3250 K or Green Light Emitting Diode LED with a spectral peak between 550 and 570 nm 7 Light Detector Photo Cell or Photo Diode with filter if necessary 8 Physical Response Time lt 0 4 Sec 9 Electrical Response Time lt 1 1 Sec 90 of full scale deflection 10 Warm up Time lt 15 min after power on 11 Operating Temperature Range 5 to 50 Deg C 278 K to 323 K 12 Power 230 V 10 13 Engine Speed Measurement System With an easily attachable speed sensor The speed measurement range shall be minimum from 200 to 6000 rpm with Resolution of 10 rpm and Accuracy 20 rpm or 2 amp of reading 14 Oil Temperature Measurement System Shall have measurement range of atleast 0 to 150 C with Resolution of 1 C and Accuracy 3 C y 15 Computer Controlled Operation via RS232 interface 16 Probe Min 2 meter length amp internal diameter not less than 2 25 cm 17 Printer A printer shall be provided to print all the 76 smoke readings
76. tender document 2 Two preventive maintenance amp at least two break down visits per annum as amp when required will be provided under service contract 3 The firm shall depute service engineer to attend break down calls within 72 hrs from the receipt of the call from client In the event of failure on the part of the firm in attending to the preventive maintenance visit or in attending breakdown calls within 72 hrs The Member Secretary Bihar State Pollution Control Board Patna or an authorized officer of State Board on behalf of the State Board will have the right to make the recovery by way of compensation 2 of the AMC Contract value per day However firm shall not be responsible for delay in services due to non availability of spares or due to any reason beyond its control amp the duration of service contract will be increased extended by such period 4 The payment will be made on half yearly basis after satisfactory service within 60 days from the date of receipt of the bill Notwithstanding anything here in above provided it will be the responsibility of firm to see that the system including equipment as a whole including accessories software is kept in well working condition during the full period of contract besides the time reasonably amp naturally required in rectification servicing etc The points of disputes being mutually decided circumstantially on which the decision of the undersigned shall be final amp binding on fi
77. tertained The tender Notice No BSPCB LAB INSTUMENTS 2012 13 1 49 Dt 31 01 2013 along with the item code number The item code number is given in the specification sheet against each item must invariably be quoted in the bid and for further correspondence in this regard All the Tenders should be addressed to Member Secretary Bihar State Pollution Control Board BELTRON Bhawan Shastri Nagar Patna 800 023 Bihar India SUBMISSION OF BID The bid prepared by the bidder and all correspondence and documents relating to the bid shall be written in English language The check list for submission of bid is available at Annexure IX The Bidders are requested to quote the rates item wise for each equipment on FOR destination basis including total price of each instrument separately indicating the Govt levies and other expenditure item wise The freight charges and insurance will be borne by the buyer in the case of imported items For indigenous items supplied by Indian firms the rate should be FOR central laboratory of BSPCB Excise Duty excluded price should be quoted as necessary exemption certificate as applicable will be supplied by the Board Taxes and other levies insurance freight etc if any should be indicated separately also No C D form will be issued by the Board for CST VAT IMPORTANT Bidder is expected to examine the bidding documents carefully and are deemed to have received and read all relevant documents It
78. th Hot Plate 4 Flame photometer Digital 3 Digital Colony Counter Electronic 4 Heating Mantle 1 KW 3 and 0 50 KW 3 U P S 7 KVA 1 Combustion Gas Analyser Flue gas Analyzer 1 BOD Incubator 3 Microwave Digester 1 Muffle Furnace 4 Ambient CO Analyser 1 Ambient SO Analyser 1 Ambient NOx NO NO2 NOx Analyser 1 Ambient Ozone O3 Analyser 1 Automatic Multi calibration system for Ambient gas Analyzer with Span gas and other accessories 1 Atomic Absorption Spectrophotometer 1 Mercury Analyser 1 CO HC Analyser 1 Smoke Density Meter 1 and Micro processor Controlled Specific Colorimeter 1 Member Secretary PART A General Terms and Conditions Of Tender TENDER NOTICE No BSPCB LAB INSTUMENTS 2012 13 1 49 Dt 31 01 13 TENDER NOTICE FOR THE SUPPLY OF LABORATORY INSTRUMENTS EQUIPMENTS 1 Bihar State Pollution Control Board Patna invites sealed tenders in two bid form Technical amp Financial separately from reputed manufacturer authorized dealers in India and abroad for supply of laboratory instruments equipments as per technical specifications specified in bidding documents 2 The details of tender notice eligibility of bidder instructions to bidders scope of work bidding procedure and terms amp conditions are available in the bidding document Bidding document may be downloaded from http bspcb bih nic in The schedule of bidding are hereunde
79. upplier shall respect and abide by all laws and regulations of India and shall make its best effort to ensure that the personnel of the Supplier and their dependents while staying in India shall respect and abide by all laws and regulation of India The Supplier shall protect absolve and indemnify the Board and their representatives from any claim loss or damage arising from any non compliance alleged or proved without claiming them for payment FORCE MAJEURE Vendor shall not be considered in default if delay in delivery occurs due to causes beyond his control such as acts of God natural calamities civil wars strikes fire frost floods riots and acts of usurped power Only those causes which have a duration of more than seven calendar days shall be considered cause of force majeure A notification to this effect duly certified by the Local Chamber of Commerce Statutory Authorities shall be given by the Vendor to the buyer by registered letter In the event of delay due to such cases a length of time equal to the period of force majeure or at the option of the buyer may be extended the order may be cancelled Such cancellation would be without any liability whatsoever on the part of buyer In the event of such cancellation the vendor shall refund any amount advanced by the Purchaser and deliver back any material issued to him by the Purchaser and release facilities if any provided by the Purchaser INJURY AND DAMAGE Injury or Death
80. very shall be taken at Central laboratory BSPCB Patna The foreign bidders must indicate the following information in their Pro forma invoice along with the Price Bid separately for each instrument equipment Country of Origin Port of Shipment Name amp Address of beneficiaries Bank Branch name with Account No Whether trans shipment partial shipment is required or not The Indian Agent s complete address telephone amp fax number a The items have to be supplied in standard packing The foreign supplier should use the minimum possible packets and should reduce the size of the packing in volume to avoid extra demurrage in the bonded warehouse in India if any b Important Bank charges All Bank charges within the country in India will be buyers account and all Bank charges outside the country should be borne by the supplier beneficiary The bidders may note this and quote the price of the instrument equipment accordingly In the case of Foreign Suppliers they will have 12 2 36 2 37 2 38 2 39 2 40 2 41 2 42 3 0 31 to ensure shipment of the consignment as per the validity of the letter of credit established in this regard In case of extension of supply date is sought the bank charges towards the amendment of L C should be borne by the Beneficiary Supplier Foreign Principals their authorized Indian Agent shall intimate the buyer regarding the date of shipment well in advance A copy of t
81. y L E D Battery charge Load Level Online Over load On battery Replace battery Alarm Audible alarm for battery backup battery low and fault Protections Surge Surge suppression meets BIS or International Standard Overload Fuse amp Current limited Short circuit Fuse amp Current limited amp Cut off Battery low Cut Off No battery drain after cut off Overload Capacity 110 for continuous load Efficiency More than 90 Environment Operating Temperature Ambient to 50 C Operating Humidity 10 to 95 Non condensing Audible Noise Less than 45 dB at 1 meter Floor area occupied by UPS Should not be more than 1000 X 1000 mm 52 ITEM CODE NO 18 COMBUSTION GAS ANALYSER Flue Gas Analyser l Gases to be measured CO Ox CO2 SO NO NO HC and combustion efficiency 2 Sensors IR or Electro Chemical Sensors with high accuracy and life span of 3 to 5 years 3 Gas Flow 1 to 2 5 litre min 4 Temperature Measurable 600 C 5 Operating Temperature 0 50 C 6 Power Supply Battery operated along with built in charger on mains 230 V 10 VAC 50 Hz 3 7 Flue Gas Probe Stainless Steel Shaft with rubber handle 8 Pre Programming For Natural Gas light Oil heavy Oil LPGs Propane Butane Coke Coal etc 9 Parameter wise Specification Please see Annexure A 10 Software Operator
82. y the Bidder Difference in Specifications Z Unit Price Taxes and other Total Item of tender document and that z excluding expenditures Sales Amount of Bid if any rates at Tax VAT C S T FOR col no 7 freight cost of BSPCB indicate installation amp lin the name training in case Rupees 1 2 3 4 5 6 7 8 PLEASE DO NOT WRITE RATES PRICE HERE NOTE If this sheet is not sufficient to accommodate the bid the additional sheets may be used containing the same Proforma but all such sheets including this one must be signed on each sheet by the Bidder along with the seal Separate Bid form should be attached for each equipment quoted for 21 Signature with date amp stamp of the bidder BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan Shastri Nagar Patna 800 023 EPABX 0612 2281250 2282265 Fax 0612 2281050 Website Website bspcb bih nic in Bid Form For Price Bid For Name Of The Instrument _ ANNEXURE III Details showing quantity specification and other details of the instruments offered Instrument Equipment code No _ To be filled by the bidder and must be kept in Price Bid part of the Tender Unit Price S No Name of The Specification offered by the Difference in Specifications of excluding Taxes and other Total Item Bidder tender document and that of gt fates at col expenditures Amount Bid if any no 7 Sales Tax VAT FOR z indicate
Download Pdf Manuals
Related Search
Related Contents
POWERPOD740 DELUXE POWERPOD1062 DELUXE Statistics 250 Lecture Note 02 PROGRAMMAZIONE Read More - Northrop Grumman Corporation Fluidmaster B1F20CSR Installation Guide Manual de instrucciones de funciones básicas cerradura electrónica User Manual - Mindwalker Meter Copyright © All rights reserved.
Failed to retrieve file