volume i :- technical bid - n)procure of lab instruments... · cheque/demand draft drawn on any...

27
Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 1 AHMEDABAD MUNICIPAL CORPORATION MAHANAGAR SEVA SADAN CENTRAL LABORATORY Lic No QAC/R91/4650 Volume I :- Technical Bid Municipal Commissioner Ahmedabad Municipal Corporation Sardar Patel Bhavan, Dana pith, AHMEDABAD - 380 001 TENDER FOR Supply, Installation and Successful Commissioning of Laboratory Instruments at the Central Laboratory, Ahmedabad Municipal Corporation on Turn Key Basis.

Upload: dangcong

Post on 24-Apr-2018

216 views

Category:

Documents


3 download

TRANSCRIPT

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 1

AHMEDABAD MUNICIPAL CORPORATION

MAHANAGAR SEVA SADAN CENTRAL LABORATORY

Lic No QAC/R91/4650

Volume I :- Technical Bid

Municipal Commissioner Ahmedabad Municipal Corporation

Sardar Patel Bhavan, Dana pith, AHMEDABAD - 380 001

TENDER FOR Supply, Installation and Successful Commissioning of Laboratory

Instruments at the Central Laboratory, Ahmedabad Municipal Corporation on Turn Key Basis.

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 2

INDEX

Sr No Description Page No

1 MEMORANDUM OF WORK 03

2 GENERAL CONDITIONS 04-08

3

SECTION - I (A) Eligibility Criteria. (B) Instructions to Bidder.

09

4

SECTION - II Technical Specifications.

10-13

5

SECTION – III Annexure- I to VII,

Bid Form ,

Bank Guarantee &

Bank Detail Format.

14-23

6 PRICE BID 24-27

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 3

AHMEDABAD MUNICIPAL CORPORATION

MAHANAGR SEVA SADAN CENTRAL LABORATORY

(An ISO 9001:2015 accredited Laboratory) E-Tender Form

(To be returned with the Tender) Supply of Instruments at the Central Laboratory, Ahmedabad Municipal Corporation on Turn Key Basis.

(1) Name of the Firm : (2) Tender No. : 42 / 2017-18 (3) Earnest Money : Rs. 2,87,250/-

EMD shall be in the form of Cash/ Postal Order or Local Micar Cheque/Demand Draft drawn on any Nationalized Bank, Public Sector Bank: IDBI Bank, Private Sector Banks: ICICI Bank, HDFC Bank and Axis bank or other banks acceptable to the Ahmedabad Municipal Corporation, as per Annexure-V terms and conditions and/or Bank Guarantee issued by any local branch of Nationalized Bank, Public Sector Bank: IDBI Bank, Private Sector Banks: ICICI Bank, HDFC Bank and Axis bank or other banks acceptable to the Ahmedabad Municipal Corporation, as per Annexure-V terms and conditions, favoring “Municipal Commissioner, Ahmedabad” and Payable at Ahmedabad. In case of B.G. Submitted by the bidder outside Ahmedabad then bidder shall have to submit additional commitment/consent of local branch of the said bank liable to pay the guaranteed amount or any part thereof under this bank guarantee. Ahmedabad branch further agree that the guarantee here in contain shall remain in full force and effect during the period that would be mentioned in the bid and that it shall continue to be enforceable till all the dues of the corporation under or virtue of the said agreement have been paid and its claim satisfied or discharge and till a certificate to the effect has been received by the bank from the corporation.

(4) Tender Fee : Rs. 2400/- (NON REFUNDABLE) by DD only. (5) Validity Period : 120 days from the date of opening of the Price bid. (6)

Security Deposit : 5 % of the contract value in the form of DD/Bank Guarantee issued by

any local branch of Nationalized Bank, listed in Annexure-V, which shall be released upon completion of 12 months from successful completion of the work.

(7) Delivery period : 45 Days (8) Contractors Details

i. Name & Address :

ii. Contact No. : (9) Tender Documents Available on : http://www.amc.nprocure.com

(10) Details of Tenders : Technical Bid should be submitted in hardcopy only. Price Bid should be submitted online only on website: http://www.amc.nprocure.com

(11) Address of sending Tender : Assistant Manager (Project) / PWA Office, 2nd Floor, Ahmedabad Municipal Corporation, Sardar Patel Bhavan, Danapith, Ahmedabad–380 001, Gujarat, India.

(12) Online Price-bid Submission Last Date : 08-10-2017 upto 18.00 Hrs

(13) Date on or before which Tender must reach the office EMD & Tender Fee dt.

: 09-10-2017, Before 16.00 Hrs

(14) Opening Date. : 09-10-2017, 17.00 Hrs only Technical Bid. (15) Mode of sending the Tenders : Two-bid type tender: Volume I - Technical Bid is to be put in sealed

cover. The envelope shall indicate the name and address of the Bidder to enable the Tender to be returned unopened in case it is declared “Late Tender”. The envelope shall be addressed to the above address by Regd. A. D. Post / Speed post / Hand delivery. Tender Sent by Ordinary Post will be rejected. Volume II - Price Bid should be submitted online only on website: http://www.amc.nprocure.com

(16) Description essential to be made on sealed cover

: Tender No; Name of The Work, Bidder Name and Address.

Bidder's Name, Signature: Stamp & Date :

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 4

GENERAL CONDITIONS 1. Sealed tender, along with:

a. Tender fee favoring "Municipal commissioner, Ahmedabad" in the form of Cash/ Postal Order or Local Micr Cheque/Demand Draft drawn on any Nationalized Bank, Public Sector Bank: IDBI Bank, Private Sector Banks: ICICI Bank, HDFC Bank and Axis bank or other banks acceptable to the Ahmedabad Municipal Corporation, as per Annexure-V terms and conditions.

b. EMD favoring "Municipal commissioner, Ahmedabad" in the form of Cash/ Postal Order or Local Micr Cheque/Demand Draft drawn on any Nationalized Bank, Public Sector Bank: IDBI Bank, Private Sector Banks: ICICI Bank, HDFC Bank and Axis bank or other banks acceptable to the Ahmedabad Municipal Corporation, as per Annexure-V terms and conditions,

and/or Bank Guarantee issued by any local branch of Nationalized Bank, Public Sector Bank: IDBI Bank, Private Sector Banks: ICICI Bank, HDFC Bank and Axis bank or other banks acceptable to the Ahmedabad Municipal Corporation, should be addressed to Assistant Manager (Project) / PWA Office, 2nd Floor, Municipal Corporation Bank building, Ahmedabad Municipal Corporation, Sardar Patel Bhavan, Danapith, Ahmedbad-380 001 should be sent so as to reach him before last date and time.

2. Tender fee and EMD for the amount mentioned in tender notice, in favour of "Municipal Commissioner, Ahmedabad" payable at Ahmedabad shall be attached with the tender offer, without which tender will not be considered.

If the EMD is in the form of Bank Gurantee, the validity of the BG should be for a minimum period of six months. The EMD will be refunded to the Bidder whose bid gets rejected. If the tender is accepted, the amount of earnest money will be refunded after deposition of Security Deposit.

The bidder will have to inform to Central Laboratory, Ahmedabad if their Bank details changed after submission of bid. Otherwise in case of EMD or SD refund, payment would be done on the basis of bank details they had submitted with the bid.

No Interest will be paid on Earnest Money / Security Deposit.

The EMD/SD shall liable to be forfeited in the following circumstances when the:

a) Bidder fails to sign the agreement for entering into contract in case the offer is accepted, due to any reason whatsoever.

b) Bidder fails to replace the goods within the given stipulated time, declared not of standard quality or not conforming to accepted standards or found to be decayed / infected / spoiled before the date of expiry.

3. Successful Bidder shall have to deposit 5 % of the work order amount as security deposit as bank guarantee issued by any local branch of Nationalized Bank, as listed in Annexure-V, which shall remain valid through the period of contract and shall be released upon successful completion of the contract period and upon production of no objection certificate from the direct indenting offer. Also the bidder shall have to sign a contract paper with Municipal Corporation as per rules within 15 days after receipt of work order.

4. Conditional or alternative offer / tender will not be accepted.

5. Conditions of tender issued by Municipal Corporation must be Duly signed and Should be attached with the Tender.

6. The Municipal Corporation does not bind itself to purchase from the Bidder or any of the articles required whether specified in the same schedule or otherwise but only such articles and in such quantities as may from time to time be indented.

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 5

7. The Municipal Commissioner does not bind himself to accept the lowest or any tender but reserves right to accept any tender or reject all without assigning any reason.

8. Only manufacturer or their Authorized Distributors are eligible to quote the tender. Latest authorization certificate with validity period must be attested by manufacturer/ Authorized Distributors and must be attached with the tender as per Annexure-II. (Manufacturer’s Authorization Letter-MAL).

9. Bidder must clearly mention make & the materials catalogue no. if any; name and full address of the manufacturer, locally available service center and complete details as asked by A.M.C. as per Annexure-III (Warranty Compliance Statement).

10. The name of the instrument, its components, the name of the manufacturer and the country of the manufacturer in case of each item should be clearly stated.

11. Instruments supplied under order shall be new and according to the Specifications and shall be free from defects (Including concealed fault, deficiency in design, material and workmanship.). Bidder has to give the guarantee for the same as per Tender Specifications as per Annexure-IV (Details of Service and Support).

12. Any breakage or damage during transit shall be borne by the Bidder. The certificate issue for breakage, damage or loss by direct demanding officer or officer in charge, Scientist In-charge, Central Laboratory, AMC shall be final.

13. The rejected articles must be removed by the Bidder from the destination where they lie within 30 days of the date of rejection. The officials of Municipal Corporation will take reasonable care of such rejected materials but will not be responsible for any loss or damage that may occur to it while it is in their premises.

14. Direct Demanding Officers, City Engineer (WRM) and/or Scientist In-charge of Central Laboratory, are declared as direct demanding officers.

15. The successful Bidder shall have to offer onsite visit of similar installations at the company’s R & D section, in India, by minimum three officers of the Central Laboratory, AMC at bidders own cost.

16. The Bidder must mention the time schedule during which he will be able to supply the ordered goods.

a. Installation and commissioning of the equipment, testing & setting up the unit for continuous operation to be established within 2-3 weeks of the arrival of the equipment at the Central Laboratory, AMC. It would be negotiable, if found necessary.

b. Delivery to take place at the scheduled destinations as specified by Direct Demanding Officers of AMC in its Purchase Order (Within AMC limit).

17. AMC reserve the right to call for fresh information or details if required the Bidder must submit it.

18. Bidder has to give comprehensive training of the instruments onsite to staff members, as suggested by the direct demanding officer or officer in charge, Scientist In-charge, Central Laboratory and all expense for the same is to be borne by the supplier.

19. Municipal commissioner reserves the right to accept or to reject any tender in part or full without assigning any reason what so ever.

20. Photocopy of the orders executed for similar Tenders and their performance shall be attached.

21. Bidder shall have to submit two hard copies (one original + one duplicate) of the tender.

22. Bidder shall have to furnish Bank Details in Given Format in Three copies for refund of EMD.

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 6

23. The tender for the work shall remain open for a period of 120 calendar days form the date of opening of the price bid for this work and that the Bidder shall not be allowed to withdraw or modify the offer on his own during this period.

24. If any Bidder withdraws or makes any modifications or additions in the terms and conditions on his own, then Municipal Corporation shall, without prejudice to any right or remedy, be at liberty to reject the tender and forfeit the full earnest money deposit.

25. Except in the recital of the manner in which the contract deposit is made no alteration or interpolation will be allowed to be made by the Bidder his tender will be liable at the opinion of the officer in charge of the Laboratory, either to be rejected or to be treated as if no such alterations of interpolations have been made.

26. Persons tendering are informed that no erasers additions or alterations by them in the tender documents sent herewith will be allowed and any such erasures, additions or alteration will be disregarded.

27. If there is any error in writing no overwriting should be done. The wrong work or figure should be struck out and the correct one should be written above or near it in unambiguous way. Each correction should be initialed.

28. The earnest money deposit will be returned to the respective Bidders, with the exception of the successful Bidder, after the award had been finalized.

29. No Interest will be paid on Earnest Money and Security Deposit.

30. Various Sections of the tender document will be comprehensively referred to as tender document.

31. If required, Original Certificate or documents have to be produced by the Bidder at the time of evaluation of tender.

32. No tender shall be accepted unless it is properly sealed.

33. Even though the Bidder meets the above qualifying criteria, he shall be disqualified if he has made misleading or false representation in the forms, statements and attachments submitted in proof of the qualification requirements and / or record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

34. The Tender must be signed with full name, current address with phone numbers.

35. The purchaser reserves the right to increase or to decrease the quantity in the tender without any change in price or other terms and conditions.

36. Bidder must sign and stamp tender terms, conditions & specifications.

37. Price:

a. Bidder should note that the prices quoted for particular item are inclusive of GST, Surcharge, transportation, and no claim for additional payment beyond the prices quoted will be entertained and the Bidder will not be entitled subsequently to make any claim on any ground. Quoted price shall be firm, that is net price. The firm which has offered the lowest consolidated net price in the price bid (basic price, GST, transportation, installation and commissioning etc.), for the whole project (all items), shall be awarded the tender.

b. The rates should be quoted F.O.R. (Frieght on Railway) at Dudheshwar Laboratory delivery basis to the institution concerned inclusive of insurance charges irrespective of the value of the order. Rate should be net inclusive of all type of charges and GST.

c. Prices charged by the bidder for goods deliveredand services performed under the contract are fixed and not subjected to any additional price adjustment. Prices quoted in the tender shall remain firm and unchanged throughout the contract period. Request for the changein the prices quoted shall not be considered under any circumstances.

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 7

38. One year onsite comprehensive warranty covering all parts & labour is mandatory. A comprehensive list for critical spares and consumables should be provided.

39. A copy of the bill should be sent to this officer for record.

40. TERMS OF PAYMENT

a. Payment of material will be paid as per AMC rules and regulations.

b. Municipal Corporation is not issuing form "C" and "D" hence bidders should charge taxes accordingly.

c. Corporation will not consider any advance payment for material.

d. Bidder must be registered with the Ahmedabad Municipal Corporation and generate party code for settlement of all payments. If not registered, Annexure – VII duly filled in all respects should be provided for making any sort of payments.

e. For registration and party code generation, the bidder must have paid the professional tax dues (PEC) of the firm as well as of the employees (PRC) by the firm. If the firm has no employees a separate certificate regarding non applicability of PRC Tax must be provided.

41. TAXES AND DUTIES: The tender is inclusive of GST, Surcharge and any other charges on finished products. Taxes to be paid by the Bidder under any Central, State or Local Government rules and regulations will not be reimbursed to the Bidder in any conditions, even if introduced after wards.

42. Bidder has to check the nProcure website for Addendum if any before 48 hours of tender submission date & time. Bidder who quotes tender without attaching tender or the addendum will be rejected.

43. DELIVERY: Bidder has to supply the required material at Dudheshwar Laboratory within 45 days time limit upon receipt of work order as per the instruction of AMC Direct Demanding Officer or the scheduled destinations as specified by Direct Demanding Officers of AMC in its Purchase Order (Within AMC limit).

44. PENALTY:

a. If the contractor fails to supply the material within 75 days of order date then a penalty at 0.1% per day of contract value or maximum limit of 10% of contract value shall be deducted from the bill and incase of total failure in supply of instruments will be liable to forfeit EMD/SD and will be black listed by the AMC.

b. The contractor has to attend the complaint received by SMS/written/telephonic, with in a week and put the instrument back in service with in 15 days, failing which may cause a penalty of Rs. 5000/- per week, which shall be deducted from the Performance Guarantee, if any.

45. This contract is subject to Ahmedabad jurisdiction only.

46. Not more than one tender shall be submitted by a contractor or by a firm of contractors. No two or more concerns in which an individual is interested as a proprietor and / or a partner and / or director shall submit tender for the execution of the same work / tender. If so, all such tenders shall be liable to be rejected.

47. The Tenderer should submit a solvency certificate from a Nationalized Bank / Scheduled Bank (Please refer Annexure –V) for an amount of atleast 20% amount of the estimated cost of the tender. Bank Solvency shall not be older than one year period.

48. Disqualification: Even though the Applicants meet the required criteria, they are subject to be disqualified if Applicant or any of its constituent partner/s, director/s have:

Made misleading or false representation in the forms, statements, and attachments submitted; or

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 8

Been debarred or terminated or blacklisted by Central Govt. organization / State Govt. organization / AMC / Any Municipal Corporation / ULBs etc.

If, any of the directors, partners or the proprietor has a criminal history or has been convicted by any court of law for any of the offenses under any Indian laws.

If, any criminal proceeding is pending in any court of law in India against any of the directors, partners or a proprietor and if any such proceeding culminates into conviction.

The Bidder should submit an undertaking on a stamp paper of value rupees 100/-, his/her blamelessness / virtuousness, with regard to clause no. 48 and the same duly notarized. Refer Annexure – VI.

49. Joint Venture:

When the work is complex in nature and it requires different expertise from different discipline or when there is limited agency is available and it is necessary to promote competition joint venture shall be permitted.

The Joint Venture must fulfil the follwoing condition.

Max. Three Ageneies are permitted under JV.

All partner of JV are responsible for the execution of work.

Experience and Financial criteria will be applicable as per share in JV. Bidder’s Name, Signature: Stamp & Date:

Scientist In-charge (CL)

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 9

Section-I A. Eligibility Criteria:

1) Only manufacturer or their Authorized Distributors / Dealers are eligible to quote the tender. Latest authorization certificate with validity period must be attested by manufacturer/distributor/dealer and must be attached with the tender as per Annexure-II. (Manufacturer’s Authorization Letter-MAL), without which tender will be rejected.

2) Bidder has to submit latest company price list and literature of items if available. 3) Experience letter of similar nature of work for not less than three years as on 01-09-2017

by the bidder/agency on his letter pad. B. Instructions to the Bidders:

Submission of Tender: The original and duplicate tenders prepared by the Bidder shall be in two cover comprise of the following components: Cover-A: Parameters for Technical Qualifications

1) Tender fee & EMD. 2) Technical tender documents. 3) Covering letter as per Annexure-I. 4) Drawings and details of equipment. 5) Authorization to sign the tender. 6) Authorized distributer certificate with validity date and should be signed and stamped by

Manufacturer as per Annexure-II. 7) Bid form. 8) Executed order’s details with photo copies of order. 9) Details of Service and Support Center as per Annexure-III. 10) Undertaking as per Annexure-VI

Cover-B: Price Bid Schedule: To be submitted online only on http://www.amc.nprocure.com Tender price schedule duly filled including all Taxes as per Price-schedule. Two bid type tender. Volume-1 is to be put in sealed cover. The envelopes shall indicate the name and address of the Bidder to enable the Tender to be returned unopened in case it is declared “Late Tender”. The envelope shall be addressed at the following address by Regd. A. D. Post / Speed post / Hand delivery, To,

The Assistant Manager (Project)/PWA Office, 2nd Floor, Ahmedabad Municipal Corporation, Sardar Patel Bhavan, Danapith, Ahmedabad–380 001. Tender sent by Ordinary post will be rejected.

C. Opening of Tenders: 1) The tender will be opened in the office of the Assistant Manager (Project) / PWA Office,

2nd Floor, Ahmedabad Municipal Corporation, Sardar Patel Bhavan, Danapith, Ahmedabad – 380 001. by Tender Officer on due date at 5.00 p.m. hrs. in the following manner.

2) At the time of bid opening first tender fee and EMD cover will be opened. Then after only technical bid of all the Bidders having EMD and tender fee will be opened. After scrutiny of technical bids, the price bid of only those Bidders will be opened who will satisfy the eligibility criteria at a later date online.

3) The Bidder’s representatives who are present shall sign a register or paper evidencing their attendance.

D. Makes: As per mentioned in TENDER, Section-II, Technical Specifications.

Bidder’s Name, Signature: Stamp & Date:

Scientist In-charge (CL)

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 10

Section-II Technical Specification

Sr. No. Instrument Name Required specifications Req.

Qty. (Nos.)

Brand

1 Vertical Autoclave Double Walled, Complete Stainless Steel Inner and Outer body, Dia: 45 cm, Height: 60 cm, Extra gasket, Stainless Steel Perforated Basket, Lid made of heavy SS casting provided with pressure gauge, safety valve and steam release cock. Maximum operating pressure 22 psi and adjustable to 15 psi working pressure. Heavy Gun metal wing nuts for tightening all rounds with bolts. 3 kw heaters, Water level indicator, and Low water level cut off device, Pressure stat to cut off current at the set pressure and double safety valve with radial locking systems.

2 CINTEX / LABLINE / SSI / SYSTRONICS / EIE / MERCK / THERMOSCIENTIFIC/ HAMCO /ELICO / PSI / /LABHOSP/ SEDCO /IKA/ /WTW / EUTECH /HACH / ANALAB / MELTLER TOLEDO/ CHEMILINE / SHIMANDZU / ELICO-ASI / SCHOTT / TOSHNIWAL /ORION/ SWAN ANALYTICS / ASA –ANALYTICS/ OPTICS TECHNOLOGY/ SCILABWARE / VELP SCIENTIFIC/ LABCONO / GLASSCO / BOROSIL / GOEL GLASS / SIGMA ALDRICH (MERCK)

2 B.O.D. Incubator Capacity (Volume): 12 Cu. ft. Inner Size: 24 x 24 x 36 inc. (l x b x h) Temp. Range: 2 to 80˚C. Interior: Polished Stainless Steel, Anodized Aluminum Exterior & Thickness: 1 mm heavy gauge mild steel powder coated. Chamber & Structure: Triple walled and on heavy angle. Mobility: On each movable castor wheel.Insulation Thickness: Superior Thermo fiber board (High Grade) / PUF insulation 70 / 75 mm insulated. Inner Door: Full view glass, polycarbonate with metal frame. Outer Door: with look and key / module PVC magnetic gasket. Circulation: Forced Air by suction blower with fan. Temp. Controller: Micro – controller with dual display, 4 digit histosis / PID controller. Temp. Sensor: PT 100. Readability: 0.1 ˚C on digital LED. Least Count: 0.1 ˚C on digital controller. Accuracy: +/- 0.1 ˚C. Temp. Display: Digital LED 2˚C to 80˚C. Heater: Tabular finned type air heater. Refrigeration Compressor. Hermetically sealed of Kirloskar make. With below accessories. 1. Lighting system by three fluorescent tubes placed vertically along with back wall. 2. Cyclic Programmable time, 0-24 hrs for regulating the hr of right and darkness. 3. Suitable voltage stabilizer. 4. Calibration Certificate with traceability

5. Interior polished stainless steel / anodized aluminum and outer finished in durable powder coating paint. 6. Precisely controlled by microprocessor controller with dual display. 7. Circuit incorporated with solid-state relays. 8. Switchboard inside incubator with three switch & plug must be provided.

2

3 Sand Bath Constructed of stainless steel, Bath height (side panel) is 2”. With mounting base that sits/secures the bath on the hot plate. Size of hot plate (mm) 430W x 290D x 25H, Power 2.0 kW Temperature Ambient to 300°C, Temperature control Digital controller Electrical 220-240 VAC, 50Hz, 7.5A.

2

4 Microcontroller / Microprocessor based pH meter

pH range: 0 to 14 or above, Resolution: 0.01 pH, Accuracy: +/- 0.01 pH, mV range: 0 +/- 1999 mV, Temp. Range: 0 to 100˚C, Calibration: Three point segmented protocol, Error indications to trace any problems. With below accessories

Imported Glass Electrode (combined). Temp. Probe, 3. Electrode stand & clamp, 4. Dust cover, 5. Quality certificate

6. Instruction Manual. 7. Extra Imported Glass Electrode (combined) and Temp. Probe - 6 Nos. each. ACESSORIES: Acrylic Cover: 10" x10" x 5"

1

5 COD Assembly Reflux System

Controller: Microprocessor Based Digital Temperature Indicator cum Controller Display: LED with set value (SV) and Process value (PV) Block Dimensions: 270mm(L) X 150mm(W) X 70mm(D) Heater Load: 1.0 KW, Tube Cavity: 40mm(Ø) x 65mm(D) No. of Cavities: 15 holes to accommodate 15 samples. Set of COD flask and Glass Air Condenser to be Supplied - 15 nos. Air condensers of 600 mm length each. Sample Size: 20 mL. Temperature Range: Ambient +5°C to 150°C Temperature Accuracy: ±1°C, Sensor: RTD (Pt-100), Material External: Powder Coated CRC Steel, Block Polished Aluminium, Tube Rack: 1 No. Timer: (SAD) (Auto Time Control Unit) Fitted with Automatic Digital Minute Timer which starts automatically when set/desired value of temperature is achieved. When the set time period is over the heaters get switched off automatically. Buzzer: Alarm for cycle end, Power Supply: 230V AC, 50/60Hz. Accessories: Heating Mantle 500 mL with stirrer and magnetic paddle PTFE - 2 No.

2

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 11

6 Micro Controller Based Flame Photometer

Display: 2 Line 24 Character Dot Matrix Backlight LCD Module, Range: Na, K,Li : 1 to 100 ppm, Ca: 15 to 100 ppm, Ba: 50 to 1000 ppm, Sensitivity: Na, K & Li : 0.5 ppm , Ca: 15 ppm and Ba: 50 ppm. Linearity: < 3 %. Reproducibility: Better than 1% CV for 20 consecutive samples for Na, K, Li, Ca & 3% CV for 20 consecutive samples of Concentrations between 50 to 199 ppm for Barium. Detector: Photodiode. Ignition system: Auto ignition facility & Auto Gas Shut off in case of Power failure. Flame system: LPG & Dry Oil free air. Gas control: Adjustable with knob, Air compressor: Oil Free Air Compressor with built-in air regulator and air filter to deliver stable and moisture / Oil Free Air supply. Memory: To store and recall Minimum 200 samples with printing facility and Multiple calibration curve saving Facility. Minimum Sample Aspiration Rate: 3 to 6 ml /min. Power Supply: 230 V A.C, +/- 50Hz. Filters: Filters for Na, K, Li, Ca, and Ba are included. Provision for attachment of printer. ACESSORIES: 1. All filter (Na, K, Li, Ca & Ba). 2. Oil Free Compressor. 3. Moisture & Dust Filter with pressure regulator & gauge. 4. Atomizer/Capillary tube. 5. Gas Lighter. 6. Sample Beaker (5 No.). 7. LPG tube. 8. Cleaning wire 9. Power code. 10. Operation & Instruction Manual.

1 CINTEX / LABLINE / SSI / SYSTRONICS / EIE / MERCK / THERMOSCIENTIFIC/ HAMCO /ELICO / PSI / /LABHOSP/ SEDCO /IKA/ /WTW / EUTECH /HACH / ANALAB / MELTLER TOLEDO/ CHEMILINE / SHIMANDZU / ELICO-ASI / SCHOTT / TOSHNIWAL /ORION/ SWAN ANALYTICS / ASA –ANALYTICS/ OPTICS TECHNOLOGY/ SCILABWARE / VELP SCIENTIFIC/ LABCONO / GLASSCO / BOROSIL / GOEL GLASS / SIGMA ALDRICH (MERCK)

7 UV-VIS Spectrophotometer (Full Length)

Double Beam UV-VIS Spectrophotometer: with inbuilt pre-programmed methods for Water Analysis. • Minimum 100 Pre-programmed (inbuilt) Water Analysis Methods. • Memory space for creating >200 user defined methods •Memory space for Samples data storage. SPECTRAL: Range: 190 to 1100 nm , Bandwidth: < 2nm, Accuracy: ± 0.5 nm, Repeatability: ± 0.2 nm, Readability: 0.1 nm. PHOTOMETRIC: System: Double Beam optics, Range: ±3.000Abs, Accuracy: ± 0.005 Abs at 1.0 Abs, ± 0.010 Abs at 1.5 Abs. Repeatability: ± 0.002 Abs at 1.0 Abs, Stability (Baseline): ± 0.003 Abs/hr. after 2 hour warm up, Stray Light: <0.05% T at 220 nm with Nal 10g/L, Readability: %T 0.01 Abs 0.0001. LIGHT SOURCE: Deuterium Lamp (D2) & Tungsten (W), Halogen Lamp. DETECTOR: Photodiode. MONOCHROMATOR: Concave holographic grating with 1200 lines/mm. DATA PRESENTATION: 7” inch Touch screen display with Built-in Windows PC. DATA PROCESSING: Spectrum, Concentration, Time Scan, Discrete, Ratio metric, Peak Picking, Spectra Zooming, Data saving, Retrieving and Printing, Port for PC Connectivity, Computer and Printer: Branded AIO PC along with Suitable Printer should be quoted with the system with Latest configuration ; PC computer Make: HP / Dell / Acer / Lenova, Specification: Min 4 GB RAM, 1 TB HDD, i3/i5/ Pentium Quad Core processor, Free DOS / 19.5/ 23.8 Inch Screen, 1 Year Onsite Warranty, Keyboard, Mouse, Power Adaptor, User Manuals, Warranty Documents with all required accessories & 5 in 1 (print, fax, scan, copy, web) Colour Printer: Make: HP / Epson M-200 / Canon / Brother, Specification: Printer Resolution mono: 600 dpi & color 4800 x 1200 dpi, Print speed: minimum 6 ppm, Media size support: A4, A5, A6, B5, DL with all required accessories & 1 TB External HDD, SAMPLE ATTACHMENT: Fixed multiple cell holders for Reference & Sample accommodating 10 to 50 mm path cuvette and 16/24 Round Vials , ACCESSORIES: 10 mm path length cuvette ( 4pair), 16/24 Round Vials. Acrylic Cover Size: 22" x 17 x 10", 15" x 15" x 10" and 40" x 24" x 17".

1

8 Bacteriological Incubator

Size: 40” x 24” x 24” (Inner chamber) with Five wire-mesh shelves. Housing compact and double walled having SS interior and MS powder coated Exterior, with SS wire-mesh shelves and full length inner glass door. Locking System, external door, Light Weight 75 mm compressed insulation to prevent heat exchange. Heaters are placed at the bottom and sides for uniform heat distribution and provided with a rotary switch for selection of low, medium and high heat. Conveniently cess control panel grouped on top of the door with selection of Blind electronic or DIGITAL indicating temp. With On/Off switch. Air circulation by motorized blower or Fan. Temp. Range: Above ambient to 70˚C with accuracy of +/- 0.5 ˚C and batter in Auto tune PID Controller Universal with dual display & 4 digit decimal system. Triple walled three side heaters in German Memmert Type Model.

1

9 Ion Meter with Ion Selective Electrodes

Minimum three input channels to connect the electrodes. Direct measurement of pX (activity), pH, ORP, EMF, Concentration and Temperature Calibration of the standards for each element should be upto 10 points. Automatic Temperature Compensation 0 to 100 degree. Slope Correction and Asymmetric Potential correction for pH. Pt 100 based Temperature measurement. Open Temperature Sensor Indication. SPECIFICATIONS: mV Range: ±2000, Temperature range: 0 to 100, Repeatability 0.1 Power supply: 100-260 V AC, 50-60 Hz, 1ϕ Display: 2 Line 24 Character Dot Matrix Backlit LCD Modules. Receptacle BNC and Banana ACCESSORIES TO BE SUPPLIED: RTD Probe, Stirrer with Electrode stand and holding clamp and Stirring Capsule, Buffer Tablets and Polythene Bottles. Ion Selective Electrodes: Fluoride, Nitrate &Nitrite and corresponding standard solutions, ISE Electrodes Specifications: Fluoride ISE Measurement Range should be 0.2 to Saturated Nitrate ISE Measurement Range should be 0.4-62,000 ppm (as NO3) Nitrite ISE Measurement Range should be 1.6 to 6,400 ppm

1

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 12

10 Multi Parameter Water Analyses System

Minimum requirement: All Sensor-based analysis should be fully automated (injection of the sample, addition of the reagents and recording of the results) and simultaneously on each sensor controlled by centrally commanded software. The System should be integrated with the all parameters in a single panel. Analysis of all parameters to be completed simultaneously in less than 10 to 15 min. Auto cleaning, calibration, measurement & drain. 21" (inch) display unit for instant display of the results for 8 parameters immediately after analysis. On completion of sample analysis the water sample should be automatically flushed out from each sensor. Central Control for Automatic/manual calibration. Provisions required in the software: User Authentication, To define range for each parameter, Storage for minimum 1000 sample data and Report printing of sample data in appropriate format with colour printer. Built-in GPRS/3G/4G Module. Fluidics Subsystem requirements: a) Designed to work with Low volumes of all Reagents and samples. B) Easy maintainability c) Quick and Trouble free replacement of tube d) Chemical resistant material e) System allows a Bi- direction through flow f) Primary sample filtering. g) Easy re-filling of solutions. h) Level Sensors for all solution containers. i) Auto drain of any over flow from sample container. Pump Tubing requirements: a). Tygon Phar Med® Tubing. b). Opaque. c). Meets USP Class VI, FDA and NSF Criteria. System Tubing requirements: a). Characteristics: Exceptional tensile and tear strength, good biocompatibility, excellent chemical resistance, low gas permeability, and a smooth surface. Transparent. b). Certification: Product is manufactured in accordance with quality regulations CFR title 21, part 820 quality system requirements (GMP). c). Temperature range: -40 to 104o F (-40 to 40 oC). d). Sterilize: Autoclave, ethylene Oxide, or gamma irradiation. Warranty: One year onsite comprehensive warranty covering all parts & labour is mandatory. This period will start from the date of installation and successful commissioning acceptance of all the goods by the Central Laboratory, A.M.C. Accessories: Branded LCD Monitor 42" along with Suitable Printer should be quoted with the system with Latest configuration. 1 Year Onsite Warranty, Power Adaptor, User Manuals, Warranty Documents with all required accessories & 5 in 1 ( print, fax, scan, copy, web) Colour Printer; Make: HP / Epson M-200/ Canon / Brother, Specification: Printer Resolution mono: 600 dpi & color 4800 x 1200 dpi, Print speed: minimum 6 ppm, Media size support: A4, A5, A6, B5, DL with all required accessories & 1 TB External HDD. Dongle 1 year 4G network provision Parameters to be Tested and Method (Sensor/Electrometric/Colorimetric): 1). pH. Range: 0 – 14, Reproducibility: +/- 0.02, Resolution: 0.01. 2). Turbidity. Range: 0 – 1000 NTU, Reproducibility: 2% of Range, Resolution: 0.01. 3). TDS. Range: 0 – 50000 ppm Reproducibility: 2% of Range, Resolution: 0.01. 4). Free Residual Chlorine 0.01 – 20 mg/L. Reproducibility: 2% of Range, Resolution: 0.01. 5). Chloride. Range: 5 – 1000 mg/L, Reproducibility: 4% of Range, Resolution: 0.01. 6). Sulphate. Range: 2 – 400 mg/L, Reproducibility: 2% of Range, Resolution: 0.01. 7). Alkalinity. Range: 5 – 2000 mg/L, Reproducibility: 2% of Range, Resolution: 0.01. 8). Hardness. Range: 5 – 1000 mg/L, Reproducibility: 4% of Range, Resolution: 0.01. Standard Reference Book: Standard Methods for Examination of Water and Wastewater, 22nd / 23rd Edition. Note: Onsite inspection of item by minimum 3 persons of the Central Laboratory, AMC, at bidders own cost.

1 CINTEX / LABLINE / SSI / SYSTRONICS / EIE / MERCK / THERMOSCIENTIFIC/ HAMCO /ELICO / PSI / /LABHOSP/ SEDCO /IKA/ /WTW / EUTECH /HACH / ANALAB / MELTLER TOLEDO/ CHEMILINE / SHIMANDZU / ELICO-ASI / SCHOTT / TOSHNIWAL /ORION/ SWAN ANALYTICS / ASA –ANALYTICS/ OPTICS TECHNOLOGY/ SCILABWARE / VELP SCIENTIFIC/ LABCONO / GLASSCO / BOROSIL / GOEL GLASS / SIGMA ALDRICH (MERCK)

11 Laboratory centrifuge / bench-top

Capacity: 200 ml, • Rotor Capacity: 8 X 15 mL and 4 x 50 mL • Type of head: Swing out head, • No. of tubes: 8 15 mL and 4 50 mL. • Max. Speed RPM: 4400 RPM with Digital RPM indicator. • Max. RCF : 2350 gm • Digital Timer Range: 0 – 60 min. • Electrical 220-240 VAC, 50Hz, 7.5A

1

12 Kjeldahl TKN Digester Assembly with Cabin

Kjeldal Distillation & Digestion Unit: Supplied complete with two sets of heating platforms, one for distillation and one for digestion. The unit is supplied complete with condenser rack, lead fume duct and pair of hunger. Complete set up to supplied on M.S tubler stand. Both units are supplied with individual energy regulators. To work on 220/230 volts A.C supply. Available on 6 test unit with mantle type heating system. Without glass parts & clamps. MANTLE TYPE CAPACTY:- 500 ML. FUMMING HOOD: Fuming hood single door fully S.S (304), With weight door fabricated thick fully S.S (304). There are designed so as to throw-out all toxic/harmful vapors, thus protecting costly instruments and the person working in the lab. Outer & inner fully S.S (304). Working table top is acid/alkali resistant and a small wash basin with connections provided for inlet and outlet of water. The front door moves vertically up and down with concealed counter balanced weight. The unit is fitted with fluorescent light and a gas cock for gas/air supply. The front facing panel is fitted with 15/5 AMP socket with switches for exhaust system and fluorescent light to work on 220/230 volts A.C supply and heavy duty blower provision non metallic housing and outlet. Working size :- 6 x 3 x 2 FT ( L X H X D ) PP Scrubber: - 12" Dia. x 8 Feet Height with PP Square. Tank: - 1 m x 1 m x 600 mm Caustic, PP Blower 1 HP with Electric Motor, PP Circulation Pumps, Total Piping Systems Materials with Nut Blot & Installation. Acrylic/Fibre Sheet covered room with lockable door (Suitable with above assembly): Area Size : 10’ x 16’ x 8’

1

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 13

13 Glass Distillation Assembly

Double Stage, All Glass, Water Distillation Unit, Horizontal. Features : Borosilicate Condenser and boiler are fitted with a removable silica sheathe (Quartz) Heater and screw threaded connectors for ease of cleaning when scaling is formed. The stand is powder coated for rust free operation and lustrous appearance. The unit automatically switches off if water level in the boiler falls below heater. Cooling water from the condenser is recalculated in to the boiling chamber, hence saving energy. The unit must be QR Coded. Technical Specification : Distilled Water Output: 4 ltr/Hr. Electrical requirement Single Phase : 6 KW Power Voltage : 230-250 watts, Biological Activity : Pryogen Free Cooling water consumption : 150 ltr/ Hr. Distilled Temperature : 60 – 70°C

2 CINTEX / LABLINE / SSI / SYSTRONICS / EIE / MERCK / THERMOSCIENTIFIC/ HAMCO /ELICO / PSI / /LABHOSP/ SEDCO /IKA/ /WTW / EUTECH /HACH / ANALAB / MELTLER TOLEDO/ CHEMILINE / SHIMANDZU / ELICO-ASI / SCHOTT / TOSHNIWAL /ORION/ SWAN ANALYTICS / ASA –ANALYTICS/ OPTICS TECHNOLOGY/ SCILABWARE / VELP SCIENTIFIC/ LABCONO / GLASSCO / BOROSIL / GOEL GLASS / SIGMA ALDRICH (MERCK)

14 Gas Purification Panel

For Gases: Acetylene, Nitrous Oxide and Air: Two sets of Gas Purification Pane with all 1/4" fitting, SS Trap, Inlet Pressure Gauge, Outlet Pressure Gauge, Toggle Valve etc. 1/4" SS Tubing - 20 m x 2 sets. Single Cylinder Manifold with Pigtail, Stand and Regulator Block - 2 Nos. x 2 sets. Accessories: Cylinder Clamp - 2 No. x 2 sets. Casing Capping - 10 m x 2 sets. 1/4" Nut Ferrule - 25 No. x 2 sets. Hardware - 1 set for each. For Nitrous Oxide Gas: One set Gas Purification Panel with all 1/4" fitting, SS Trap, Inlet Pressure Gauge, Outlet Pressure Gauge, Toggle Valve etc. 1/4" SS Tubing - 08 m. Accessories: Cylinder Clamp - 1 No. Casing Capping - 05 m. 1/4" Nut Ferrule - 10 Nos. Hardware - 1 set.

Other Requirements: CCTV Camera Recorder with Monitor with following specifications. DVR: 16 Channel HD DVR – 1 No., 1080p HD IR Dome Camera - 8 No., 1080p HD IR Bullet Camera – 8 No., Power Supply (12 VDC/10AMP) – 1 No., 2 TB Video Surveillance Hard Disc – 1 No. WD, 19" HD LED Monitor – 1 No., Camera PVC Box with fitting – 16 No., CCTV Cable – Approx. 700 m, with PVC Conduit fitting with necessary other required items for installation. Make: HIKVISION, DAHUA, CP PLUS.

3 ANY SUPPLIER

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 14

Section-III

Annexure I Covering Letter

(Format of the letter to be submitted by the Bidder on his own LETTER-HEAD)

Date: To The Scientist In-charge, Central laboratory, AMC. Dear Sir, Subject: Your tender for Supply & Installation of Laboratory Instrument as per tender specifications. With reference to the above tender, having examined and understood the instructions, terms and conditions forming part of the tender, we hereby enclose our offer for the supply of the following laboratory Articles as detailed in your above referred tender. Sr. No. Instrument Name Make and Model No. Tender Reference No.

We further confirm that the offer is in conformity with the terms and conditions as mentioned in your above referred letter and enclosures. We also understand that the Central laboratory, AMC is not bound to accept the offer either in part or in full and that the Central laboratory, AMC has right to reject the offer in full or in part without assigning any reasons whatsoever.

We have enclosed the required bank guarantee favoring “Municipal Commissioner, AMC of Ahmedabad issued by the ……………. (Bank), …………(Branch),…….. (Date), and is payable at Ahmedabad, towards Earnest Money Deposit. Yours faithfully, Authorized Signatories (Name & Designation, seal of the firm) Date:

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 15

Annexure II

Manufacturer’s Authorization Letter (MAL)

(Note: This letter of authority should be on the Letter-Head of the manufacturing concern, and should be signed by a competent person of the manufacturer)

Ref: No. ……………… Date…………………. To The Scientist In-charge, Central Laboratory, AMC. Dear Sir, Tender Reference ……………….. We…………………………………………….who are established and reputable manufacturers of………………………….having factories at……………….. and………………….do hereby authorize M/s. …………………………(Name and address of Representative/Agent/Dealer) to offer, for the period of …………. year to negotiate and conclude the contract with you against the above invitation for tender offer. We hereby extend our full guarantee and warranty as per terms and conditions of the tender, and the contract for the equipment and services offered against this invitation for tender. Yours faithfully, Authorized Signatories (Name & Designation) Date: For and on behalf of M/s_____________

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 16

Annexure III

Warranty Compliance Statement

(Note: This letter of authority should be on the Letter-Head of the manufacturing concern and should be signed by a competent person of the manufacturer.)

To, The Scientist In-charge, Central laboratory, AMC. Dear Sir, Subject: Supply & Installation of ………………………………… This bears reference to our quotation Ref______________ Dated _________. We warrant that everything to be supplied by us shall be brand new, free from all defects and faults in material, workmanship and manufacture, and shall be of the highest grade, quality, and consistent with the established standards for materials specification, drawings or samples, if any, and shall operate properly. We shall be fully responsible for its efficient operation. We also confirm that all service related complaints will be attended within a period of a week. During the warranty period of ________ years, in case the equipment fails, we will provide all services to complete repairs within a week free of charge. Authorized Signatories (Name & Designation) Date:

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 17

Annexure IV

Details of Service and Support

(Note: This letter of authority should be on the Letter-Head of the manufacturing Concern and should be signed by a competent person of the manufacturer) To The Scientist In-charge, Central laboratory, AMC.

Details of service and support Name of the Bidder _____________________________________________________________

Sr. No.

Place Own Office /

Franchise (including

local office)

Postal Address

Contact Person & Contact Details

No. of engineers

Service Facilities available

(Describe in detail)

Authorized Signatories (Name & Designation) Date:

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 18

Annexure – V

List of Approved Banks (A) Guarantee issued by following banks will be accepted as SD/EMD on permanent

basis. (1) All Nationalized Banks including the Public Sector Bank-IDBI Ltd. (2) Private Sector Banks authorized by RBI to undertake State

Government Business (at present: AXIS Bank, ICICI Bank, HDFC Bank)

(B) Guarantees issued by following Banks will be accepted as SD/EMD for the period up to March 31, 2018. (1) Commercial Banks :

(1) Kotak Mahindra Bank (2) Yes Bank (3) RBL Bank (The Ratnakar Bank Ltd.) (4) IndusInd Bank. (5) Karur Vysya Bank (6) DCB Bank (7) Federal Bank

(2) Co-Operative and Rural Banks of Gujarat : (1) The Kalupur Commercial Co-Operative Bank Ltd.

(2) Rajkot Nagarik Sahakari Bank Ltd. (3) The Ahmedabad Mercantile Co-Operative Bank Ltd. (4) The Mehsana Urban Co-Operative Bank Ltd. (5) Nutan Nagrik Sahakari Bank Ltd. (6) Dena Gujarat Gramin Bank (7) Saurashtra Gramin Bank (8) Baroda Gujarat Gramin Bank

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 19

Annexure-VI

UNDERTAKING ON RS. 100/- STAMP PAPER Tender Name: ___________________________________________________________ Tender Reference Number: ___________ Date: _________

I/We, the undersigned, NAME . . . . . . . . . . . , aged . . . . years and . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . by religion, Director/Proprietor/Partner of M/s.

NAME OF THE FIRM., situated at ADDRESS, do hereby give this undertaking that:

Not made misleading or false representation in the forms, statements, and

attachments submitted; or

Not been debarred or terminated or blacklisted by Central Govt. organization /

State Govt. organization / AMC / Any Municipal Corporation / ULBs etc.

Not, any of the directors, partners or the proprietor has a criminal history or has

been convicted by any court of law for any of the offenses under any Indian laws.

No criminal proceeding is pending in any court of law in India against any of the

directors, partners or a proprietor and if any such proceeding culminates into

conviction.

Solemnly declared at Ahmedabad, on this _____ , day of__________, 2017. NOTARY SEAL

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 20

Annexure - VII

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 21

BID FORM

Date :

To,

The Municipal Commissioner Ahmedabad Municipal Corporation Sardar Patel Bhavan Ahmedabad-380 001. Gentlemen, Having examined the Bidding Documents including Addendum, the tender fee and E.M.D. of which is hereby duly enclosed, we the undersigned, offer for Supply, Delivery at site, Unloading, installation and commissioning of the different Types of Laboratory Instruments at AMC in conformity with the said Bidding Documents for as specified in price schedule or such other sums as may be ascertained in accordance with the Schedule of Prices attached and made part of this bid. We undertake, if our bid is accepted, to commence delivery as per the tender and to complete delivery of all the items specified in the Contract/Tender, calculated from the date of receipt of your Notification of Award/Letter of Credit.

If our bid is accepted we will obtain the guarantee of a bank in a sum not exceeding 5 % of the Contract Price for the Contract.

We agree to abide by this bid for a period of 120 days from the date fixed for bid opening

under Clause of the Tender and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid you may receive.

Dated this ___________________day of ____________2017.

Signature ________________________________

In the capacity of _________________________________

Duly Authorized to Sign bid for and on behalf of _______________________________

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 22

Form Of Bank Guarantee

In consideration of the Municipal Corporation of the City of Ahmedabad (herein after referred to as the Corporation) having agreed to exempt_______________________________ (herein after referred to as "The said contractor") from the demand of security deposit/earnest money in cash for the due fulfillment by the said contractor of the terms and conditions of the agreement made between the Corporation and the said Contractor__________________________________________________________________ for________________________________________________________________________ (hereinafter referred to as "The said agreement") on production of a bank guarantee for Rs. ___________________________(Rupees ___________________________________Only).

We _________________________________bank (hereinafter referred to as "The Bank") hereby undertakes to pay the Corporation an amount not exceeding to Rs. __________________ (Rupees _______________________________________only) on demand from the Corporation.

Any such demand on the Bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However, the liability of the Bank under this agreement shall be restricted to an amount not exceeding to Rs._________ (Rupees __________________ only).

We the Bank further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Corporation under or by virtue of the said agreement have been fully paid and its claim satisfied or discharged, and till a certificate to the effect has been received by the Bank from the Corporation.

However, unless a demand or claim under this guarantee is made on the bank in writing on or before the ___________________________________________(specify the date)the bank shall be discharged from all liabilities under this guarantee.

We the bank further agree with the Corporation that the Corporation shall have the fullest liberty, with the consent of the Bank and without affecting in any manner its obligations hereunder to vary any of the terms and conditions of the said agreement or extend time for performance by the said time to time any of the powers exercisable by the Corporation against the said contractor and to forbear to enforce any of the terms and condition relating to the said agreement and the Bank shall not be relieved from liability by reason of any such variation or extension granted to the contractor or for any forbearance act or omission on the part of the Corporation or any indulgence by the Corporation to the said contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of so relieving the Bank.

We ________________________________________Bank undertake not to remove this guarantee during its currency except with the previous consent of the Corporation in writing. Dated _______________day of _____________2017. For ___________________________________Bank.

Stamp & Signature of the Bank

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 23

BANK DETAIL REQUIRED FOR THE RELEASE OF E.M.D.

Sr. No. Detail

1. Name Of Bidder

2. Address

3. Telephone / Mobile Number

4. Fax Number

5. E-Mail Address

6. PAN Number

7. Name Of Bank

8. Branch Name & Address

9. Type of Account

10. Account Number

11. MICR Number

12. I.F.S.E Code Number (Bank)

13. Bidder’s Sign & Stamp

NOTE : Please submit THREE copies of the form.

Bidder’s Name, Signature: Stamp & Date:

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 24

AHMEDABAD MUNICIPAL CORPORATION MAHANAGAR SEVA SADAN

CENTRAL LABORATORY Lic No. AC/R91/4650

Volume II :- Price Bid

Municipal Commissioner Ahmedabad Municipal Corporation

Sardar Patel Bhavan, Dana pith, AHMEDABAD - 380 001

TENDER FOR Supply, Installation and Successful Commissioning of Laboratory

Instruments at the Central Laboratory, Ahmedabad Municipal Corporation on Turn Key Basis.

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 25

Price Bid

Sr. No.

Req. Qty.

Description Rate INR

Amount INR

1 1 Vertical Autoclave: Double Walled, Complete Stainless Steel Inner and Outer body, Dia: 45 cm, Height: 60 cm, Extra gasket, Stainless Steel Perforated Basket, Lid made of heavy SS casting provided with pressure gauge, safety valve and steam release cock. Maximum operating pressure 22 psi and adjustable to 15 psi working pressure. Heavy Gun metal wing nuts for tightening all rounds with bolts. 3 kw heaters, Water level indicator, and Low water level cut off device, Pressure stat to cut off current at the set pressure and double safety valve with radial locking systems.

2 B.O.D. Incubator: Capacity (Volume): 12 Cu. ft. Inner Size: 24 x 24 x 36 inc. (l x b x h) Temp. Range: 2 to 80˚C. Interior: Polished Stainless Steel, Anodized Aluminum Exterior & Thickness: 1 mm heavy gauge mild steel powder coated. Chamber & Structure: Triple walled and on heavy angle. Mobility: On each movable castor wheel.Insulation Thickness: Superior Thermo fiber board (High Grade) / PUF insulation 70 / 75 mm insulated. Inner Door: Full view glass, polycarbonate with metal frame. Outer Door: with look and key / module PVC magnetic gasket. Circulation: Forced Air by suction blower with fan. Temp. Controller: Micro – controller with dual display, 4 digit histosis / PID controller. Temp. Sensor: PT 100. Readability: 0.1 ˚C on digital LED. Least Count: 0.1 ˚C on digital controller. Accuracy: +/- 0.1 ˚C. Temp. Display: Digital LED 2˚C to 80˚C. Heater: Tabular finned type air heater. Refrigeration Compressor. Hermetically sealed of Kirloskar make. With below accessories. 1. Lighting system by three fluorescent tubes placed vertically along with back wall. 2. Cyclic Programmable time, 0-24 hrs for regulating the hr of right and darkness. 3. Suitable voltage stabilizer. 4. Calibration Certificate with traceability

5. Interior polished stainless steel / anodized aluminum and outer finished in durable powder coating paint. 6. Precisely controlled by microprocessor controller with dual display. 7. Circuit incorporated with solid-state relays. 8. Switchboard inside incubator with three switch & plug must be provided.

3 Sand Bath: Constructed of stainless steel, Bath height (side panel) is 2”. With mounting base that sits/secures the bath on the hot plate. Size of hot plate (mm) 430W x 290D x 25H, Power 2.0 kW Temperature Ambient to 300°C, Temperature control Digital controller Electrical 220-240 VAC, 50Hz, 7.5A.

4 Microcontroller / Microprocessor based pH meter: pH range: 0 to 14 or above, Resolution: 0.01 pH, Accuracy: +/- 0.01 pH, mV range: 0 +/- 1999 mV, Temp. Range: 0 to 100˚C, Calibration: Three point segmented protocol, Error indications to trace any problems. With below accessories

Imported Glass Electrode (combined). Temp. Probe, 3. Electrode stand & clamp, 4. Dust cover, 5. Quality certificate

6. Instruction Manual. 7. Extra Imported Glass Electrode (combined) and Temp. Probe - 6 Nos. each. ACESSORIES: Acrylic Cover: 10" x10" x 5"

5 COD Assembly Reflux System: Controller: Microprocessor Based Digital Temperature Indicator cum Controller Display: LED with set value (SV) and Process value (PV) Block Dimensions: 270mm(L) X 150mm(W) X 70mm(D) Heater Load: 1.0 KW, Tube Cavity: 40mm(Ø) x 65mm(D) No. of Cavities: 15 holes to accommodate 15 samples. Set of COD flask and Glass Air Condenser to be Supplied - 15 nos. Air condensers of 600 mm length each. Sample Size: 20 mL. Temperature Range: Ambient +5°C to 150°C Temperature Accuracy: ±1°C, Sensor: RTD (Pt-100), Material External: Powder Coated CRC Steel, Block Polished Aluminium, Tube Rack: 1 No. Timer: (SAD) (Auto Time Control Unit) Fitted with Automatic Digital Minute Timer which starts automatically when set/desired value of temperature is achieved. When the set time period is over the heaters get switched off automatically. Buzzer: Alarm for cycle end, Power Supply: 230V AC, 50/60Hz. Accessories: Heating Mantle 500 mL with stirrer and magnetic paddle PTFE - 2 No.

6 Micro Controller Based Flame Photometer: Display: 2 Line 24 Character Dot Matrix Backlight LCD Module, Range: Na, K,Li : 1 to 100 ppm, Ca: 15 to 100 ppm, Ba: 50 to 1000 ppm, Sensitivity: Na, K & Li : 0.5 ppm , Ca: 15 ppm and Ba: 50 ppm. Linearity: < 3 %. Reproducibility: Better than 1% CV for 20 consecutive samples for Na, K, Li, Ca & 3% CV for 20 consecutive samples of Concentrations between 50 to 199 ppm for Barium. Detector: Photodiode. Ignition system: Auto ignition facility & Auto Gas Shut off in case of Power failure. Flame system: LPG & Dry Oil free air. Gas control: Adjustable with knob, Air compressor: Oil Free Air Compressor with built-in air regulator and air filter to deliver stable and moisture / Oil Free Air supply. Memory: To store and recall Minimum 200 samples with printing facility and Multiple calibration curve saving Facility. Minimum Sample Aspiration Rate: 3 to 6 ml /min. Power Supply: 230 V A.C, +/- 50Hz. Filters: Filters for Na, K, Li, Ca, and Ba are included. Provision for attachment of printer. ACESSORIES: 1. All filter (Na, K, Li, Ca & Ba). 2. Oil Free Compressor. 3. Moisture & Dust Filter with pressure regulator & gauge. 4. Atomizer/Capillary tube. 5. Gas Lighter. 6. Sample Beaker (5 No.). 7. LPG tube. 8. Cleaning wire 9. Power code. 10. Operation & Instruction Manual.

7 UV-VIS Spectrophotometer (Full Length): Double Beam UV-VIS Spectrophotometer with inbuilt pre-programmed methods for Water Analysis. • Minimum 100 Pre-programmed (inbuilt) Water Analysis Methods. • Memory space for creating >200 user defined methods •Memory space for Samples data storage. SPECTRAL: Range: 190 to 1100 nm , Bandwidth: < 2nm, Accuracy: ± 0.5 nm, Repeatability: ± 0.2 nm, Readability: 0.1 nm. PHOTOMETRIC: System: Double Beam optics, Range: ±3.000Abs, Accuracy: ± 0.005 Abs at 1.0 Abs, ± 0.010 Abs at 1.5 Abs. Repeatability: ± 0.002 Abs at 1.0 Abs, Stability (Baseline): ± 0.003 Abs/hr. after 2 hour warm up, Stray

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 26

Light: <0.05% T at 220 nm with Nal 10g/L, Readability: %T 0.01 Abs 0.0001. LIGHT SOURCE: Deuterium Lamp (D2) & Tungsten (W), Halogen Lamp. DETECTOR: Photodiode. MONOCHROMATOR: Concave holographic grating with 1200 lines/mm. DATA PRESENTATION: 7” inch Touch screen display with Built-in Windows PC. DATA PROCESSING: Spectrum, Concentration, Time Scan, Discrete, Ratio metric, Peak Picking, Spectra Zooming, Data saving, Retrieving and Printing, Port for PC Connectivity, Computer and Printer: Branded AIO PC along with Suitable Printer should be quoted with the system with Latest configuration ; PC computer Make: HP / Dell / Acer / Lenova, Specification: Min 4 GB RAM, 1 TB HDD, i3/i5/ Pentium Quad Core processor, Free DOS / 19.5/ 23.8 Inch Screen, 1 Year Onsite Warranty, Keyboard, Mouse, Power Adaptor, User Manuals, Warranty Documents with all required accessories & 5 in 1 (print, fax, scan, copy, web) Colour Printer: Make: HP / Epson / Canon / Brother, Specification: Printer Resolution mono: 600 dpi & color 4800 x 1200 dpi, Print speed: minimum 6 ppm, Media size support: A4, A5, A6, B5, DL with all required accessories & 1 TB External HDD, SAMPLE ATTACHMENT: Fixed multiple cell holders for Reference & Sample accommodating 10 to 50 mm path cuvette and 16/24 Round Vials , ACCESSORIES: 10 mm path length cuvette ( 4pair), 16/24 Round Vials. Acrylic Cover Size: 22" x 17 x 10", 15" x 15" x 10" and 40" x 24" x 17".

8 Bacteriological Incubator: Size: 40” x 24” x 24” (Inner chamber) with Five wire-mesh shelves. Housing compact and double walled having SS interior and MS powder coated Exterior, with SS wire-mesh shelves and full length inner glass door. Locking System, external door, Light Weight 75 mm compressed insulation to prevent heat exchange. Heaters are placed at the bottom and sides for uniform heat distribution and provided with a rotary switch for selection of low, medium and high heat. Conveniently cess control panel grouped on top of the door with selection of Blind electronic or DIGITAL indicating temp. With On/Off switch. Air circulation by motorized blower or Fan. Temp. Range: Above ambient to 70˚C with accuracy of +/- 0.5 ˚C and batter in Auto tune PID Controller Universal with dual display & 4 digit decimal system. Triple walled three side heaters in German Memmert Type Model.

9 Gas Purification Panel: For Gases: Acetylene, Nitrous Oxide and Air: Two sets of Gas Purification Pane with all 1/4" fitting, SS Trap, Inlet Pressure Gauge, Outlet Pressure Gauge, Toggle Valve etc. 1/4" SS Tubing - 20 m x 2 sets. Single Cylinder Manifold with Pigtail, Stand and Regulator Block - 2 Nos. x 2 sets. Accessories: Cylinder Clamp - 2 No. x 2 sets. Casing Capping - 10 m x 2 sets. 1/4" Nut Ferrule - 25 No. x 2 sets. Hardware - 1 set for each. For Nitrous Oxide Gas: One set Gas Purification Panel with all 1/4" fitting, SS Trap, Inlet Pressure Gauge, Outlet Pressure Gauge, Toggle Valve etc. 1/4" SS Tubing - 08 m. Accessories: Cylinder Clamp - 1 No. Casing Capping - 05 m. 1/4" Nut Ferrule - 10 Nos. Hardware - 1 set.

Other Requirements: CCTV Camera Recorder with Monitor with following specifications. DVR: 16 Channel HD DVR – 1 No., 1080p HD IR Dome Camera - 8 No., 1080p HD IR Bullet Camera – 8 No., Power Supply (12 VDC/10AMP) – 1 No., 2 TB Video Surveillance Hard Disc – 1 No. WD, 19" HD LED Monitor – 1 No., Camera PVC Box with fitting – 16 No., CCTV Cable – Approx. 700 m, with PVC Conduit fitting with necessary other required items for installation. Make: HIKVISION, DAHUA, CP PLUS.

10 Ion Meter with Ion Selective Electrodes: Minimum three input channels to connect the electrodes. Direct measurement of pX (activity), pH, ORP, EMF, Concentration and Temperature Calibration of the standards for each element should be upto 10 points. Automatic Temperature Compensation 0 to 100 degree. Slope Correction and Asymmetric Potential correction for pH. Pt 100 based Temperature measurement. Open Temperature Sensor Indication. SPECIFICATIONS: mV Range: ±2000, Temperature range: 0 to 100, Repeatability 0.1 Power supply: 100-260 V AC, 50-60 Hz, 1ϕ Display: 2 Line 24 Character Dot Matrix Backlit LCD Modules. Receptacle BNC and Banana ACCESSORIES TO BE SUPPLIED: RTD Probe, Stirrer with Electrode stand and holding clamp and Stirring Capsule, Buffer Tablets and Polythene Bottles. Ion Selective Electrodes: Fluoride, Nitrate &Nitrite and corresponding standard solutions, ISE Electrodes Specifications: Fluoride ISE Measurement Range should be 0.2 to Saturated Nitrate ISE Measurement Range should be 0.4-62,000 ppm (as NO3) Nitrite ISE Measurement Range should be 1.6 to 6,400 ppm

11 Multi Parameter Water Analyses System: Minimum requirement: All Sensor-based analysis should be fully automated (injection of the sample, addition of the reagents and recording of the results) and simultaneously on each sensor controlled by centrally commanded software. The System should be integrated with the all parameters in a single panel. Analysis of all parameters to be completed simultaneously in less than 10 to 15 min. Auto cleaning, calibration, measurement & drain. 21" (inch) display unit for instant display of the results for 8 parameters immediately after analysis. On completion of sample analysis the water sample should be automatically flushed out from each sensor. Central Control for Automatic/manual calibration. Provisions required in the software: User Authentication, To define range for each parameter, Storage for minimum 1000 sample data and Report printing of sample data in appropriate format with colour printer. Built-in GPRS/3G/4G Module. Fluidics Subsystem requirements: a) Designed to work with Low volumes of all Reagents and samples. B) Easy maintainability c) Quick and Trouble free replacement of tube d) Chemical resistant material e) System allows a Bi- direction through flow f) Primary sample filtering. g) Easy re-filling of solutions. h) Level Sensors for all solution containers. i) Auto drain of any over flow from sample container. Pump Tubing requirements: a). Tygon Phar Med® Tubing. b). Opaque. c). Meets USP Class VI, FDA and NSF Criteria. System Tubing requirements: a). Characteristics: Exceptional tensile and tear strength, good biocompatibility, excellent chemical resistance, low gas permeability, and a smooth surface. Transparent. b). Certification: Product is manufactured in accordance with quality regulations CFR title 21, part 820 quality system requirements (GMP). c). Temperature range: -40 to 104o F (-40 to 40 oC). d). Sterilize: Autoclave, ethylene Oxide, or gamma irradiation. Warranty: One year onsite comprehensive warranty covering all parts & labour is mandatory. This period will start from the date of installation and successful commissioning acceptance of all the goods by the Central Laboratory, A.M.C. Accessories: Branded LCD Monitor 42"

Tender for Supply of Laboratory Instruments at Central Laboratory, AMC. 27

along with Suitable Printer should be quoted with the system with Latest configuration. 1 Year Onsite Warranty, Power Adaptor, User Manuals, Warranty Documents with all required accessories & 5 in 1 ( print, fax, scan, copy, web) Colour Printer; Make: HP / Epson / Canon / Brother, Specification: Printer Resolution mono: 600 dpi & color 4800 x 1200 dpi, Print speed: minimum 6 ppm, Media size support: A4, A5, A6, B5, DL with all required accessories & 1 TB External HDD. Dongle 1 year 4G network provision Parameters to be Tested and Method (Sensor/Electrometric/Colorimetric): 1). pH. Range: 0 – 14, Reproducibility: +/- 0.02, Resolution: 0.01. 2). Turbidity. Range: 0 – 1000 NTU, Reproducibility: 2% of Range, Resolution: 0.01. 3). TDS. Range: 0 – 50000 ppm Reproducibility: 2% of Range, Resolution: 0.01. 4). Free Residual Chlorine 0.01 – 20 mg/L. Reproducibility: 2% of Range, Resolution: 0.01. 5). Chloride. Range: 5 – 1000 mg/L, Reproducibility: 4% of Range, Resolution: 0.01. 6). Sulphate. Range: 2 – 400 mg/L, Reproducibility: 2% of Range, Resolution: 0.01. 7). Alkalinity. Range: 5 – 2000 mg/L, Reproducibility: 2% of Range, Resolution: 0.01. 8). Hardness. Range: 5 – 1000 mg/L, Reproducibility: 4% of Range, Resolution: 0.01. Standard Reference Book: Standard Methods for Examination of Water and Wastewater, 22nd / 23rd Edition. Note: Onsite inspection of item by minimum 3 persons of the Central Laboratory, AMC, at bidders own cost.

12 Laboratory centrifuge / bench-top: Capacity: 200 ml, • Rotor Capacity: 8 X 15 mL and 4 x 50 mL • Type of head: Swing out head, • No. of tubes: 8 15 mL and 4 50 mL. • Max. Speed RPM: 4400 RPM with Digital RPM indicator. • Max. RCF : 2350 gm • Digital Timer Range: 0 – 60 min. • Electrical 220-240 VAC, 50Hz, 7.5A

13 Kjeldahl TKN Digester Assembly with Cabin: Supplied complete with two sets of heating platforms, one for distillation and one for digestion. The unit is supplied complete with condenser rack, lead fume duct and pair of hunger. Complete set up to supplied on M.S tubler stand. Both units are supplied with individual energy regulators. To work on 220/230 volts A.C supply. Available on 6 test unit with mantle type heating system. Without glass parts & clamps. MANTAL TYPE CAPACTY:- 500 ML. FUMMING HOOD: Fuming hood single door fully S.S (304), With weight door fabricated thick fully S.S (304). There are designed so as to throw-out all toxic/harmful vapors, thus protecting costly instruments and the person working in the lab. Outer & inner fully S.S (304). Working table top is acid/alkali resistant and a small wash basin with connections provided for inlet and outlet of water. The front door moves vertically up and down with concealed counter balanced weight. The unit is fitted with fluorescent light and a gas cock for gas/air supply. The front facing panel is fitted with 15/5 AMP socket with switches for exhaust system and fluorescent light to work on 220/230 volts A.C supply and heavy duty blower provision non metallic housing and outlet. Working size :- 6 x 3 x 2 FT ( L X H X D ) PP Scrubber: - 12" Dia. x 8 Feet Height with PP Square. Tank: - 1 m x 1 m x 600 mm Caustic, PP Blower 1 HP with Electric Motor, PP Circulation Pumps, Total Piping Systems Materials with Nut Blot & Installation. Acrylic/Fibre Sheet covered room with lockable door (Suitable with above assembly): Area Size : 10’ x 16’ x 8’

14 Glass Distillation Assembly: Double Stage, All Glass, Water Distillation Unit, Horizontal. Features : Borosilicate Condenser and boiler are fitted with a removable silica sheathe (Quartz) Heater and screw threaded connectors for ease of cleaning when scaling is formed. The stand is powder coated for rust free operation and lustrous appearance. The unit automatically switches off if water level in the boiler falls below heater. Cooling water from the condenser is recalculated in to the boiling chamber, hence saving energy. The unit must be QR Coded. Technical Specification : Distilled Water Output: 4 ltr/Hr. Electrical requirement Single Phase : 6 KW Power Voltage : 230-250 watts, Biological Activity : Pryogen Free Cooling water consumption : 150 ltr/ Hr. Distilled Temperature : 60 – 70°C

TOTAL AMOUNT (INCLUDING GST AND OTHER CHARGES IF ANY) Rs. TOTAL AMOUNT (INCLUDING GST AND OTHER CHARGES IF ANY) IN WORDS: Rupees

Note: Tender shall be allotted to the lowest tenderer based on Total cost for the whole project.

Bidder’s Name, Signature: Stamp & Date: