“inventory of industrial pollution in kp”
TRANSCRIPT
Environmental Protection Agency
Environment Department
Govt. of Khyber Pakhtunkhwa
3
rd Floor, Old Courts Building, Khyber Road, Peshawar Cantt
Telephone: 92 (91) 9210263, Fax: 92 (91) 9210280
Request for Proposals (RFP)for the
Purchase of Equipments / Items
Under the Project
“Inventory of Industrial Pollution in KP”
Environmental Protection Agency
Environment Department
Govt. of Khyber Pakhtunkhwa
TENDER NOTICE
Sealed tenders for each item (separately) are invited from reputed registered manufacturers/
authorized dealers/firms for the supply of following lab items as per specification/conditions below.
S.No Description of Item
1 3 Phase Diesel run Generator with Installation, Cabling and Tripping
System.
2 Aerosol Monitor PM 10, PM 2.5.
3 Installation and Piping, wiring of submersible water pump.
Details Sheet
1.
Date of commencementofRFP
Document(availableonKP EPA& KP-
PRAwebsite)
09/12/2020
2. Las date and sending queries to KP EPA 14/12/2020
3. Lastdate for replyofQueriesfromKP EPA 15/12/2020
4. Lastdateandtimefor receipt toProposals 29/12/2020 (10:30 a.m)
5. Date and Time of Technical Proposal Opening 29/12/2020 (11:00 a.m)
6. Place of opening of Proposals
3rd
Floor, Old Courts Building,
Khyber Road, Peshawar Cantt
Telephone: 92 (91) 9210263, Fax:
92 (91) 9210280
7. Address for communication As Above
8. Contact to Suppliers
Interested suppliers can contact for
any queries to Telephone:
92 (91) 9239462, 0333-9198705
0345-9140278
Note: Proposals will be opened in presence of the supplier representative who chooses to attend the events.
1. Introduction
The Khyber Pakhtunkhwa Environmental Protection Agency, already
established under the Pakistan Environmental Protection act 1997, was devolved to Khyber
Pakhtunkhwa province under the 18th amendment 2010. This agency was constituted in 2014.
The main functions of this agency are; to administer and implement the
provisions of KP Environmental Protection Act and the rules, to prepare in coordination with
appropriate government agency and local council and consultation with the sectorial advisory
committees established, environmental policies for approval of the council, take all necessary
measure to Implement the acts and rules framed by the environmental council, prepare and
established an annual environmental report on the state of the environment of the province, to
prepare, review and establish the KP environmental quality standards (NEQS), ensure the
implementation of NEQS, establish the standards for the quality of the ambient air, water and
land, establish different for discharge or emission from different sources and for different
areas and conditions, coordinate with other provinces the implantation of national, bilateral
and multilateral environmental regimes and standards and to provide, assess ample scientific
data to adapt and combat climate change.
2. Procurement Details:
Complete list of equipment and services required by this agency arelisted below. Detailed
Specifications with details are attached as Annexure 7.
S No. Description Quantity
1. Aerosol Monitor PM 10, PM 2.5 01
2. 3 Phase Diesel Run Generator with installation, Cabling and tripping System 01
3. Installation and Piping, wiring of submersible water pump. 01
3. Eligibility of the Supplier
Following is the eligibility criteria to participate in this RFP. (Refer to Form E1)
Suppliermusthave 03years’ experienceinsellinglistedequipment.
Suppliermustbeauthorizeddealers ofthelisted equipment.
Suppliermust havesuccessfullyprovidedofferedequipment/solutiontoatleast3-5clients inPakistan.
SuppliermusthaveatleasttwocertifiedprofessionalsfromOEMofproposedhardwaretosu
pportthe offeredequipment. 4. Submission ofProposals:
Proposalswillbeacceptedandevaluates usingSingleStage–TwoEnvelopProcedure,TheTechnical
and Financialproposalsshallbesubmittedonthesamedaybutinaseparatesealedenvelopeclearly
mentionedTechnicalandFinancialProposalsmarkedas:-
TechnicalProposal– Tender#EPA/EQUIPMENT/R-Month-2020
Each item should be mentioned separately
&
FinancialProposal–Tender#EPA/EQUIPMENT/R-Month-2020
Each item should have separate proposal / rate etc.
Thecoverlettershouldalsospecifythevaliditydateofeachoffer withpointofcontact(name, email&
contact number)forthistenderfromsupplierside.
A) Technical Proposal
Thetechnical proposalshallprovide/containthefollowinginformation/documents:
a. MandatoryEligibilityCriteria(Annexure 1)
b. Declaration of Eligibility (Annexure 2)
c. Company/ Firm Profile. (Annexure 3)
d. Specificexperienceforsimilarassignments(Annexure 4)
e. General experience (Annexure 5)
f. QualificationandCompetenceoftheproposedteamforsupportforthisassignment(Annexure 6)
g. Proposedequipmentwithmakeandmodel,Specificationdetails,Subscription&Supportd
etails.Alltherelevantliterature,catalogs,broachersmustbeattachedshowingthetechnica
lspecificationsindetailswithtechnicalcompliancesheet (Annexure 7)
h. Anyotherdocumentwhichcouldbehelpfulinthetechnicalevaluation.
The technical proposal shall not include any financial information.
B) Financial Proposal (Annexure 8)
Thefinancialproposalshallcontainthefollowing information:
i. BidSecurity@2%ofthetotaldeliverableintheshapeofCalldeposit/PayOrder/Deman
dDraft/cashierchequeinthenameofEPA.
ii. Validityofthefinancialproposal.
iii. Othertermsandconditions(ifany).
C) Alltherequireddocuments mustbeattached/provided.
D) Oncetheproposalissubmittedinsealedcoverbythesupplier,EPAwillnotacceptany addition/alterations/
deletions of the proposal. However, EPA reserves the right to seekclarification or
callforsupportingdocumentsfromanyofthesuppliers,forwhichtheconcernedsupplier will
needtosubmitthedocumentaryevidence(s)as requiredbyEPA.
E) AnyProposal,submittedwith incorrectinformationwillbeliableforrejection.Further,ifany
supplierisfoundtohavesubmittedincorrectinformationatany time,hemaybedebarredfrom
participationinthefuturetenderingprocesses.
F) TheSuppliershouldtakecareinsubmittingtheproposalsandensurethatenclosedpapersare
notfoundlooseandshouldbeproperlynumberedandsubmittedinafileinpropermannersothatt
hepapersdonotbulgeoutandtearduringscrutiny.
G) LastDateofSubmissionis ____ / ____ / 2020till11:00amlocaltime. Opening will be
doneon same date.
H) Electronicproposalswillnot be
entertained.Anyproposalsdeliveredafterduedateandtimewillbeconsideredasnon-
responsiveanddisqualifiedfromfurtherconsideration.
I) The Proposalsshouldbemarked/addressedas:
Request for Proposals (RFP)For the Purchase of Equipments / Items
Under the Project
“Inventory of Industrial Pollution in KP”
Environmental Protection Agency
Govt. of Khyber Pakhtunkhwa
3rd
Floor, Old Courts Building, Khyber Road, Peshawar Cantt.
Telephone: 92 (91) 9210263, Fax: 92 (91) 9210280
J) Theoffershouldremainvalidforaperiodof90daysfromtheclosing/submissiondate.Any
offerfallingshortofthevalidityperiodisliableforrejection.Ifasupplierextendproposal
validityperiodthenwillalsoextendthesecurityperiod.
K) Alternativeoption,ifthereisanyalternateoptionthenitmentionedseparatelyinproposal.
Alternativeoptionsbenefitsshouldbeclearlymentioned.
L) ClearanceoftheequipmentfromTaxAuthoritieswouldbetheresponsibilityofthesupplier.
M) SelectedsuppliermustundertaketoprovideEPA,theconsignmentnotenumber(s)bywhich
theequipmentorderedhadbeendispatchedfromtheirsite,soastohaveonline/webaccesstothet
rackingsystemofphysicalmovementoftheconsignmentssentthroughcourier.
N) The suppliermay withdraw its offer after its submission, provided that written notice of
withdrawalisreceivedbyEPA priortotheclosingdateandtimeprescribedforsubmissionof
proposals.Nooffercanbewithdrawnbythesuppliersubsequenttotheclosingdateandtime for
submission ofproposals.
5. EvaluationCriteria
Final evaluation of the proposal will be carried by using the below combination.
S.NO.
PROPOSAL
WEIGHT
1
Technical
60%
2
Financial
40%
TOTAL 100%
Following is the scoring criteria for Technical & Financial Evaluation.
5.1 TechnicalEvaluation
S. No.
Technical Evaluation
Marks
Min Marks
to Qualify
Obtained
a. FirmProfile(Registrationstatus),Location,Offices,Numbe
rof employeesandfinancialposition) 10 7
b. Specific experience for similar assignments 10 7
c. General experience 5 3.5
d. QualificationandCompetenceoftheproposedteamforsuppo
rt forthisassignment 15 10.5
e.
Proposed hardware compliance with required
specifications, delivery time,
installation/testing/commissioning plan
20 14
TOTAL POINTS 60 42
SUB TOTAL 60
5.2 FinancialEvaluation
S. No. Financial Evaluation Marks Obtained
a. Bid Price 40
TOTAL POINTS 40
EPA will scrutinize the proposal to determine whether it is complete, whether errors have
been made inthe offer, whether required technical documentation has been furnished and
whether thedocuments havebeen properly singed. Offers within correct information or not
supported by documentary evidence, wherever called for, would be summarily rejected by
documentary evidence called for, would be summarily rejected. However, EPA at its sole
desecration may waive any minor non-conformity or any minor irregularity in an offer.
EPA reserves the rightfor such waivers and this shall be binding on all suppliers.For
proper scrutiny, evaluation andcomparison of offers, EPA at its discretion, ask some or all
suppliers for clarification of their offer. The request for such clarification and the response
will necessarily be in writing.
6. SelectionProcess
AselectioncommitteefromEPAwillevaluatethetechnicalproposalswhichareeligibleaspercl
ause4
andassignscoretoeachtechnicalproposalaccordingtoabovedetails.Toqualifytechnicallyaminimum
of70%scoreisneeded.FinancialProposalswillbeopenedofonlythosesupplierswhosetechnical
proposal isqualified.Financialproposalofthosesupplierswhoarenottechnicallyqualifiedwillbe
returnedunopened.Financialproposalswillalsobeopenedinthepresenceofsuppliersforwhichthedate
willbeannouncedafterthetechnicalevaluation.Supplierscoringthehighest
marks(Technical+Financial) will be selected for the award of the contract. This process
should normally take about 10 days.
7. Deliverables
The Equipment and services are mentioned as per details given section 3.
8.1 BidSecurity
AllsuppliersshallfurnishBidSecurityDepositequivalentto2%ofthetotalCostofDeliverable
sinthe
formofCalldeposit/PayOrder/DemandDraft/cashierchequeinfavorofEPA.Chequewillnot
be
acceptedinanycase.Afterselectionofsuccessfulsupplier,EPAwillreturn/releasethebidsecur
ityto the unsuccessfulsuppliers.
8.2 PerformanceSecurity
Performancesecuritywillbe5%ofthetotalcostoftheequipmentonly(excludingservice)whic
hwillbe withheld from the final payment for the period of three years. After the
successfulcompletion of
warrantyperiodofthreeyears,performancesecuritywillbereleased.
9. Fees and Payment Schedule
a) No advancewillbeallowedinanycase.
b) Payment will be made after the complete and satisfactory
delivery/acceptance/testing/ configurationof
theEquipmenttothedesignateddeliverysite/destinationswithin2-3weeks through
crosscheque.
c) TaxeswillbedeductedfromalltheinvoicesasperprescribedlawofGovt.ofPakistan.If
supplier
hasanyofthetaxexemption,thedetailsmustbeattachedwiththeinvoice.Taxchallans
willbe providedwithin3-4weeksofthepayment.
10. PayingAuthority
ThepaymentsasperthePaymentSchedulecoveredhereinaboveshallbepaidbyEPA.However,
Payment of the Bills would be payable on receipt of advice/confirmation for satisfactory
delivery/ installation/configuration from the procurement committee.
Following Documents are to be submitted for Payment:
a. Bill
b. GSTInvoice
c. DulyacknowledgedDeliveryChallans/installationreport.
d. MaterialReceivedNote(MRN)ifissuedbyEPA.
11. DeliverySchedule
a) TheSelectedsuppliermustundertaketodelivertheequipmentordered,toEPA
Peshawar within the time offered in the proposals from the date of the Purchase
Order/Contact.However,Deliveryschedulemaybechangedunderspecialcircumstan
cesatthediscretion ofEPA.
b) EPAreservesrighttoshifttheorderedequipmenttoanylocationwhereithaspresence,
anywhereinPakistan,eitherduringthewarranty.
12. Warranty &Maintenance
Thesuppliershallbefullyresponsibleforthedefecteditemsandwillberesponsibletoreplaceat
hisowncostwiththesamemake/modeloftheequipment.Alltheequipmentrequiredshouldhavethreey
earswarrantyfromthedateofsupply/installationasmentionedinthesection3.
13. Penalty forDownTime
Incaseofdelayinthesupplyofmaterialagainstthetermsindicatedinthepurchaseorder/contrac
t,the supplierwillhavetopayafineas per Govt. policy or as decided by the chairman procurement
committee. Maximum penaltywillbe5%ofthetotalorder/contract.
14. Penalty on LiquidatedDamagesforDelayed Supply
Incasethedeliveryisdelayedbeyondthestipulateddateofdelivery,‘Liquidateddamageforlat
edelivery @onehalfofonepercent(0.5%)oftheordervalueforeachdayofdelayorpart thereof
wouldbe
imposed,subjecttomaximumof10%ifthedelayisfor20daysormore.Thepenaltyforlatedeliverywill
bedeductedfromthefinalinvoiceamount.
15. Currency
All prices shall be expressed in Pakistani Rupees only.
16. Cost ofProcess
Thesuppliershallbeallthecostsassociatedwiththepreparationandsubmissionofproposals&s
amples(ifany)andEPAwillinnocaseberesponsibleorliableforthesecostsregardlessoftheconduct
oroutcomeofthebiddingprocess.
17. TenderDocument
Thesuppliersexpectedtoexamineallinstructions,forms,TermsandConditionsandspecificat
ionsinthe
TenderDocument.SubmissionofaproposalnotresponsivetotheTenderDocumentineveryrespectwi
ll beatthe suppliersriskandmayresultintherejectionofitsproposalwithoutanyfurtherreferenceto
thesupplier.
18. DeadlineforSubmissionofProposals
ProposalsmustbereceivedbyEPAattheaddressspecifiedintheTenderDocumentnotlatertha
nthe specifieddateandtimeasspecifiedintheTenderDocument.Intheeventofthespecifieddateof
submissionofbidsbeingdeclaredaholidayforEPA,theproposalswillbereceiveduptotheappointed
timeonnextworkingday.
EPAmay,atitsdiscretion,extendthisdeadlineforsubmissionnoproposalsbyamendingtheTe
nderdocuments.
19. ConfidentialityStatement
All data and information received from EPA for the purpose of this assignment is to be
treatedconfidentiallyandistobeusedONLYinconnectionwiththeexecutionofthesedocuments.Alli
ntellectualpropertyrightsarisingfromtheexecutionofthesedocumentsareassignedtoEPA.Theconte
ntsofwrittenmaterialsobtainedandusedinthisassignmentmaynotbedisclosedtoanythirdpartieswith
out
theexpressedadvancewrittenauthorizationofEPA.EPAmaythendisclosethedraft,finalreportand/or
anyrelatedinformationtoanypersonandforany purposetheymaydeemappropriate.
20. General Terms &Conditions
a) EPAdoesnotbind itself toaccept
thelowestoranyproposalandreservestherighttorejectanyorallproposalsatanypointo
ftimepriortotheissuanceofpurchaseorder/contractwithout assigning any
reasonswhatsoever.
b) TheEPAreservestherighttorestore –
tenderingwithoutprovidinganyreasonwhatsoever.
TheEPAshallnotincuranyliabilityonaccountofsuchrejection.
c) TheEPAreservestherighttomodifyanyterms,conditionsorspecificationsforsubmis
sionofofferandtoobtainrevisedproposalsfromthesuppliersduetosuchchanges,ifany
.
d) SuppliercodeofconductisattachedforrequiredcomplianceasAnnex-A.
21. Rejection of theProposal
The proposal is liable to be rejected if:
a. Thedocumentdoesn’tbearsignatureofauthorizedperson.
b. It is receivedthroughTelegram/Fax/E-mail.
c. Iftheproposalissubmittedwithoutorlessornotinrequiredtypethebidsecurity
deposit.
d. IfthetechnicalbidissubmittedwithouttheTechnicalComplianceSheet.
e. Iftheproposalisreceivedafterexpiryoftheduedateandtimestipulatedforproposal
submission.
f. Incomplete proposals, partial proposals including non-submission or non-
furnishing
ofrequisitedocuments/Conditionalproposals/proposalsnotconformingtothetermsa
nd conditionsstipulatedinthistenderdocumentareliableforrejectionbytheEPA.
22. ModificationsandWithdrawalofProposals
Proposalsoncesubmittedwillbetreated,asfinalandnofurthercorrespondencewillbeentertai
nedon this.
a. Noproposalwillbemodifiedafterthedeadlineforsubmissionofproposals.
b. Nosuppliershallbeallowedtowithdrawtheproposal,oncethefirsttechnical
proposal isopened.
c. Nosuppliershallbeallowedtowithdrawtheproposal,ifthesupplierhappenstobe a
successfulsupplier.
23. Proposal Opening andEvaluation
a. EPA will open the proposals, in the presence of supplier’s
representative(s)whochoose/authorizedtoattend,atthetimeanddatementionedinTe
nderdocumentatthe addressmentionedatbiddingdetails.
b. Thesupplier’srepresentativeswhoarepresentshallsignthesheetevidencingtheir
attendance.Intheeventofthespecifieddateofproposalopeningbeingdeclaredaholida
yforPurchaser,theproposalsshallbeopenedattheappointedtimeandplace on next
workingdays.
c. SupplierssatisfyingthetechnicalrequirementsasdeterminedbyEPAandaccepting
the TermsandConditionsofthisdocumentshallbeshort-listed.
d. DecisionofEPAinthisregardshallbefinalandbindingonthesuppliers.
e. Thecontractwillbeawardedonlytothesuccessfulresponsivesupplier.
f. EPAreservestherighttonegotiatewithSecond,thirdsupplieretc.ifsuccessfulsupplier
isnotabletosupplythedeliverablesandhisbidsecuritywillbeforfeited.
24. Clarifications ofProposals
Toassistintheexamination,evaluationandcomparisonofproposalsEPAmay,atitsdiscretion,
askthesupplierforclarification.Theresponseshallbeinwritingandnochangeinthesubstanceo
rpriceofthe proposalshallbesought,offeredorpermitted.
25. EPA’sRighttoAcceptorRejectAnyproposalOrAllproposals
EPAreservestherighttoacceptorrejectat any stage by assigning reason as per the
prevailing Law.
26. Governing Laws andDisputes
Alldisputesordifferenceswhatsoeverarisingbetweenthepartiesoutoforinrelationtothemean
ing
andoperationoreffectoftheseTenderDocumentsorbreachthereofshallbesettledamicably.If,
however,
thepartiesarenotabletosolvethemamicably,thesameshallbesettledbyarbitrationinaccordan
ce
withtheapplicablePakistaniLaws,andtheawardmadeinpursuancethereofshallbebindingon
the parties.TheArbitrator/Arbitratorsshallgiveareasonedaward.
27. PlacementofOrderandAcceptance
Thesuppliershallgiveacceptanceoftheorderplacedwithin05daysfromthe
dateoforder,failingwhich;EPAshallhavethe righttocanceltheorder.
28. AuthorizedSignatory
Thesuppliershouldindicatetheauthorizedofficialsfromtheirorganizationwhocandiscuss,c
orrespond,signagreements/contracts,riseinvoiceandacceptpaymentsandalsotocorrespond
.Thesuppliers should
furnishproofofsignatureoftheauthorizedpersonnelforabovepurposesas
requiredbytheEPA.
29. Appeals
Suppliersbelievingthattheyhavebeenharmedbyanerrororirregularityduringtheaward
process [email protected]
LIST OF ANNEXURES
Annexure 1
MANDATORY ELIGIBILITY CRITERIA Yes No
01 Supplier must have at least 3 years’ experience in selling proposed
equipment.
(Attach documentary evidence in shape or orders/contracts/completion
certificates)
02 Supplier must be authorized dealer or must have experience in relevant
equipment
(Letter of authorization must be attached with reference to this tender)
03 Suppliermusthave successfullyprovidedsolutiontoatleast3-
5clientsinPakistan. (completioncertificatefromclienttobeprovided)
04 Suppliermusthaveat
leasttwocertifiedprofessionalsfromOEMofproposedhardware
tosupporttheofferedequipment.(detailedCV’softheprofessionaltobeattached
with undertakingthattheyarestillworkingwiththefirms/organization)
05 Affidavit(onRs.100/-
stamppaper)dullysignedandattestedbyNotarypublicasperformatprovidedinA
nnexure 2
Annexure 2
DECLARATION OF ELIGIBILITY
To Whom It May Concern
I,theundersignedrepresentativeofM/s____________________________________________ havingitsregistered officeat
____________________________________________________________________________________________________________________________
___________________________________________________________________________________________________________________________
Doherebyaffirmsthatourcompany/firm/organizationiseligiblebecausewe;
• Are registeredcompany/firm/organization.
• Are registered withNTN/STN.
• Arenotbankruptorintheprocessofgoingbankrupt.
• Havenotbeenconvictedforanoffenseconcerningprofessionalconduct.
• Havenotbeenguilty ofgraveprofessionalmisconduct(provenby anymeanswhichthe contracting
authorities canjustify).
• Havefulfilledobligationsrelatedtopaymentoftaxes.
• Arenotguiltyofseriousmisinterpretationinsupplyinginformation.
• Are not in situations of conflict of interest (with prior relationship to project or family or
businessrelationshiptopartiesinEPA)
• We’renotdeclared at seriousfaultofimplementationowingtoabreachoftheircontractualobligations
• Havenorelation,directorindirect,withanyterroristorbannedorganizations.
• ArenotonanylistofsanctionedpartiesissuedbythePakistanGovernment,DIFD,US-
AID,UNagencies, European Union andothers.
• Arenotblacklisted/disqualified/barredbyanyLocal/Internationalorganization,Government/s
emiGovernmentdepartment,NGO,INGO,USAID,and EUoranyothercompany/organization.
• Havenotbeenreportedfor/underlitigationforchildabuse.
DeclaredBy:
(AuthorizedSignature) Witnessby:
(Name&Designation) Signature: ------------------------------
Date: Name: ----------------------------------
CNIC:
Annexure 3
FirmProfile
S # Criteria Remarks/Justifications (for evaluators
ONLY)
01
Profile of theagency:
i. Registrationdetailsandageof
Company
ii. NamesofManagers/Owners/
CEO/Directors/Partners
02 Locationofagency office/suboffice
i. Number ofbranches
ii. Number ofemployees
03 Financial Position
i. Name ofBank(s)
ii. CertificateofFinancial
positionfrombank(s)
iii. Copyoflastfinancialyear
auditreportdullysigned by
theauditor
iv. Tax Registration (NTN&STN)
SUB TOTAL:
Annexure 4
Specific Experience For Similar Assignments
NAME OF
CLIENT(S)
NAMEOFASSIGNMENT/
PROJECT
PERIOD OF
ASSIGNMENT/
PROJECT
VALUE OF
ASSIGNEMNT /
PROJECT
CONTACT DETAILS OF
CLIENT
Annexure 5
General Experience Of Firm
NAME OF CLIENT
NAME OF
ASSIGNMENT/
PROJECT
PERIOD OF
ASSIGNMENT/
PROJECT
VALUE OF
ASSIGNEMNT /
PROJECT
PRESENT STATUS OF
THEASSIGNMENT/
PROJECT
Annexure 6
QualificationandCompetenceOfProposedTeamForSupportFor ThisAssignment
A) Personnel Summary (Complete for each Team Member)
Name of Employee:
Position:
General
Information
Name: Date of Birth:
Telephone:
Fax:
Years with Present Employer:
B) Employment Record:
Summarizeprofessionalexperienceinreversechronologicalorder.Indicateparticulartechnical
andmanagerialexperiencerelevanttotheproject:
DD/MM/YY Company/Project/Position/Specific Tech experience
From To
C) Education:
Highest Level of
Degree
Relevance of Degree to the Assignment
Ph.D.
M.Phil.
Masters
Other
D) Certification:
Name Of
Course/Certificate
Brief description
E) Undertaking:
I,theundersigned,certifythattothebestofmyknowledgeandbelief,thesedatacorrectlydesc
ribeme,myqualifications,andmyexperience.
Date:
[Signatureofstaffmemberandauthorizedrepresentativeofthefirm] Day/Month/Year
Full nameofstaffmember: ___________
Fullnameofauthorizedrepresentative:
Annexure 7
List Of Equipments And Specification
S No. Description Required Specifications Qty.
1. Ambient Air Dust
Sampler/ Aerosol
Monitor PM 10,
PM 2.5
a) Method principal:
Particulate concentration by forward light scatter laser Nephelometer.
b) Measuring state capacity:
TSP Inlet Standard. PM10 and PM2.5 sharp-cut cyclone inlets available.
c) Measurement Range:
0 to 100 mg/m3 (0 to 100,000 mg/m3)
Resolution of 10 µg/m3. d) Measurement Sensitivity:
µg/m3. e) Nephelometer Accuracy:
± 5% traceable standard with 0.6um PSL. f) Particle Size Sensitivity:
Up to 100 micron. Optimal sensitivity 2.5 to 10 micron particles. g) Display:
LCD/ LED. Provides information on operation including: Power, Flow Operation, Status and Concentration.
h) Flow Rate:
2.0 to 5 liters/minute ± 0.1 L/min. i) Power:
10 – 40 VDC @ 1.5 A maximum. j) Power Consumption:
Analog Output: 4-20 mA and 0 – 10 VDC.
Portable and hand carrying.
Data saving capacity of 100,00 readings and retention of data for 24 hours
k) Alarm Output:
Normally open and normally closed relay 30 VDC @ 1A maximum.
l) Operating Temperature:
0 to +50°C . (Ambient Temperature Sensor Range -30 to +50°C).
m) Barometric Pressure:
600 to 1040 mbar pressure sensor range. n) Ambient Humidity Range:
0 to 90% RH, non-condensing. o) Intake Moisture Control:
Automatic inlet heater module controlled to sample RH set point. p) Mounting Options:
Wall mount bracket or having stand.
The minimum sampling detection range should be 5 seconds.
Software supported for printing as transfer of stored data.
The rechargeable batteries must have at least 24 hours life.
It should be Portable and hand carrying.
01
2. Three Phase Diesel Generator (25-50KW) With Installation, Cabling And Tripping System)
Installation cabling 140 feet attachment with existing ATS
Maximum output 220volts 25 to 50 KW at 50-60 Hz
Rated power 25-50
Four stroke, water cooled
Noise control 60 dB at 5 meters from the source.
Transfer pole 3 phase
Locking system, auto rechargeable battery
Foundation construction civil work roof top existing be used
Diesel consumption Upto 8 liter per hour
50 liters or higher tanks capacity
Display with volt and watts
One year replacement warranty
Auto tripping setup and self-start
3 years after sale service warranty
01
3. Installation and
Piping, Wiring of
Submersible Water
Pump
3 Horse Power Submersible Water Pump for single phase
HD and PPR Pipes of 1.5 inches Diameter and 80 feet length each
Removal / Dismantling of already existing 3 phase submersible water pump.
01
Annexure8
Financial Proposal
S.
No.
Description Make/Model Qty. Unit Price Total Price
01 Three Phase Diesel Generator
(25-50kw) With Installation,
Cabling And Tripping
System)
01
02 Ambient Air Dust Sampler/
Aerosol MonitorPM 10, PM
2.5
01
03 Installation and Piping,
Wiring of Submersible Water
Pump
01
Sub Total:
Taxes:
Installation, testing, configuration (if any)
Grand Total: (Including all charge and taxes)
Validity:
Delivery Time:
Any other details or terms & conditions