You are on page 1of 14

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3834478
Dated/ दनांक : 17-08-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 04-09-2023 15:00:00

Bid Opening Date/Time/ बड खुलने क


04-09-2023 15:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


90 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Mines

Department Name/ वभाग का नाम Na

Organisation Name/संगठन का नाम Geological Survey Of India (gsi)

Office Name/कायालय का नाम Mcsd Gsi Mangalore

Total Quantity/कुल मा ा 10

Item Category/मद केटे गर Fumehood , Scrubber , DCE , P FC , F IC

BOQ Title/बीओ यू शीषक Fumehood with Scrubber

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 10 Lakh (s)
वा षक टनओवर (3 वष का)

OEM Average Turnover (Last 3 Years)/मूल


25 Lakh (s)
उपकरण िनमाता का औसत टनओवर (गत 3 वष का)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 3 Year (s)
अपे त वगत अनुभव के वष

MSE Exemption for Years Of


Experience/अनुभव के वष से एमएसई छूट/ and Yes
Turnover/टनओवर के िलए एमएसई को छूट ा है

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Additional Doc 1
Document required from seller/ व े ता से मांगे (Requested in ATC)
गए द तावेज़ *In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

1 / 14
Bid Details/ बड ववरण

Past Performance/ वगत दशन 30 %

Bid to RA enabled/ बड से रवस नीलामी स य कया No

Type of Bid/ बड का कार Two Packet Bid

Primary product category Fumehood

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 2 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 54000

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक State Bank of India

ePBG Percentage(%)/ईपीबीजी ितशत (%) 5.00

Duration of ePBG required (Months)/ईपीबीजी क


26
अपे त अविध (मह ने).

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
Deputy Director General
OPEC II, M&CSD, Geological Survey of India (GSI), Ministry of Mines, NH 16, Marripalem, Visakhapatnam, Andhra
Pradesh, Pin 530018
(Dy. Director General)

Splitting/ वभाजन

2 / 14
Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria" subject to meeting of
quality and technical specifications. If the bidder is OEM of the offered products, it would be exempted from the
"OEM Average Turnover" criteria also subject to meeting of quality and technical specifications. In case any
bidder is seeking exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility
for exemption must be uploaded for evaluation by the buyer.
2. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.
3. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above
in the bid document before the bid opening date. Copies of relevant contracts to be submitted along with bid in
support of having supplied some quantity during each of the Financial year. In case of bunch bids, the category of
primary product having highest value should meet this criterion.
4. OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period
shall be uploaded with the bid. In case the date of constitution / incorporation of the OEM is less than 3 year old,
the average turnover in respect of the completed financial years after the date of constitution shall be taken into
account for this criteria.
5. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier
as defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .The
buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023.
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.

6. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered

3 / 14
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.The buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.
7. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
8. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 30% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant
contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid
in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to
primary product having highest bid value should meet this criterion.

Fumehood
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

530018,M&CSD, Geological
Bodapati Deva Survey of India, NH-16,
1 2 30
Kumar Marripalem, Visakhapatnam
530018

Scrubber
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

4 / 14
Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

530018,M&CSD, Geological
Bodapati Deva Survey of India, NH-16,
1 2 30
Kumar Marripalem, Visakhapatnam
530018

DCE
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

5 / 14
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

530018,M&CSD, Geological
Bodapati Deva Survey of India, NH-16,
1 2 30
Kumar Marripalem, Visakhapatnam
530018

P FC
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

530018,M&CSD, Geological
Bodapati Deva Survey of India, NH-16,
1 2 30
Kumar Marripalem, Visakhapatnam
530018

F IC
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

6 / 14
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

530018,M&CSD, Geological
Bodapati Deva Survey of India, NH-16,
1 2 30
Kumar Marripalem, Visakhapatnam
530018

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.

2. Generic

Actual delivery (and Installation & Commissioning (if covered in scope of supply)) is to be done at
following address

Deputy Director General


Geological survey of India
M&CSD, OP:EC-II
Marripalem
Visakhapatnam-530018
.

3. Generic

Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.

4. Generic

Bidder shall submit the following documents along with their bid for Vendor Code Creation:

 a. Copy of PAN Card.

 b. Copy of GSTIN.

 c. Copy of Cancelled Cheque.

 d. Copy of EFT Mandate duly certified by Bank.

7 / 14
5. Generic

Installation, Commissioning, Testing, Configuration, Training (if any - which ever is applicable as per scope
of supply) is to be carried out by OEM / OEM Certified resource or OEM authorised Reseller.

6. Generic

Supplier shall ensure that the Invoice is raised in the name of Consignee with GSTIN of Consignee only.

7. Generic

The successful bidder has to supply all essential accessories required for the successful installation and
commissioning of the goods supplied. Besides standard accessories as per normal industry practice,
following accessories must be part of supply and cost should be included in bid price:

Inclusive in Bid
.

8. Generic

1. The Seller shall not assign the Contract in whole or part without obtaining the prior written consent of
buyer.
2. The Seller shall not sub-contract the Contract in whole or part to any entity without obtaining the prior
written consent of buyer.
3. The Seller shall, notwithstanding the consent and assignment/sub-contract, remain jointly and severally
liable and responsible to buyer together with the assignee/ sub-contractor, for and in respect of the due
performance of the Contract and the Sellers obligations there under.

9. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also
(besides PBG which is allowed as per GeM GTC). DD should be made in favour of

DDG
payable at
GSI, Visakhapatnam
. After award of contract, Successful Bidder can upload scanned copy of the DD in place of PBG and has to
ensure delivery of hard copy to the original DD to the Buyer within 15 days of award of contract.

10. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

TERMS & CONDITIONS:


This Contract order will govern by the Terms & Conditions and other guiding p
oints mentioned hereunder:

1. “CONTRACT” shall mean the purchase order created / issued by the Buyer on G
eM for supply of Goods in electronic form which includes scope of supply, deliver
y instructions and specifications etc. as ordered by Buyer against such Contract.
2. The firm should produce acceptance of terms and conditions on their letter head

3. Any deviation from GSI specifications should be reflected in the compliance stat
ement
4. Self declaration of MII to be given (with break up details) in the given format wit
h break up details.
5. Price: The prices mentioned in the Purchase Order are firm .

8 / 14
6. Installation, Commissioning and Training: Satisfactory Installation, Commi
ssioning and Demonstration/Training at consignee place will be the sole respon
sibility of firm without any additional cost.

7. The instrument is to be supplied at Geological Survey of India, OP: EC-II, M&CS


D, Marripalem, Visakhapatnam-530018. It shall be responsible of the firm enteri
ng to the contract not only to make the item issued but to see in good working c
ondition and to the entire satisfaction of the end user/indenter.

8. The Firm should have its own manufacturing facility & should have experience
of Fume Hood manufacturing & installation.

9. The firm must have its service setup in Andhra Pradesh and the firm’s service
personnel should attend the complaint within 48 hours of receiving the same.

10. Before quoting, the Firm’s representative may visit the site of Installation for cl
arity & proper assessment of the requirement.

11. Installation and demonstration to be done within one months of date of deliver
y

12. CFM test to be done during the installation .

13. Certification: SEFA-8 (Scientific equipments and furniture association). SEFA 3 rd


party test certificate from SEFA approved Lab. Should be provided and the furnit
ure should confirm and be tested as per SEFA approved Labs. (In India or abroad
as per SEFA guidelines).

14. Standard: As per the SEFA Standard.

15. In case of major fault after supply the equipment should be set right and restor
ed in working condition within two days from the date of reporting of fault. How
ever, after deciding that it is a major fault, a standby unit or replacement of equ
ivalent configuration shall have to be provided within one week by the Vendor s
o that the work of that user/Section does not suffer. The provision of standby un
it does not absolve the Vendor from the responsibility of repairing the fault early
.

16. The supplier is free to take precautionary measures for assigned equipment in
order to maintain the integrity of components of equipment.

17. In case the item is proprietary in nature a “Proprietary Article Certificate” along
with authorization letter from the OEM should be submitted.

18. The quotation submitted by the bidder should be unconditional.

19. If any Bidder / Tenderer fails to fulfill the above terms or violate any above term
s his tender will be rejected summarily without assigning any reason or justificati
ons thereof.

9 / 14
20. Warranty: Three years after successful installation & the warranty must cover
heating element, digital display, controller & any other spares. During the warran
ty must be response within 48 hours.

21. PAYMENT:
Payment will be made in normal credit basis i.e. after satisfactory completion an
d successful installation and receipt of installation, commissioning certificate/rep
ort from the end user/ indenter.

OTHER TERMS & CONDITIONS:

01-The Firm should have its own manufacturing facility & should have experience of Fume Hood manufa
cturing & installation.

02-The firm’s service personnel should attend the complaint within 48 hours of receiving any complaint.

03-Before quoting, the Firm’s representative may visit the site of Installation for clarity & proper assessm
ent of the requirement.

04. Installation and demonstration to be done within 15 days of date of delivery of instrument.

05. CFM test to be done during the installation.

06. Certification: SEFA-8 (Scientific equipments and furniture association). SEFA 3 rd party test certificate
from SEFA approved Lab. Should be provided and the furniture should confirm and be tested as per SEFA
approved Labs. (In India or abroad as per SEFA guidelines).

07. Standard: As per the SEFA Standard.

22. Liquidity Damage:

1. In the event of the Seller's failure to submit the Guarantees and Documents, supply the stores/goods a
nd conduct trials, installation of equipment, training, etc. as specified in this contract, the Buyer may, at hi
s discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from t
he SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of the
delayed/undelivered stores/services mentioned above for every week of delay or part of a week, subject to
the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores. I
n case of the supply/ installation is made beyond the Delivery period, the supplier/contractor will be liable t
o pay Liquidated damage for directly proportionate delay at the charge mentioned in Purchase Order.

23. SPECIAL CLAUSES


A) In case of not mentioning about denial or deviation of any clause of this tender En
quiry, it will be presumed that the bidder is agreeable to those clauses and the bid/ t
ender will be considered as per the terms and conditions of this tender Enquiry. The
bidder, in that case, shall be bound to obey those clauses.
B) Detailed result of the Technical Bid evaluation may be or may not be informed to t
he bidder. It is upon the sole discretion of the buyer.

24. JURISDICTION FOR SETTLEMENT OF DISPUTE OF ARBITRATION CLAUSE:


In the event of any dispute of difference arising out of or in connection with this contr
act, the same shall be settled amicably by mutual consultations. If such resolution is
not possible then the unresolved dispute or difference shall be referred to the sole ar
bitration by a person appointed by the Director General, Geological Survey of India a

10 / 14
nd shall be conducted at the jurisdiction of Visakhapatnam Court (India) only.

25.TERMINATION OF CONTRACT/ CANCELLATION OF WORK ORDER:


The Buyer shall have the right to terminate the Contract/ Cancel Work Order in p
art or in full due any administrative reasons of the department and also in any of
the following cases:-

(a) All contracts of goods, reserve the right of Govt. to reject goods which do not
conform to the specifications (see GFR Rule 225, Para: xviii).

(b) The supply of item is delayed for causes not attributable to Force Majeure or
to any Justifiable cause for more than 3 months after the scheduled date of de
livery.

(c) The Seller is found involved or linked with unlawful or anti-national activities.

ANNEXURE - I

TECHNICAL SPECIFICATION OF FUME HOOD AND SCRUBBER

Sl. No. CHARACTERISTICS SPECIFICATIONS/REQUIREMENT

1. Description- Fume Hoods (2 Nos) with Scrubber (2 No)

2. Dimensions (Approx.)-Fume Hood: Width (1800mm) x Depth (800mm) x Height (1400mm)

Bed Size: Width (1400mm) x Depth (650 mm) with extended front collar platform of size: Width (1400m
m) x Depth (150 mm)

Overall size with Base Cabinet: Width (1800mm) x Depth (800mm) x Height (2300mm)

3. Material of Construction-Must be Fire/ heatproof, Corrosive chemical resistant and Pollution free.Ex
ternal: 15 mm thick Polypropylene(PP). Internal: 10 mm thick Polypropylene (PP) and FRP coating.

4. Shutters-The shutters and drawer fronts will have Polypropylene material of 10 mm thickness.

5. Sash- Single, vertical sliding 5mm toughened polycarbonate door, concealed type door, bal
anced with counter weights, sash weights and wire rope etc. The bottom of the sash frame shall have a f
ull length anodized Aluminium handle. The sash will be suitably counter balanced to prevent tilting and b
ending during the operation. The sash should work with a pulley & counter weight mechanism with
flexible sash rope made of Heavy-duty Nylon pulleys with ball bearing.

6. Exhaust Motor Assembly-3HP, 3000RPM TEFC 3-phase, with ISI mark or equivalent, motor of repute
d maker like Kirloskar/Crompton (Out-built from the direct contact of fume) with arrangement to protect
from rain/ water and with Dynamically balanced PP-FRP Impeller.

7. Ducting-Rigid ducting of FRP of 300mm dia. 5mm thick rigid FRP pipe will be provided with suitable r
ain-hood. Duct of suitable length as per the design must be provided. Hood top: 15 mm thick Polypropyl
ene.

8. Baffle-12mm thick Polypropylene material with a single slot on the back baffle to aid in distributing th
e flow of air into and through the hood. The baffle shall be spaced out from the back liner and option for i

11 / 14
ts removable/suitably cleaning.

9. Centrifugal Blower-Silent & high efficiency remote blower consisting of continuous rating motor and
chemical resistant impellor. The blower should be designed to give a face velocity at safe working height
as per the international safe velocity norms (ANSI). The exported face velocity at open sash is 100 FPM.
The blower body is FRP UV treated high density and chemical (corrosion) resistant and is mounted on a s
trong corrosion free metallic stand, Whole system with motor suitably protected from water & rain.

10. Casing & Coupling-6mm thick FRP Bisphenol ‘A’ fume rate resin & direct coupling.

11. Fume Hood Worktop (Bed)-20 mm thick Polypropylene material with Skirting of on 3 sides. Granit
e top of 24mm should be provided over the PP worktop to cover the entire area for placement of job.

12.Suction Rate-At least 2500 cfm

13.Lighting -Suitable LED lights of 20 watts with acidic fume resistant casing have to be provided

14.Electrical Arrangements-Each hood super structure has to be fully wired. The front facing panel sh
ould be fitted with M.C.B., Mini starter, Relay ON/OFF, cable ports with necessary switches for light & ex
haust system. The front panel must have provision for four Electrical Power Sockets and Switches (230V,
16A/18A) with suitable MCBs. Out of four, two sockets must be of Industrial type. Must have easy access
of cables from hood to electrical sockets

15.Base Cabinet-Storage Cabinet dimension: Width(1800mm) x Depth(650mm) x Height(900mm)


15 mm thick Polypropylene material. Each cabinet shall have one adjustable shelf & with detachable r
ear panels. Each cabinet should have twin doors with anodized Aluminium handle.

16.Internal Washing/Cleaning-There should be a facility and suitable drainage system for washing of t
he internal chamber, hood & duct to remove traces of acids & other material.

17. Air foil-Corrosion resistant stainless steel, providing spill retention and safe ventilation of fumes gen
erated, curved front edges to facilitate economic working position.

18.Application- Fire/ heat proof and Pollution free operational safety standard, low noise and vibration l
evels, effectively decontamination of chambers ensuring protection of personnel from hazards of over-e
xposure to air borne concentrations of chemical fumes, toxic gases/ vapours under the permissible expo
sure limits (PEL). Complete exhaust motor blower assembly must generate a negative pressure inside th
e hood facilitating in removal of all contaminants from the works area. The fume chamber should be desi
gned to sustain fumes generated from Hydrochloric Acid, Nitric Acid, Hydrofluoric Acid, Perchloric Acid, S
ulphuric acid and other acidic fumes.

19. Scrubber-

(a) Type: Cylindrical type Spray tower Scrubber

(b) Size: (950mm dia X 3000mm height)

(c) Material of Construction: 2mm thick PP + 3 mm thick FRP

(d) Design: having three compartments for Alkali solution, Insulated PVC rings & pipes & spraying cold w
ater with air, having the provision of pumping & drainage.

(e) Flow rate: 4000 CFM

(f) Water Circulation Flow Rate: 40 LPM

(g) Packing: 50 mm PP pall rings

(h) Vapour Inlet Dia: 300 mm

(i) Vapour Outlet Dia: 200 mm

(j) Liquid Inlet Dia: 25 mm

(k) Water Drain Outlet Dia: 25 mm with PP ball valve

(l) Accessories: View Glass water level indicator

(m) Mist Eliminator: PP mist Eliminator

12 / 14
(n) Pump for Water recirculation: 1 HP single-phase centrifugal pump with PP Impeller & casing

(o) Recirculation Water Tank Capacity: 300 litres

20. Warrantee- 2 Years Warrantee from the date of successful installation & commissioning. The warra
nty includes service, replacement/repair of all spares, consumables& accessories with proper preventive
maintenance service on monthly basis.

21 .Other Requirements-Charges towards Transportation, Installation & Commissioning & any other ch
arges if applicable should be inclusive in the quoted rates.

22. Civil & Electrical Work-The firm has to carry out all necessary civil work required for installation &
commissioning of the Fume Hood & Scrubber. GSI will provide required power supply to the nearest wall
at the Installation site. The firm has to provide all cabling work from the wall to the Fume Hood & Scrubb
er.

OTHER TERMS & CONDITIONS:

01-The Firm should have its own manufacturing facility & should have experience of Fume Hood manufa
cturing & installation.

02-The firm’s service personnel should attend the complaint within 48 hours of receiving any complaint.

03-Before quoting, the Firm’s representative may visit the site of Installation for clarity & proper assessm
ent of the requirement.

04. Installation and demonstration to be done within 15 days of date of delivery of instrument.

05. CFM test to be done during the installation.

06. Certification: SEFA-8 (Scientific equipments and furniture association). SEFA 3 rd party test certificate
from SEFA approved Lab. Should be provided and the furniture should confirm and be tested as per SEFA
approved Labs. (In India or abroad as per SEFA guidelines).

07. Standard: As per the SEFA Standard.

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.

13 / 14
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is also governed by the General Terms and Conditions/ यह बड सामा य शत के अंतगत भी शािसत है

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

14 / 14

You might also like