110
1 PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK TENDER NOTICE NO.03/2012-13(Amended) Telephone: 01262-212668, 211307 Fax: 01262-212668, 211308 Website: www.uhsr.ac.in . and www.pgimsrohtak.nic.in . Sealed tenders from Manufacturers/Authorized Dealers are invited up to 18.9.12 upto 3.00 PM, to be opened on 18.09.2012 at 3.30 PM , for Supply, Installation, Testing and Commissioning of Medical Gas Pipeline System for Mother And Child Health Centre, Trauma Care Centre and ‘B’ Block, LSL at Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak. The Tender form, instructions and detailed specifications(amended) are available on the University Website: www.uhsr.ac.in . andwww.pgimsrohtak.nic.in . which can be downloaded for submission alongwith Tender Fee of Rs.5,000/- in shape of Demand Draft in favour of Controller of Finance, Pt.B.D.Sharma University of Health Sciences,Rohtak-124001 (Haryana) India. The amendments have been made keeping in view the pre- bid meeting held on 27.07.2012 a t 15 . 0 0 h rs in the Office of Director, Pt. B.D. Sharma Post Graduate Institute of

DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

  • Upload
    haduong

  • View
    212

  • Download
    0

Embed Size (px)

Citation preview

Page 1: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

1

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAKTENDER NOTICE NO.03/2012-13(Amended)

Telephone: 01262-212668, 211307 Fax: 01262-212668, 211308Website: www.uhsr.ac.in. and www.pgimsrohtak.nic.in.

Sealed tenders from Manufacturers/Authorized Dealers are invited up to 18.9.12

upto 3.00 PM, to be opened on 18.09.2012 at 3.30 PM, for Supply, Installation, Testing

and Commissioning of Medical Gas Pipeline System for Mother And Child Health

Centre, Trauma Care Centre and ‘B’ Block, LSL at Pt. B. D. Sharma Post Graduate

Institute of Medical Sciences, Rohtak. The Tender form, instructions and detailed

specifications(amended) are available on the University Website: www.uhsr.ac.in.

andwww.pgimsrohtak.nic.in. which can be downloaded for submission alongwith

Tender Fee of Rs.5,000/- in shape of Demand Draft in favour of Controller of Finance,

Pt.B.D.Sharma University of Health Sciences,Rohtak-124001 (Haryana) India.

The amendments have been made keeping in view the pre-bid meeting held on

27.07.2012 a t 15 . 0 0 h rs in the Office of Director, Pt. B.D. Sharma Post Graduate

Institute of Medical Sciences, Rohtak.

Sr. Professor I/c Purchase

Page 2: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

2ANNEXURE ’A’

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK

TENDER NOTICE NO.03/2012-13

Sealed tender from Manufacturers/Authorized Dealers are invited against following Items for the University of Health

Sciences. Tender Form for all Groups alongwith the instructions and technical details are available on the University Website:

www.uhsr.ac.in. and www.pgimsrohtak.nic.in. The Tenderers may quote the rates along with fee of Rs.5,000/-for each Group in

shape of Demand draft, after downloading from Website, drawn in favour of the Controller of Finance, Pt.B.D.Sharma

University of Health Sciences Rohtak. The last date of submission of Tenders complete in all respects is 18.09.2012 upto 3.00

PM.

IMPORTANT:1. Tender should be put in a sealed envelop duly page-marked alongwith check-list. “TENDER AGAINST TENDER

NOTICE NO.03/2012-2013FOR GROUP NO.I, DUE on 18.09.2012 AND TO BE OPENED ON 18.09.2012” should be written in capital letters.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tender against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a Rate Validity of atleast 12 months from the date of opening of Tender. The quantity of the items may be increased/decreased or complete withdrawl.

4. The tenderer must quote their rates NET i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in Words and in Figures, alongwith the required documents.

5. Any Tender not accompanied with the processing fee of Rs.5,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Sr. Professor I/c Purchase.

Group No.

Department Description

1. Gas Manifold Room SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF MEDICAL GAS PIPELINE SYSTEM FOR MOTHER AND CHILD HEALTH CENTRE, TRAUMA CARE CENTRE AND B BLOCK LSL AT PT. B. D. SHARMA POST GRADUATE INSTITUTE OF MEDICAL SCIENCES, ROHTAK

Sr. Professor I/c Purchase

Page 3: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

3

TENDER FORM FOR TENDER NOTICE NO.03/2012-13_ON 18.09.2012_UPTO 3.00 PM

AND TO BE OPENED ON 18.09.2012 AT 3.30 PM

Page 4: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

1TENDER FORM

PANDIT BHAGWAT DAYAL SHARMA UNIVERSITY OF HEALTH SCIENCES, ROHTAK

INSTRUCTIONS TO TENDERERS

1. Quotations must be enclosed in properly sealed envelope, addressed to the Sr. Professor I/c Purchase, Pt. B.D. Sharma University of Health Sciences, Rohtak by designation and not by name.

The quotation must be super scribed “Quotations against Tender Notice No.03/2012-13 due on 18.09.2012(as called for in tender notice)” The quotations must reach in the office of Prof I/c Purchase before the last date mentioned in the tender notice.

2. In the even of quotations being submitted by a firm, it must be signed separately by each member thereof or in the even of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a quotation from being considered.

5. All corrections must be signed by the tenderers.

6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free.All samples (except those against accepted quotations) may be taken back by the supplier after 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Controller of Finance, Pt.B.D.Sharma, University of Health Sciences, Rohtak.

The earnest money must accompany the tender form without which the offer will not be considered. The said amount will be regarded as forfeitable to University of Health Sciences Rohtak if the successful tenderer fail to supply the goods within the time fixed by the Vice-Chancellor.

8. The successful tenderers shall be required to deposit performance security of the contract in the form of FDR pledged to the Controller of Finance, Pt.B.D.Sharma, University of Health Sciences, Rohtak.

Page 5: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

2(i) Where the value of the supply order or the estimated value of rate contract is up to Rs.20,

000/- @5%(ii) Where the value of the supply order or the estimated value of the contract is above Rs.20,

000/- @2% of the amount of the order subject to minimum of Rs.1,000/- in the form of FDR.

In case the security exceeds Rs.10,000/- additional amount (over and above Rs.10,000/- can also be deposited by the tenderers in the form of Bank Guarantee on any scheduled Bank valid for a period of 6 months or more from the date of expiry or the stipulated delivery period. The currency period of the Bank Guarantee shall be extendable, if so desired by the Vice-Chancellor. The earnest money shall be adjustable towards security.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to acceptance in whole or

in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted into contract, which will be

governed by the conditions in pages 3 to 9 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 9 will be binding upon me/us in the event of the acceptance of my/our tender.

13. I/we herewith enclose deposit receipt for a sum of Rs……………as security money and should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor, Pt.B.D.Sharma, University of Health Sciences, Rohtak..

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6 7

Sr General description No.

Specification No. Tender Rate Unit Packing Name of actual manufacturer and country of manufacturer

_________________________________________________________E. & O.E.

All rates for delivery for…………………………………………………………………..

Date the…………………………………..…Day of ……………………………………

Signature………………………………………………………………………………….

Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

Page 6: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

3

SCHEDULE ‘B’Conditions of Contract

1. This contract is to last from……….To…………but in the event of any breach of the agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 4 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality, which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by the Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will be open to the Vice-Chancellor to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.

4. The contractor will be responsible for damage or loss in transit and replace goods broken or lost within 14 days from the notice thereof.

5. Unless when specially ordered otherwise in the order accompanying the indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.

7. The Vice-Chancellor or any other officer or person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same or any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplies rejected as above and not be entitled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. The University shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after the notice has been issued to him so for such rejection, and failing such removal, rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contractor, rent for the space occupied by such rejected goods.

Page 7: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

48. Packing cases, containers, gunny packages etc. which may be used for purposes of packing etc.

which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Sr. Professor I/c Purchase& one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the receipt, the amount of such charges will be deducted from their bill.

(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) The materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers.

Subject to these conditions contractor will not be entitled to charge or be paid for supplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.

(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at the rate to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

10. In the even of withdrawal or discontinuance of any article and consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non-supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Pt. B.D. Sharma University of Health Sciences, Rohtak. His security deposit will also be forfeited.

Page 8: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

5(b) No recovery of penalty will be made if the indenting Officer accepts the

delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances were beyond the control of the supplier and there was no loss to Government.

(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Sr. Professor I/c Purchase. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the University within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.

12 The contractor acknowledges that he had made himself fully acquainted with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

14 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.

(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms in respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be

Page 9: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak.

6The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.

15. If any question, difference or objection whatsoever shall arise, in any way connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government, the payment will in no case be made at higher rate than the controlled rate.

IN WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.1. (in the case of a Firm)

Signed by the above named firm of ……………………………………………………..

through……………………………partner of the firm…………………………………..

Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolution of the Board No……………………………………Dated……………the……………………………………………day of………………………2011……………

SEAL

Sr. Professor I/c PurchaseDated…………… Signature

Estate OfficerDated…………… Signature

(In either case)(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………

Page 10: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

Signature of………….Date…………. On behalf of the Vice-Chancellor, Pt.B.D.Sharma,

University of Health Sciences, Rohtak.

7ANNEXURE ‘A’

CONDITIONS WITH TENDER FORM1. Trade discount should be quoted separately.

2. Offer with price variation clause will not be accepted.

3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed along- with the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. A) Tender must be supported by a sample where asked for, failing which it will not be considered.B) The tender should clearly state that the sample submitted confirms to the specification laid down in the

Schedule ‘A’ failing which tender will not be considered.C) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the

next working day following the close day.

9. Payment will be made as per conditions of contract Volume-II (Section-II) 35.

10. Prices should be for supply of the material in safe conditions F.O.R. destination failing which offer may be ignored.

11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.

15. The firm registered under quality marking Scheme in Haryana State should furnish attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

Page 11: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

16. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

8

17. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

18. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

19. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

20. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

21. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

22. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.

2. Please quote your rates only if you are manufacturer/authorized distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies i.e. DS&D Haryana and DGS&D, New Delhi.”

4. Tenders received late will not be considered.

Page 12: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

9

5. Rates quoted should be F.O.R. U.H.S. Rohtak.6. Earnest money of each group is Rs.5,00,000/- in the shape of Call Deposit Receipt/FDR with validity of

minimum one year drawn on any Scheduled Bank/Nationalized Bank duly pledged in favour of Controller of Finance, Pt. B.D. Sharma University of Health Sciences, Rohtak (Demand Draft and Banker’s Cheque will not be accepted).

7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased or added/deleted as per requirements..10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with the tender.12. Properly sealed samples should be submitted to the Store Officer, University of Health Sciences, Rohtak

against proper receipt. The tenders without required samples will be ignored.13. The successful tenderes shall be required to deposit security @5% of the value of goods in the form of

FDR pledged in favour of Controller of Finance, Pt. B.D. Sharma University of Health Sciences, Rohtak. In case the security exceeds Rs.10,000/- then the additional amount over and above Rs.10,000/- can also be deposited by the tendered in the form of Bank Guarantee on any Scheduled Bank valid for a period of one year or more from the date of expiry of the stipulated period.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mention whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Annual Maintenance Contract for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority

letter older than one year will not be considered. Conditional Authorization to dealer by the manufacturer for quoting ‘the said tender only’ will not be accepted.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12 weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.

20. For imported equipments the firm should also quote rates in Indian Rupees and should agree to take payment after receipt and satisfactory installation of machine. None manufacturing in India (NMI certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm.

21. Conditional tenders will not be accepted and rates quoted should be valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business.

Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-Sr. Professor I/c Purchase

Page 13: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

DETAILED SPECIFICATIONS (For Group No.01)

Page 14: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

1

GROUP NO.01

TENDER FOR MEDICAL GAS PIPELINE SYSTEM FOR MOTHER AND CHILD HEALTH CENTRE, TRAUMA CARE CENTRE AND B BLOCK LSL AT PT. B. D. SHARMA POST

GRADUATE INSTITUTE OF MEDICAL SCIENCES, ROHTAK.

Cost of tender form Rs.5,000/- in shape of Demand Draft payable to the Controller of Finance University of Health Sciences Rohtak.

Bid Security Rs.5,00,000/- in shape of FDR in favour of the Controller of Finance Pt.B.D.Sharma University of Health Sciences Rohtak (Haryana) India

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF MEDICAL GAS PIPELINE SYSTEM FOR MOTHER AND CHILD HEALTH CENTRE, TRAUMA CARE CENTRE AND B

BLOCK LSL AT PT. B. D. SHARMA POST GRADUATE INSTITUTE OF MEDICAL SCIENCES, ROHTAK

V O L U M E – I

PRE-QUALIFICATION DOCUMENT

2012

Page 15: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

2

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF MEDICAL GAS PIPELINE SYSTEM FOR MOTHER AND CHILD HEALTH CENTRE, TRAUMA CARE CENTRE AND B BLOCK LSL AT PT. B. D. SHARMA POST GRADUATE INSTITUTE OF MEDICAL SCIENCES, ROHTAK

TenderNo:03/2012-13 Date:

Bids are invite don behalf of Pt. B.D. Sharma UHS, Rohtak, from the eligible Suppliers/contractors for the following works:

Sl.No.

Name of Work EstimatedCost (Rs.)

Bid Security (Rs). Cost ofDocument (Rs.)

Period ofCompletion

1 SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF MEDICAL GAS PIPELINE SYSTEM

6.00 CroreApprox.

5.00 Lac 5,000/- 3 Mths for Trauma Care Centre & 4 Mths for Mother & Child Hospital & B Block of LSL

1. Eligibility Criteria:(a) Average annual financial turn over during the last three years [2009-2010,2010-2011& 2011-2012] of

30% of estimated cost.

(b) The experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:-

i) One similar completed work each costing not less than the amount equal to 80% of estimated cost.ii) Two similar completed works each costing not less than the amount equal to 60% of estimated

cost.iii) Three similar completed work e a c h costing not less than the amount equal to 40% of estimated

cost.

(c) Minimum solvency certificate from banker for 30% of estimated cost.

(d) Profit/Loss: The Company should have positive Net Worth and should not have incurred any loss in more than two years in last Five years ending 31st March, 2012duly certified by the Chartered Accountant.

(e) Companies/ Firms who have been debarred or blacklisted for any work by Union Govt. /State

Govt./PSU’s/ Competition Commission of India (CCI) etc., during last 5 years will not be entertained.

NOTE: Conditional Authorization by the Manufacturer OR Principal to the Bidder for Quoting this Tender only, will not be entertained.

Page 16: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

3

2. Pre-bid meeting was held on 27.07.2012 at 15.00 hrs. at the Office of Director, Pt. B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak,

3. Tender complete in all respect must be submitted in sealed envelopes, which must be either delivered by hand or by registered mail to the office of Director, Pt. B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak, so as to reach not later than15.00hourson18.09.2012.(Under no circumstances, Pt. B.D. Sharma University of Health Sciences, Rohtak/ Pt. B.D. Sharma PGIMS, Rohtak, will be held responsible for late delivery or loss of the documents so mailed).Technical bid shall be opened on thesamedayat15.30hours.

4. Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak, reserves the right to accept or reject any/all bids without assigning any reason.

5. Copy of tender document is available for viewing on web sites of Pt. B.D. Sharma University of Health Sciences, Rohtak/ Pt. B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak.

Web sites:

Pt. B.D. Sharma University of Health Sciences, Rohtak: www.uhsr.ac.in

Pt. B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak: www.pgimsrohtak.nic.in.

Bidders are advised to regularly scan through the web sites as corrigendum/ amendments etc. if any will be notified on the I ns t i t u t e s ’ website and separate advertisement may not be made for this.

INSTRUCTIONSTO APPLICANTS

PROJECTNAME: SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF MEDICAL GAS PIPELINE SYSTEM FOR MOTHER AND CHILD HEALTH CENTRE, TRAUMA CARE CENTRE AND B BLOCK LSL AT PT. B. D. SHARMA POST GRADUATE INSTITUTE OF MEDICAL SCIENCES, ROHTAK

EMPLOYER : Pt. B.D. Sharma University of Health Sciences, Rohtak.

1. Scope of Bid :

1.1 Pt. B.D. Sharma University of Health Sciences, Rohtak, through the Director, Pt. B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak, invites tenders for the above works detailed as under:

1.2 Brief Details ESTIMATED COST : Rs.6.00 Crore

COMPLETION PERIOD : 3 months- Trauma Care Centre:4 months- Mother & child Hospital & B-Block of LSL

Page 17: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

4

1.3 Tendering is open to all Agencies/Firms having sound background and specialization in carrying out similar works.

2.0 PRE-QUALIFICATIONCRITERIA:

2.1 Pre-Qualification will be based on meeting of all the minimum criteria for pre- qualification and other qualification criteria regarding the Applicant’s work experience, capabilities and financial position as demonstrated by the Applicant’s responses in the forms attached to the Letter of Application.

2.2 The Applicant should meet the following minimum criteria for Pre-Qualification:

(i) Average annual financial turn over during the last three consecutive financial years [2009-2010,2010-2011&2011-2012] should be at least 30% of the estimated cost.

(ii) Experience of having successfully completed similar work during last 7 years ending last day of month previous to the one in which tenders are invited should be either of the following:

1. One similar completed work costing not less than the amount equal to 80% of the estimated cost. Or

2. Two similar completed works each costing not less than the amount equal to 60% of the estimated cost. or

3. Three similar completed work e a c h costing not less than the amount equal to 40% of estimated cost.

*Similar nature of works means Successful Completion of Installation of Medical Gas Pipeline System.

A Certificate from t h e client for completion of work(s)must be submitted alongwith the application. Own works Certification of agencies shall not be considered for prequalification.

(iii) A solvency certificate from Applicant’s bank (Nationalized/Scheduled) that Applicant is solvent for the sum of 30% of the estimated cost. The certificate should not be more than one year old.

(iv) The Company should have positive Net Worth and should not have incurred loss in more than Two years in last Five years ending 31stMarch, 2012 duly certified by the Chartered Accountant.

Page 18: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

5

3.0 PERSONNEL, EQUIPMENT AND FINANCIAL CAPABILITIES

3.1 Personnel Capabilities: The firm should have suitably qualified and experienced personnel for the successful completion of the works. List of employees and bio-data of key officials shall be submitted stating clearly how these would be involved in this work. (Fill enclosed ANNEXURE– I).

3.2 Equipment Capabilities: The Applicant should submit the list of equipments for successful completion of project. (Fill enclosed ANNEXURE-II).

3.3 Financial Capabilities: The Audited Balance Sheets for the last five financial years (2007-2008,2008-2009,2009-2010, 2010-2011& 2011-2012) should be submitted and must demonstrate the soundness of the Applicant's financial position showing positive net worth and net profit,( see ANNEXURE-III). Where necessary, the D i r e c t o r , Pt. B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak, or the Representative there of, on behalf of Pt. B.D. Sharma University of Health Sciences, Rohtak will make inquiries with the Applicant's bankers (Applicant to fill enclosed ANNEXURE-III).

4.0 EXPERIENCE OF EXECUTING OF PROJECTS OF SIMILAR NATURE &COMPLEXITY

The applicant shall submit information about their past experience in executing projects of similar nature and complex it with information about magnitude of the Projects, Type of Projects, Completion Certificate from Client, Time Over run if any, Cost over run if any,(Fill enclosed ANNEXURE-IV).

5.0 OTHER INFORMATION TO BE SUBMITTED ALONGWITH TENDER

5.1 Registration/License: The firm should have Works Contract Tax /VAT Registration with the appropriate Authorities. In case the firm is not registered at the time of submission of bid, a declaration should be submitted by the firm that they will get themselves registered with the concerned authorities in case they are awarded the work.

5.2 The firm should submit an affidavit duly notarized that they have not abandoned or were blacklisted for any work of Union Government/State Governments/PSU’s etc. during the last 5 years.

5.3. The applicant should provide information regarding Litigation/Arbitration cases for the last five years. (As per ANNEXTURE-V)

5.4 The applicant shall submit the supporting documents regarding the information given in the ANNEXURE-I to ANNEXURE-V.

Page 19: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

66.0 Even though the Applicants meet the above criteria, they are subject to be disqualified, if they

have:

- Made misleading or false representation in the form, statement and attachments submitted;Or

- Record of poor performance such as abandoning the work, not properly completing the contract, in-ordinate delays in completion, litigation history, or financial failures, etc while working with any organizations, or

- While working with Pt.B.D.Sharma, University of Health Sciences, Rohtak/ PGIMS, Rohtak

Or

Found to have been blacklisted in any of the works.

7.0 The applicants are advised to visit the site to get first hand information as regards its approach, accessibility, working conditions, site conditions, availability of labor and material etc. and other matters affecting cost and work. All costs incurred in connection with submission of the tender shall be borne by the applicant irrespective of the outcome.

8.0 If any information furnished by the applicant is found incorrect at a later stage, applicant shall be liable to be debarred from tendering in. The department reserves the right to verify the particulars furnished by the applicant independently.

9.0 Even though the agency meet shall the criteria, the Institute reserves the right to accept or reject any applicant/disqualify any agency without assigning any reason whatsoever.

10.0 UPDATING QUALIFICATION INFORMATION

10.1 Applicants shall be required to update the financial information used for Pre- Qualification as and when asked for, to confirm their continued compliance with the pre-qualification criteria and verification of the information provided.

Page 20: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

711.0 GENERAL

11.1 Only agencies/firms who meet the pre-qualification criteria shall be considered for further evaluation.

11.2 If a firm submits more than one bid, all bids of the party will be rejected.

11.3 The Vice-Chancellor, Pt. B.D. Sharma, University of Health Sciences, Rohtak, reserves the right to:

(a)Reject or accept any application without assigning any reason or incurring any liability there of

(b)Cancel the tendering process and reject all applications/tenders

(c)Split the works into different packages if required

(d)Amend the scope and value of any contract under this project, in such event the bids will only be called from those pre-qualified applicants who meet the requirements of the contract as amended.

11.4 Joint venture companies shall not be allowed to participate in the bid.

11.5 No correspondence either from successful/pre-qualified applicant or unsuccessful applicant will be entertained in this regard.

11.6 Check list format attached at Annexure-VI must be filled and enclosed alongwith the application.

Sr. Professor I/c Purchase, For & On behalf of:

Pt. B.D. Sharma, University of Health Sciences, Rohtak.

Page 21: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

8LETTEROFAPPLICATION

[NOTE: On the letter head paper of the applicant including full postal address, telephone no., fax no., telex no., E-mail.]

To,Sr. Professor I/c Purchase,Pt. B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak,(124001)

Sir,

Date:

1. Being duly authorized to represent and act on behalf of………………………………..(Hereinafter referred to as “the Applicant”) and having reviewed and fully understood. All the pre-qualification information provided, the undersigned hereby apply to be pre- qualified by yourselves as a bider for the:

Supply, Installation, Testing & Commissioning of Medical Gas Pipeline System for Mother and Child Health Centre, Trauma Care Centre and B Block LSL, Pt B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak.

Tender Number Client Name

03/2012-13Pt B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak, on behalf of Pt. B.D. Sharma University of Health Sciences, Rohtak

2. Attached to this letter are copies of original documents defining:

(a) The applicant’s legal status

(b) The principal place of business

(c) The place of incorporation (for applicants who are corporations) or the place of registration and the nationality of the owners (for applicants who are partnerships or individually owned firms)

(d) Application form no.1 to 7 and Annexure-VI

Page 22: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

93. Pt. B.D. Sharma University of Health Sciences/ Pt. B.D. Sharma Post Graduate Institute of Medical

Sciences, Rohtak and t h e authorized representatives are hereby authorized to conduct any inquiries or investigations to verify the statements, documents and information submitted in connection with this application, and to seek clarification from our bankers and clients regarding any financial and technical aspects. This letter of application will also serve as authorization to any individual or authorized representative or any institution referred to in the supporting information, to provide such information deemed necessary and requested by yourselves to verify statements and information provided in this application, or with regard to the resources, experience, and competence of the Applicant.

4. Pt. B.D. Sharma University of Health Sciences/ Pt. B.D. Sharma Post Graduate Institute of MedicalSciences, Rohtak and the authorized representatives may be contacted for further information:-

General, Personnel, Technical and Financial Enquiries

Contact 1: Medical Superintendent, Pt B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak

Telephone 1 : +91-1262- 211311 E-Mail : [email protected]

Contact 2: Dy. M. S. I/C Gas Manifold, Pt B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak

Telephone 2 : +91-9896911123E-Mail : [email protected]

5. This application is made in the full understanding that:

(a) Bids by pre-qualified applicants will be subject to verification of all information submitted for pre-qualification at the time of bidding

(b) Pt. B.D. Sharma University of Health Sciences/ Pt. B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak y reserves the right to:

- amend the scope and value of the contract/bid under this project; in such event, bids will only be called from pre-qualified bidders who meet the revised requirements; and

- reject or accept any application, cancel the pre-qualification process, and reject all applications without assigning reasons or incurring any liability thereof; and

(c) Pt. B.D. Sharma University of Health Sciences/ Pt. B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak shall not be liable for any such actions and shall be under no Obligation to inform the Applicant

Page 23: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

10

6. The undersigned declares that statements made and the information provided in the duly completed application is, true and correct in every detail.

Sealed & SignedName:For and on behalf of Bidder

Page 24: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

11

APPLICATION FORM No.1

GENERAL INFORMATION

All individual firms applying for pre-qualification are requested to complete the information in this form. Information is to be provided by for all Owners or Applicants who are partnerships or individually-owned firms.

1 Name of firm

2 Head office address

3 Contact Person Telephone

4 Fax E-mail

5 Place of Incorporation/Year of Incorporation/RegistrationRegistration

Authorized Signatory of bidder

Page 25: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

12APPLICATION FORM No. 2

STRUCTURE AND ORGANIZATION

1. Name & address of the applicant

2. Telephone No. /Telex No. /Fax No. /E-Mail

3. Legal status of the applicant (attach copies of original document defining the legal status)

(a) An individual

(b) A Proprietor firm

(c) A firm in partnership

(d) A Limited Company or Corporation.

4. Particulars of registration with various Government bodies (attach attested photocopy) Organization/Place of Registration:

Registration No.:

5. NameandTitlesofDirectors&Officerswithdesignationtobeconcernedwiththis work.

6. Name and Designation of individuals authorized to act for the organization.

Page 26: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

13

7. Was the applicant ever required to suspend construction for a period of more than six months continuously after the commencement of the construction? If so, give the name of the project and reasons for suspension of work.

8. Has the applicant ever abandoned the awarded work before its completion? If so, give name of the project and reasons for abandonment.

9. Has the applicant ever been debarred/ blacklisted for tendering in any organization at any time? If so, give details.

10. Has the applicant ever been convicted/ penalized by a court of law or Competition Commission of India (CCI)? If so, give details.

11. Any other information considered necessary but not included above.

Authorized Signatory of bidder

Page 27: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

14APPLICATIONFORMNo.3 ANNEXURE-I

PERSONNELCAPABILITIES

S.No. Designation TotalNumber

Number available for this work

Name Qualification Professional experience

Remarks

Authorized Signatory of bidder

Page 28: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

15APPLICATION FORM No.4 ANNEXURE-II

EQUIPMENT CAPABILITIES

S.No.

Name of Equipment Nos. Capacity or Type Age Condition Remarks

Authorized Signatory of bidder

Page 29: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

16APPLICATION FORM No.5

FINANCIAL CAPABILITIES ANNEXURE–III(Rs.Inlacs)

Financial Year Annual Turn Over in Indian Rupees(or equivalent to IndianRupees) as per Audited Balance Sheet

2009-2010 Rs.

2010-2011 Rs.

2011-2012 Rs.

Average Annual Turnover overThe past three years

Rs.

Financial Information inRs. Equivalent

For year2007-2008

For year2008-2009

For year2009-2010

For year2010-2011

For year2011-2012

1.Total Assets

2.Current Assets

3.Total Liabilities

4.Current Liabilities

5.Profit before Tax

6.Profit after Tax

7.NetWorth

N O T E: T he a b ove d a t a is t o b e s upp o r t e d b y a ud i t e d b a l a n ce s h ee t s 1. Attach copies of audited balance sheets for all five years (2007-2008, 2008-2009, 2009-2010, 2010-2011

&2011-2012).2. Attach recent solvency certificate from bankers.3. Indicate financial arrangements for carrying out the proposed work.

Authorized Signatory of bidder

Page 30: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

17APPLICATION FORM No.6 ANNEXURE-IV

EXPERIENCE OF COMPLETION OF PROJECTS OF SIMILAR NATURE& COMPLEXITY

(During last seven years ending last day of month previous to the one in which applications are invited)

S. No.

Name ofwork/ project and location

Owner or sponsoring organization

Cost of work in Lakhs

Date of commenc- ement as per contract

Stipulated date of completion

Actual date of completion

Name and address/ Telephone/Fax number/Email of officer to whom reference may bemade

Remarks

NOTE: P l e a s e a tt a c h s upp o r t i n g d o c u m e n t s ( c o m p l e t ion ce r t i f i c a t e s a l o n gwi t h Ord e r cop ies) fo r t h e ab ove in format ion

Authorized Signatory of bidder

Page 31: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

18APPLICATION FORM No.7

Litigation DetailsCourt Cases/ Arbitration

Name of Bidder:

Year Name of the work

Name of the Client, with Address

Title of the courtCase/Arbitration

Detail of the Court/ Arbitrator

Status Pending/ Decided

Disputed Amount (Current Value, the equivalent) incase of Court Cases/Arbitration

Actual Awarded Amount(Rs)in decided Court Cases/arbitration

Authorized Signatory of bidder

Page 32: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

19ANNEXURE-VI

C he c k-L is t

Sr. No Criteria Requirements CrossReferencing/

Page no. at which required

information is available(To be

mentioned)

IndicateEligibility

Y/N

1 Average Turnover forLast three years

30% of estimated cost

2 Experience During last seven yearsOne Similar work completed of value costing not less than 80% of the estimated cost

ORT w o Similar works completed of value e a c h costing not less than 60% of the estimated cost

ORThree Similar completed works e a c h costing not less than the amount equal to 40% of estimated cost.

3 Personnel Capabilities List of suitably qualified and experiencedPersonnel in relevant field

4 Equipment Capabilities List of equipment required and proposed to beDeployed & source of such equipments

5 Financial Capabilities Company should have positive Net WorthAnd should not have incurred loss in more than Two years in last Five years ending 31stMaqrch, 2012duly certified by theChartered Accountant.

6 Solvency Certificate Solvency certificate from applicant’s bank for30% of estimated cost not older than one year

7. Abandoning/Blacklisting

Information regarding not Abandoned /BlackListing for any work of Union Govt./State Govt./ PSU’s etc. during last 5 years.

Page 33: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

20

8. Works ContractTax/VAT Registration with the appropriate Authorities.

In case the firm is not registered at the time ofSubmission of bid, a declaration by the firm that they will get themselves registered with the concerned authorities in case they are awarded the work is submitted.

Authorized Signature of Bidder with stamp

Page 34: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

1

Tender for

Supply, Installation, Testing& Commissioning of Medical Gas PipelineSystem for Mother and Child Health Centre, Trauma Care Centre and

B Block LSL at Pt. B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak

VOLUME– II

GENERAL INSTRUCTIONS TO

BIDDERS, CONDITIONS OF CONTRACT,

ADDITIONAL SPECIFIC CONDITIONS OF

CONTRACT

&

TECHNICAL SPECIFICATIONS

2012

Page 35: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

2

SECTION-I: INSTRUCTIONS TO BIDDERS

A. General

1.0 Scope of work:

1.1 Pt. B. D. Sharma University of Health Sciences, Rohtak invites bids for the Supply, Installation, Testing& Commissioning of Medical Gas Pipeline System at Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak.

1.2 The successful bidder will be expected to complete the works within the stipulated period from the date of Award of work.

2.0 The Institute:

The Medical Superintendent, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak, will enter into the agreement with the chosen contractor for & on behalf of the Pt. B. D. Sharma University of Health Sciences, Rohtak.

2.1 In these documents wherever the word tender/tenderer/tendering has been used, the same shall be considered synonymous with bid/bidder/bidding.

3.0 Information to be submitted:

3.1 All bidders shall include the following information and documents with their bids:

1. Power of attorney of the signatory of the bid to commit the bidder.2. A work plan clearly bringing out how the bidder proposes to carry out the work to achieve the time schedule.

4.0 Cost of bidding:

The bidder shall bear all costs associated with the preparation and submission of his bid, and the Institute will in no case be responsible or liable for those costs.

5.0 Site visit:

The bidder is advised to visit and examine the Site of Works and its surroundings and obtain for himself on his own responsibility and at his own risk all information that may be necessary for preparing the bid and entering into a contract for the works as detailed in the Scope of work. The cost of visiting the Site shall be at the bidder's own expense.

B. Bidding Documents

6.0 Content of bidding documents:

The set of bidding documents comprises the documents listed below: Volume-I: P r e - -Qualification C r i t e r i aVolume-II : Conditions of Contract & Technical s pecificationsVolume-III : Bill of Quantities

7.0 Clarification of bidding documents:

A prospective bidder requiring any clarification of the bidding documents may notify the Institute in writing or by fax (hereinafter, "fax" includes facsimile) at the Institute’s address indicated in the Invitation to Bid. The I n s t i t u t e w ill respond to any request for clarification which i s received earlier than 7days prior to the submission of bid. Copies of the Institute's response will be forwarded to all purchasers of the bidding documents, including a description of the enquiry but without identifying its source.

Page 36: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

38.0 Amendment of bidding documents:8.1 Before the deadline for submission of bids, the committee constituted by the Vice-Chancellor, Pt. B. D. Sharma University of

Health Sciences, Rohtak, may modify the bidding documents by issuing addendum.

8.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing or by fax to all purchasers of the bidding documents.

8.3 To give prospective bidders reasonable time to take an addendum into account in preparing their bids, the Institute shall extend as necessary, the deadline for submission of bids in accordance with Sub-Clause16.2.

C. Preparation of Bids

9.0 Language of bid:

All documents relating to the bid shall be in English Language only.

10.0 Documents comprising the bid:

The bid submitted by the bidder shall comprise the following:

(a) Bid Security(b) All information and documents regarding the pre-qualification(c) Conditions of Contract(d) Specifications(e) Bill of Quantities(f) Tender drawings, if any(g) Documents mentioned in 3.1 above.

And any other documents required be completing and submitting by bidder’s in accordance with these instructions.

11.0 Bid prices:

11.1 The bidder shall fill the rates against each item of BOQ both in words and figures.

11.2 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause shall be included in the rates, prices, and total amount of bid submitted by the bidder. The evaluation and comparison of bids by the Institute shall be made accordingly.

11.3 The rates and prices quoted by the bidder shall be fixed for the duration of the Contract and shall not be subject to adjustment on any account.

12.0 Currencies of bid and payment:The rate to be quoted by the bidder shall be in Indian Rupees (INR).

13.0 Bid validity:

13.1 Bids shall remain valid for a period of 120 days after the deadline for bid submission specified in Clause16.

13.2 In exceptional circumstances, the bidders may be requested to extend the period of validity for a specified additional period. There quest and the bidders' responses shall be made in writing or by fax. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of his bid security for the period of the extension and in compliance with Clause14 in all respects.

14.0 Bid security:14.1 The bidder shall furnish, as part of his bid, a security amount of R s . 5,00,000/-

14.2 The bid security shall be in the form of a Pay Order/Demand Draft from a Nationalized/Scheduled bank in favor of the

Controller Of Finance, Pt. B. D. Sharma University of Health Sciences, Rohtak, payable at Rohtak.

14.3 Any bid not accompanied by an acceptable bid security shall be rejected.

Page 37: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

414.4 The bid security of unsuccessful bidders will be returned within 28 days of the end of the bid validity period specified in Sub-

Clause 13.1.

14.5 The bid security of the successful bidder will be discharged when the bidder has signed the Agreement and furnished the required performance security.

14.6 The bid security will be forfeited:(a) If the bidder withdraws his bid during the period of bid validity;(b) If the bidder does not accept the correction of his bid price, pursuant to Clause 23; or(c) In the case of a successful bidder, if he fails within the specified time limit to;

(i) Sign the Agreement; or(ii) Furnish the required performance security.

14.7 No interest will be payable on the bid security amount cited above.

15.0 Sealing, marking and submission of bid:

15.1 The bid shall be submitted in accordance with the procedure detailed here in. Documents shall be enclosed in separate envelopes of appropriate size each of which shall be sealed.

(i) Envelope No.1 shall contain the bid security as indicated in clause 14 of these instructions to bidders.

(ii) Envelope No.2 shall contain the bidder’s application for pre-qualification, original bid document comprising of Volume-I and all the asked information and documents in support of pre-qualification.

(iii) Envelope No.3 shall contain the covering letter and original bid document comprising of Volume-II, duly signed and stamped and the other documents as indicated at Clause 3.1,duly signed and stamped, without any conditions or reservation.

(iv) Envelope No.4 shall contain only the bill of quantities (VolIII) and rates/prices duly filled in and signed and stamped without any conditions whatsoever. Bids containing any conditions in Envelope no.4 are liable to be summarily rejected. In case of any variation between the rates mentioned in figures and words, the rates in words shall prevail.

The contractor must fill up the prices both in words and figures.P l e a s e no t e that t h e p r i c e s hou l d n o t b e i n d i c a t e d i n a n y o f t h e do c u m e n t s e n c l o se d i n e n ve l o p e 1, 2& 3

A l l b i d d e rs a re r e qu i r e d t o s u b m i t u n c o nd iti o n a l b i d s . C o n d i t i o n a l b i d s i f s u b m itt e d s h a l l b e li ab l e t o b e rej ec t e d an d n o co rres p o nd en ce i n t h i s re g a rd sh al l b e en t e rt ai n ed .

15.2 The bidder shall seal the bid.

15.3 All the four envelopes shall be sealed and enclosed in an envelope and addressed to Sr. Professor I/c Purchase, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, at Rohtak. Pin-124001

15.4 All the above envelope shall bear the following identification.

Name of work:-Supply, Installation, Testing & Commissioning of Medical Gas Pipeline System for Mother and Child Health Centre, Trauma Care Centre and B Block LSL Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak.

15.5 All the envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened, if required.

15.6 All recipients for the purpose of submitting abid shall treat the contents of the documents as private and confidential.

16.0 Deadline for submission of bids:

16.1 Bids must be received by the Institute at the address specified above not later than the designated date and time.16.2 Institute may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 8, in which case

all rights and obligations of The Institute and the bidders previously subject to the original deadline will then be subject to the new deadline.

Page 38: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

517.0 Late bids:

Any bid received by the Institute after the deadline prescribed in Clause 16.0 will be returned unopened to the bidder.

18.0 Modification and withdrawal of bids:

18.1 The bidder may modify or withdraw his bid by giving notice in writing before the deadline prescribed in Clause 16.

18.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with Clause 15, with the outer and inner envelopes additionally marked "MODIFICATION" or "WITHDRAWAL",as appropriate.

18.3 No bid may be modified after the deadline for submission of bids.

18.4 Withdrawal of bid between the deadline for submission of bids and the expiration of the original period of bid validity specified in the Form of Bid may result in the forfeiture of the bid security pursuant to Clause14.

D. Tender Opening and Evaluation19.0 Bid opening:

19.1 Bids shall be opened in the office of the Director, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak. Pin 124001, half an hour after the prescribed time for tender submission in presence of the bidder’s representatives who may wish to be present.

EnvelopeNo.1: Shall be opened first. If the bid Security is not found as prescribed the bid shall be summarily rejected.

EnvelopeNo.2: Shall then be opened. The applications of bidders for pre-qualifications and the information and documents submitted shall be evaluated.

EnvelopeNo.3: Shall be opened for only those parties who meet the pre-qualification criteria and are pre-qualified, on the same day orate subsequent date to be intimated in advance to such eligible bidders. Bids of parties who do not accept the conditions laid down in the bid documents may be rejected.

EnvelopeNo.4: Containing the sealed price bid of only for those parties whose bid is found to be generally in order and substantially responsive shall be opened either at the bid opening orate subsequent date to be intimated in advance to such eligible bidders.

19.2 The C o m m i t t e e c o n s t i t u t e d b y c o m p e t e n t a u t h o r i t y will examine the bids to determine whether they are complete, whether the requisite bid securities have been furnished, whether the bids have been properly signed and whether the bids are generally in order.

19.3 Telegraphic/Fax offer will be treated as defective/invalid and thus rejected. Only detailed complete bids received prior to the closing time and date will be taken as valid.

19.4 The bidders names, general technical details, the presence of the requisite bid security and such other details, as the Committee at its discretion may consider appropriate, will be announced at the bid opening.

19.5 The bid of any bidder who has not complied with any of the instructions contained herein may not be considered.

20.0 Process to be confidential:

20.1 Information relating to the examination, clarification, evaluation, and comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced. Any effort by a bidder to influence the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak ,or any other Officer of the Pt. B. D. Sharma University of Health Sciences, Rohtak/PGIMS Rohtak, in processing of bids or award decisions may result in the rejection of his bid.

21.0 Clarification of bids:

21.1 To assist in the examination, evaluation, and comparison of bids, the competent authority or representatives of the same, at i t s / t h e i r discretion, ask any bidder for clarification of his bid, including breakdown of unit rates. The request for clarification and the response shall be in writing or by fax, but no change in the price or substance of the bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Commit tee , in the evaluation of the bids in accordancewithClause23.

Page 39: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

622.0 Examination of bids and determination of responsiveness:

22.1 Prior to the detailed evaluation of bids, committee constituted by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, will determine whether each bid(a) Meets the eligibility criteria;(b) Has been properly signed;(c) Is accompanied by the required securities;(d) Is substantially responsive to the requirements of the bidding documents;(e) Provides any clarification and/or substantiation that, the committee constituted by the Vice-Chancellor, Pt. B. D.

Sharma University of Health Sciences, Rohtak, may require.22.2 A substantially responsive bid is one which conforms to all the terms, conditions, and

specificationsofthebiddingdocuments,withoutmaterialdeviationorreservation. A material deviation or reservation is:(a) One which affects in any substantial way the scope, quality, or performance of the Works; Or(b) One which limits in any substantial way or is in consistent with the bidding documents, the, Pt. B.D. Sharma,

University of Health Sciences/ PGIMS, Rohtak right or the bidder's obligations under the contract; Or(c) One whose rectification would affect unfairly the competitive position of other bidders presenting substantially

responsive bids.

22.3 If a bid is not substantially responsive, it will be rejected by the Commit tee , and may not subsequently be made responsive by correction or withdrawal of the non conforming deviation or reservation.

23.0 Correction of errors:

23.1 Bids determined to be substantially responsive will be checked by the Commit tee , for any arithmetic errors. Errors will be corrected by the Commit tee as follows:

(a) Where there is a discrepancy between the amounts in figures and in words, the amount in words will govern; and

(b) If the bidder does not accept the corrected amount of bid, his bid will be rejected, and the bid security may be forfeited in accordance with Sub-Clause 14.6(b).

24.0 Currency for bid evaluation:

Bids shall be evaluated as quoted in Indian Rupees (INR)in accordance with Clause 12.

25.0 Evaluation and comparison of bids:

25.1 The Commit tee so cons t i tu ted will evaluate and compare only the bids determined to be substantially responsive in accordance with Clause 22.

25.2 In evaluating the bids, the Commit tee , will determine for each bid the Evaluated Bid Price by adjusting the Bid Price after making any correction for errors pursuant to Clause 23.

E. Award of Contract

26.0 Award Criteria:

26.1 Subject to Clause27, the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, intends to award the Contract to the bidder whose bid has been determined to be substantially responsive to the bidding documents and who has offered the Lowest Evaluated Bid Price.

27.0 The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, r e s e r v e s t h e right to accept any bid and to reject any or all bids:

27.1 Notwithstanding Clause 26,theVice-Chancellor,Pt. B. D. Sharma University of Health Sciences, Rohtak reserves the right to accept or reject any bid, and to cancel the bidding process and reject all bids, at any time prior to the award of contract, without there by incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the ground for the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak’s action.

28.0 Notification of award:

28.1 Prior to expiration of the period of bid validity prescribed, Sr. Professor I/c Purchase, Pt. B. D. Sharma Post Graduate Institute of

Page 40: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

7Medical Sciences, on behalf of competent authority, will notify the successful bidder by fax, confirmed by registered post /courier letter that his bid has been accepted. This letter(hereinafter and in the Conditions of Contract called the "Letter of Acceptance")shall name the estimated sum which the Institute will pay the Contractor in consideration of the Execution, Completion, and Maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").

28.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a performance security in accordance with the provision of Clause 29.

28.3 Upon furnishing by the successful bidder of a Performance Security, Sr. Professor I/c Purchase, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak on behalf of the competent authority will promptly notify the other bidders that their bids have been unsuccessful.

29.0 Performance Security:

29.1 Within15days of receipt of the notification of award from Sr. Professor I/c Purchase, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, the successful bidders shall furnish to the Institute Performance Security in the form of a bank guarantee for an amount equivalent to 5% of the Contract Price. The performance security shall be valid till the successful completion of the Defect Liability Period by the Contractor.

29.2 Failure of the successful bidder to comply with the requirements of Sub-Clause29.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the bid security.

Page 41: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

8S ec ti o n I I . C ond i t i on s o f C o n t r act

A. General

1.0 Definitions:

1.1 Terms which are defined in the Contract Data are not defined in the Conditions of Contract but keep their defined meanings. Capital initials are used to identify defined terms.

Acceptance is the date when the Contract came into existence upon receipt by the Contractor of the Letter of Acceptance issued by Sr. Professor I/c Purchase, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak. On behalf of the competent authority.

The Activity Schedule is a schedule of the activities comprising the construction, installation, testing and commissioning of the Works.

The Completion Date is the date when the, Estate Officer, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak notifies that the works can be used by the Institute.

The Contract is the contract between the Institute on the one part and the Contractor on the other.

The Contract Data defines the documents and other information which comprise the Contract.

T h e Contractor is a person or corporate body whose bid to carry out the Works has been accepted by the Institute.

The Contractor's Bid is the completed bidding document submitted by the Contractor to the Institute.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract.

Days are calendar days ; months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract.

Committee constituted by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak/ Officer authorized by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, is the person named in the Contract Data who is responsible for supervising the Contractor, administering t h e Contract, certifying payments due to the Contractor, issuing and valuing Variations to the Contract, awarding extensions of time etc.

Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to construct the Works.

The Initial Contract Price is the Contract Price at the date of the Institute’s written acceptance of the Contractor’s Bid.

The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date may be revised only by the, competent authority Pt. B. D. Sharma University of Health Sciences, Rohtak by issuing an Extension of time.

Plant is an integral part of the Works which is to have a mechanical, electrical, electronic or chemical function.

The Site is the area defined as such in the Contract Data.

The Start Date is given in the Contract Data. It is the date when the Contractor can commence Work on the Contract. It does not necessarily coincide with any of the Site Possession Dates.

A Subcontractor is person or corporate body who has a contract with the Contractor to carry out a part of the work in the Contract.

Temporary Works are works designed, constructed, installed and removed by the Contractor which are needed for construction or installation of the Works.

A Variation is an instruction given by the, Competent authority, Pt. B. D. Sharma University of Health Science/ PGIMS Rohtak which varies the Works.

The Works are what the Contract requires the Contractor to construct, install and handover to the Institute.

Page 42: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

92.0 Interpretation:

In interpreting these Conditions of Contract, singular also means plural, male also means female, and vice-versa. Heading sand cross-references between clauses have no significance. Words have their normal meaning under the language of the Contract unless specifically defined.

3.0 Language and law:

The language of the Contract and the law governing the Contract are stated in the Contract Data.

4.0 Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak’s, dec is ions :

The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, is to decide contractual matters between the Institute and the Contractor fairly and impartially.

5.0 Delegation:

The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak may delegate any of his powers and responsibilities to other people after notifying the Contractor and may cancel any delegation after notifying the Contractor.

6.0 Communications:

Communications between parties which are referred to in the conditions are effective only when in writing.

7.0 Removal of personnel:

If the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak or an authorized officer, asks the Contractor to remove a person who is a member of his staff or his work force and states his reasons the Contractor is to ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

8.0 Contractor's risks:

8.1 All risks of loss or damage to the, Pt. B. D. Sharma University of Health Sciences/ Pt. B. D. Sharma Post Graduate Institute of Medical Sciences Institute, Rohtak and property and of personal injury and death which arise during and in consequence of the performance of the Contract other than the excepted risks are the responsibility of the Contractor.

Excepted Risks are:

a. (i) War, hostilities (whether war be declared or not), invasion, act of foreign enemies,(ii) Rebellion,revolution, insurrection, or military or usurped power, or civil war,

(iii) Ionizing radiations, or contamination by radio- activity from any nuclear fuel,or from anyNuclear waste from the combustion of nuclear fuel, radio-active toxic explosive, or otherHazardous properties of any explosive nuclear assembly or nuclear component thereof,

(iv) Pressure waves caused by aircraft or other aerial devices travelling at sonic orSupersonic speed,

b. Loss or damage due to the use or occupation by the Institute of any section or part of the Permanent Works, except as may be provided for in the Contract.

c. Loss or damage to the extent that it is due to the design of the Works, other than any part of the design provided by the Contractor or for which the Contractor is responsible.

9.0 Insurance:

9.1 The following insurance cover is to be provided the Contractor in the joint names of the Institute and the Contractor for the period from the Start Date to the end of the Defects Notice Period or of the last Defects Correction Period whichever is later:

(a) Cover against damage to other people's property caused by the Contractor's acts or omissions;(b) Cover against death or injury caused by the Contractor's acts or omissions to(i) Any one authorized to be on the Site;(ii) Third parties who are not on the Site;(c) Cover against damage to the Works and materials during construction.

Page 43: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

10

9.2 Policies and certificates for insurance are to be produced by the Contractor to Sr. Professor I/c Purchase, Pt. B. D. Sharma University of Health Science/ PGIMS Rohtak for approval before the Start Date given in the Contract Data and subsequently as the Authorities, may require.

9.3 If the Contractor does not produce any of the policies and certificates required, the Competent Authority, Pt. B. D. Sharma University of Health Sciences, Rohtak may affect the insurance for which the Contractor should have produced the policies and certificates and recover the premiums paid from payments due to the Contractor.

9.4 Alterations to the terms of insurance may be made either with the approval of, the Competent Authority, Pt. B. D. Sharma University of Health Sciences, Rohtak, or as a result of general changes imposed by the insurance company with which the insurance policy is affected.

9.5 Both parties are to comply with conditions of the insurance policies.

10.0 Indemnities:

10.1 The Contractor is liable for and indemnifies the Institute against losses, expenses and claims for loss or damage to the physical property of Pt. B. D. Sharma University of Health Sciences, Rohtak/ PGIMS, Rohtak or its personal’s injury, and death caused by his own acts or omissions.

10.2 The Contractor indemnifies the Institute against claims for damage caused by the movement of his Equipment or Temporary Works outside the Site.

11.0 Queries about the contract data:

Sr. Professor I/c Purchase, Pt. B. D. Sharma University of Health Sciences, Rohtak, is to give instructions clarifying queries about the Contract Data.

12.0 Contractor to execute the works:

The Contractor is to execute the work of supply, installation, testing & commissioning of Medical Gas Pipeline System for Mother and Child Health Centre, Trauma Care Center and B Block LSL in accordance with the Specifications and Contract.

13.0 The works to be completed by the intended completion date:

The Contractor may begin the Works on the Start Date and is to carry out the Works in accordance with the program submitted by him, as updated with the approval of the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, and complete them by the Intended Completion Date.

14.0 Approval of samples shall be taken by the contractor prior to their delivery at site.

15.0 Safety:

The Contractor is responsible for the safety of all activities on the Site.

16.0 Possession of the site:

The Institute is to give possession of all parts of the Site to the Contractor, where the work is required to be executed. If possession of a part is not given by the date stated in the Contract Data ,the Institute is deemed to have delayed the start of the relevant activities.

17.0 Access to the site:

The Contractor is to allow the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, and any person authorized by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.

Page 44: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

1118.0 Instructions:

The Contractor shall carry out all instructions of the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak or an authorized officer of the Institute.

19.0 Procedure for disputes:

If any dispute or difference of any kind what so ever shall arise between the Employer and the Contractor or the Prof I/C

Purchase or Authorized Officer of, Pt. B. D. Sharma University of Health Sciences, Rohtak, and the contractor in connection

with or arising out of the Contract, or the execution of the works, whether during the progress of the works or after their

completion and whether before or after the termination, abandonment or breach of the contract, it shall, in the first place, be

referred to and settled by, the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, who shall, within a

period of ninety days after being requested by either party to do so, give written notice of his decision to the Contractor.

Subject to arbitration, as hereinafter provided, such decision in respect of every matter so referred shall be final and binding

upon the Contractor and shall forthwith be given effect to by the Institute and by the Contractor, who shall proceed with

the execution of the works with due diligence whether he or the Institution requires arbitration or not. If the Vice-Chancellor,

Pt. B. D. Sharma University of Health Sciences, Rohtak has given written notice of his decision to the Institute and the

Contractor and no claim to arbitration has been communicated to him by either the Institute or the Contractor within a

period of ninety days from receipt of such notice, the said decision shall remain final and binding upon the Institute and the

Contractor. If the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, shall fail to give notice of his

decision, as aforesaid within a period of ninety days after being requested, or if either the Institute or the Contractor be

dissatisfied with any such decision, then and in any such case either the Institute or the Contractor may within ninety

days after receiving notice of such decision or within ninety days after the expiration of the first named period of ninety

days as the case may be require that the matter or matters in dispute be referred to arbitration as hereinafter provided. All

disputes or differences in respect of which the decision if any of the Vice-Chancellor, Pt. B. D. Sharma

University of Health Sciences, Rohtak has not become final and binding as aforesaid, shall be finally settled under the Indian

Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made there under

and for the time being in force shall apply to the arbitration proceedings under this clause. Such arbitration shall be settled

by Sole arbitrator who shall be appointed by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak. The

arbitration shall take place in Rohtak. Unless both parties agree otherwise. Neither party shall be limited in the proceedings

before the arbitrator to the evidence nor did arguments put before the Vice-Chancellor, Pt. B. D. Sharma University of

Health Sciences, Rohtak, for the purpose of obtaining his said decision. No decision given by the Vice-Chancellor, Pt. B.

D. Sharma University of Health Sciences, Rohtak, in accordance with the foregoing provisions shall disqualify him from

being called as a witness and giving evidence before the arbitrator on any matter whatsoever relevant to the dispute or

difference referred to the arbitrator as aforesaid. The reference to arbitration may proceed notwithstanding that the works

shall not then be or be alleged to be complete provided always that the obligations of the Institute, the Vice-Chancellor, Pt.

B. D. Sharma University of Health Sciences, Rohtak and the Contractor shall not be altered by reason of the arbitration

being conducted during the progress of the works.

B. Time Control20.0 Program:

20.1 Within the time stated in the Contract Data, the Contractor shall submit to the Prof. I/c Purchase, Pt. B. D. Sharma , University of Health Sciences/ PGIMS, Rohtak for approval a program showing the general methods, arrangements, order and timing for all the activities in the Works.

20.2 The Contractor is to submit to the Prof. I/c Purchase, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak an updated program as required by, the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak,.

Page 45: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

12 20.3 The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak’s, approval of the program does not alter the

Contractor’s obligations. The Contractor may revise the program and submit it to the Prof. I/c Purchase, Pt. B. D. Sharma University of Health Sciences/PGIMS, Rohtak again at any time. A revised program is to show the effect of Variations.

21.0 Extension of the intended completion date:

21.1 The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, is to extend the Intended Completion Date if an event not attributable to the contractor causing delay occurs or a Variation is issued which makes it impossible for completion to be achieved by the Intended Completion Date.

21.2 The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, i s to decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking him to decide upon the effect of a event causing delay or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by his failure is not considered in assessing the new Intended Completion Date.

22.0 Delays ordered by The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak:The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, may instruct the Contractor to delay the start or progress of any activity within the Works.

23.0 Meetings:

23.0.1 The committee constituted by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences Rohtak, and / the Contractor may be required to attend meetings if any. The business of a management meeting is to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

C. Quality Control:

24.0 Identifying defects:

The committee constituted by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, is to check the Contractor's work and to notify the Contractor of any Defects which he finds. Such checking does not affect/absolve the Contractor's responsibilities. The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak may instruct the Contractor to search for a Defect and to uncover and test any work which he considers may have a Defect.

25.0 & 26.0 Inspection & Tests:

Inspection and Tests of the material will be carried out wherever mentioned in the technical specifications before supply to the site and for other plumbing, electrical and masonry work as per the relevant BIS. In case it is not available in BIS the same shall be carried out as per decision given by The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak based on existing general practice which will be binding to the agency. The material which is not passing to BIS or any other test will be rejected or may be accepted with reduced rates as per decision taken by The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak.

27.0 Warranty:27.1 The supplier warrants that the goods supplied under the contract a r e new, unused and incorporated all recent

improvements in design and materials unless prescribed otherwise by the purchaser in the contract. The supplier further warrants that the goods supplied under the contract shall have no defect arising from design, materials or workmanship or from any act of omission of the supplier that may develop under normal use of the supplied goods under the conditions prevailing in India.

27.2 This w a r r a n t y s h a l l r e m a i n valid f o r T w e n t y f o u r ( 2 4 ) months after the goods or any portion thereof as the case may be, have been delivered to the final destination and installed and commissioned at the final destination and accepted by the purchaser in terms of the contract, unless specified otherwise in the SCC.The Comprehensive Maintenance Contract (CMC) shall remain valid for another sixty (60) months after the warranty period of twenty four (24) months is over.

27.3 In case of any claim arising out of this warranty, the purchaser/consignee shall promptly notify the same in writing to the supplier.

27.4 Upon receipt of such notice, the supplier shall, within 8 hours on a 24(hrs) x 7(days) x 365(days) basis, repair or replace the defective goods or parts thereof, free of cost, at the ultimate destination. The supplier shall take over the replaced parts/goods after providing their replacements and no claim, whatsoever shall lie on the purchaser for such replaced parts / goods thereafter.

13

Page 46: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

27.5 In the event of any rectification of a defect or replacement of any defective goods during the warranty period, the warranty for the rectified/replaced goods shall be extended to a Further period of Twenty Four (24) months from the date such rectified/replaced goods starts functioning to the satisfaction of the purchaser.

27.6 If the supplier, having been notified, fails to rectify/replace the defect(s) within 8 hours on a24(hrs)) x 7 (days) x 365 (days) basis, the purchaser may proceed to take such remedial action(s) as deemed fit by the purchaser, at the risk and expense of the supplier and without Supplier.

27.7 During Warranty period, the supplier is required t o v i s i t a t ea c h c o n s i gn ee / s s it e a t least o n c e i n 6 m o n t h s commencing from the date of the installation for preventive maintenance of the goods.

27.8 The purchaser/consignee reserves the rights to enter into Annual Comprehensive Maintenance Contract between Consignee and the Supplier for the period as required after the completion of warranty period.

27.9 The supplier along with its Indian Agent and the CMC provider shall ensure continued supply of the spare parts for the machines and equipments supplied by them to the purchaser for 5 years beyond and after the expiry of 2 years warranty period.

28.0 Incorrect defects after completion date:

28.1 After completion The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak may arrange for a third party to correct a Defect if the contractor has not corrected it within the Defects Correction Period.

28.2 An officer authorized by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak shall give the Contractor at least 28 days notice of his intention to use a third party to correct a Defect. If the Contractor does not correct the defects himself within this notice period, The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak/ an Officer authorized by The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, may have the defect corrected by the third party. The cost of the correction will be deducted from the Contract Price.

D. Cost Control:

29.0 Bill of quantities:

29.1 The Bill of Quantities is to contain items for the work to be done by the Contractor.

29.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor will be paid for the quantity of the work done at the rate in the Bill of Quantities for each item.

30.0 Changes in the quantities:

30.1 Final work done may exceed to any extent item wise as well as total work value wise, as per the requirement of the works to be executed under the contract.

30.2 If requested by the committee constituted by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, the Contractor is to provide with a detailed cost breakdown of any rate in the Bill of Quantities.

31.0 Variations:

31.1 All Variations are to be included in updated programs produced by the Contractor.

32.0 Payments for variations:

If the contract does not contain any rates or prices applicable to the varied work, the rates and prices in the contract shall be used as basis for valuation so far as may be reasonable, failing which, after due consultation by the Officer authorized by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak with the contractor, suitable rates or prices shall be agreed upon between the committee constituted by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak and the contractor. In the event of disagreement, the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, shall fix such rates or prices as are, in his opinion, appropriate based on norms and shall notify the contractor accordingly.

33.0 Cash flow forecasts:

33.1 The contractor shall provide cash flow forecast at the start of work to the Sr. Professor I/c Purchase , Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak. When the program is updated, the Contractor is to provide the Sr. Professor I/c Purchase, Pt. B. D. Sharma University of Health Sciences, Rohtak with an updated cash flow forecast.

Page 47: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

14

34.0 Payment certificates:

34.1 The contractor shall submit to the Sr. Professor I/c Purchase, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences/UHS Rohtak monthly statements of the value of the work completed less the cumulative amount certified previously on a printed Performa (prepared at the cost of Contractor).

34.2 Any officer authorized by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, shall check the Contractor's monthly statement and certify the amount to be paid to the Contractor.

34.3 The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

35.0 Payment:

35.1 60% of BOQ rate shall be paid on receipt of equipment/materials at Site and after inspection and verification of equipment/materials and their respective documents. Including test certificates (wherever mentioned in the technical spec.) and i n t e r n a l factory final inspection-cum quality report etc. on pro-rata basis

35.2 20% of BOQ rate shall be paid on satisfactory erection, installation and commissioning of entire system and successful completion of running tests and removal of all defects if arises during running and operation of the system of Medical Gas Pipeline System at site and take over by the Institute (Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak).

35.3 20% of BOQ rate shall be paid on completion of 30 days trial run from the date of takeover by the Institute.

The following shall be the terms of payment for the Comprehensive Maintenance Services:

• The payment shall be released quarterly as per the quoted rates for the particular year, as below

• 100% f o r t h e q u a r t e r - On submission of unconditional Bank guarantee of equal amount from any Nationalized/Scheduled Bank and in the acceptable format and valid for one year (i.e. valid during the entire operation and maintenance period for the particular year).

36.0 Taxes:

Taxes shall be deducted as applicable.

37.0 Cost of Labor:

The Contractor shall be deemed to have allowed in his Tender Price for the full cost of labor having due regard to the provision of all labour legislation of the Central and State Government which are in force on the date of the tender and which are applicable to labor engaged for the Contract.

38.0 Retention Amount:

38.1 The Institute is to retain from each payment due to the contractor the proportion stated in the Contract data until completion of the whole of the Works.

38.2 On Completion of the whole of the Works, half the total amount retained is repaid to the Contractor and balance half when the Defects Notice Period has passed and the authorized Officer of Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak has certified that all Defects notified by him to the Contractor before the end of this period have been corrected. The second half of the retention may be paid against submission of Bank Guarantee approved by the competent authority of Pt. B. D. Sharma University of Health Sciences, Rohtak, from any Nationalized/Scheduled bank if applicable.

39.0 Liquidated damages:

39.1 If the contractor fails to complete execution of works within the relevant time as specified in the Contract Data/ Extended date, the contractor shall pay the Institute the relevant sum as stated in the Contract Data as liquidated damages for every day or part of a day which shall elapse between the relevant time of completion and the date stated in Taking over certificate.

Page 48: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

1540.0 Securities:

40.1 The performance payment securities are to be provided to the Institute by the Start Date and are to be issued in a form and by a bank acceptable to the Institute.

40.2 If there is no reason to call the performance security, the performance security is to be returned by the Institute within 14 days of the last Defects Correction Period.

40.3 The Institute is to notify the Contractor of any claim made against the Institution issuing the security.

40.4 The Institute may claim against the surety if any of the following occurs for 42 days or more

(a) The Contractor is in breach of the Contract and the Institute has notified him that he is in breach of the contract.(b) The Contractor has not paid an amount due to the Institute.

41.0 Cost of repairs:Loss or damage to the Works or materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods is to be mended by the Contractor at the Contractor's cost if the loss of damage arises from the Contractor's Acts or Omissions.

E. Finishing the Contract:

42.0 Completion:The committee constituted by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak , shall issue a certificate certifying Work Completion to the Contractor and the Institute when the committee so constituted decides that the work is completed.

43.0 Taking over:The Institute shall take over the works within seven days of the issuing a certificate of completion by competent authority of Pt. B. D. Sharma University of Health Sciences, Rohtak.

44.0 Final account:

44.1 The Contractor shall furnish to the , Sr. Professor I/c Purchase, Pt. B. D. Sharma University of Health Sciences, Rohtak a detailed account of the total amount which he considers is payable to him under the Contract before the end of the Defects Notice Period. Sr. Professor I/c Purchase, Pt. B. D. Sharma University of Health Sciences, Rohtak is to certify any final payment which is due to the Contractor within 56 days of receiving the Contractor's account if it is correct and complete. If it is not, Sr. Professor I/c Purchase, Pt. B. D. Sharma University of Health Sciences, Rohtak is to issue a schedule which states the scope of the corrections or additions which are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, Officer authorized by The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, is to decide on the amount payable to the Contractor, after getting approval by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, and Rohtak.

45.0 Operating and maintenance manuals:

The contractor shall submit operation and maintenance manual for the complete Medical Gas Pipeline System, clearly indicating the trouble shooting, the preventive maintenance to be carried out and maintenance schedule, in three sets in hard binding.

46.0 Remedies and Powers due to Default of Contractor:

46.1 If the contractor shall become bankrupt or if the Officer authorized by The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, shall certify in writing to the Institute that in his opinion the contractor.

a) Has abandoned the contract, or

b) Without reasonable excuse has failed to commence the work or has suspended the progress of the works for twenty eight(28) days after receiving from, Sr. Professor I/c Purchase, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak written notice to proceed, or

Page 49: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

16c) Has failed to remove materials from the Site or to pull down and replace work within twenty eight (28) days after receiving

from, Sr. Professor I/c Purchase, Pt. B. D. Sharma University of Health Sciences, Rohtak written notice that the said materials or work had been condemned and rejected by the committee constituted by the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak under these conditions, or

d) Despite previous warnings by Sr. Professor I/c Purchase, Pt. B. D. Sharma University of Health Sciences, Rohtak, in writing, is not executing the works in accordance with the contract, or is persistently or flagrantly neglecting to carry out his obligations under the Contract, or

e) Has to the detriment of good workmanship, or in defiance of the Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak's instructions to the contrary, sublet any part of the contract, then all the events mentioned in this clause 46.1 shall for the avoidance of doubt be a breach of this contract and the Institute may, after giving fourteen (14) days notice to the contractor, enter upon the site and the works and expel the contractor there from without thereby voiding the contract, or releasing the Contractor from any of his obligations or liabilities under the contract, or affecting the rights and powers conferred on the Institute or the C o m p e t e n t a u t h o r i t y o f the, Pt. B. D. Sharma University of Health Sciences, Rohtak by the contract, and may himself complete the works or may employ any other contractor to complete the works. The Institute or such other contractor may use for such completion so much of the constructional plant, Temporary works and materials, which have been or are deemed to be reserved exclusively for the execution of works under the provisions of the contract, as he or they may think proper, and the Institute may, at any time sell any of the said constructional plant, Temporary works and unused materials and apply the proceeds of sale in or towards the satisfaction of any sums due or which may become due to him from the contractor under contract.

46.2 Valuation at date of forfeiture:The Vice-Chancellor, Pt. B. D. Sharma University of Health Sciences, Rohtak, shall as soon as may be practical after any such entry and expulsion by the Institute, fix and determine ex-parte, or by or after reference to the parties, or such investigation or enquiries as he may think fit to make or institute, and shall certify what amount, if any, had at the time of such entry and expulsion been reasonably earned by or would reasonably accrue to the contractor in respect of work then actually done by him under the contract and the value of any of the said unused or partially used materials, any constructional plant and any Temporary works.

46.3 Payment after forfeiture:

If the Institute shall enter and expel the contractor under this clause, he shall not be liable to pay to the contractor any money on account of the contract until the expiration of the Defects Notice period and thereafter until the costs of execution and maintenance, damages for delay in completion, if any, and all other expenses incurred by the Institute have been ascertained and the amount thereof certified by Sr. Professor I/c Purchase, Pt. B. D. Sharma University of Health Sciences, Rohtak. The contractor shall then be entitled to receive only such sum or sums, if any as Sr. Professor I/c Purchase, Pt. B. D. Sharma University of Health Sciences, Rohtak may certify would have been payable to him upon due completion by him after deducting the said amount. If such amount shall exceed the sum which would have been payable to the contractor on due completion by him then the Contractor shall, upon demand pay to the Institute the amount of such excess and it shall be deemed a debt due by the contractor to the Institute and shall be recoverable accordingly.

47.0 Property:

47.1 All materials on the Site, Plant, and Equipment owned by the Contractor, Temporary Works and Works are deemed to be the Property of Institute and are at i t ’ s disposal if the Contract is terminated because of a fundamental breach of Contract by the Contractor.

48.0 Frustration:

48.1 If the Contractor is frustrated by the outbreak of war or by any other event entirely outside the control of either the Institute or the Contractor, Sr. Professor I/c Purchase, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak is to certify that the Contract has been frustrated. The Contractor is to make the Site safe and stop work as quickly as possible after receiving this certificate and is to be paid for all work carried out before receiving it and for any work carried out after wards to which he was committed.

49.0 Comprehensive Maintenance contract (CMC):(Institute reserves the right for contract, placement of order and necessary payment.)

49.1 The Contractor shall provide comprehensive maintenance services for the installed Medical Gas Pipe Line System as detailed below:

Page 50: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

17a. For the installed medical gas manifold equipment along with accessories and system for 5 years after the warranty period.

b. With labor and spares after satisfactory completion of warranty period.

c. The cost of CMC may be quoted along with taxes applicable on the date of tender opening.

d. C o s t o f C M C w i l l b e a d d e d f o r r a n k i n g p u r p o se .

e. The payment of CMC will be made on quarterly basis after satisfactory completion of contract, Duly certified by user.

f. There will be 100% uptime during CMC period of the complete system with extension of CMC period by double the downtime period.

49.2 The comprehensive maintenance services during this period shall be inclusive of all spares, accessories, manpower, tools and tackle, replacement of parts, routine s e r v i c i n g a n d maintenance of equipment/systems etc. complete in all respects. The consumables like water, electricity, medical gases during this period shall be arranged and provided by the Consignee. The Contractor shall carry out all routine and special maintenance of the equipment/ plant/ system and attend to any defects that may arise in operation of the equipments/system and plant. Consumable items required during the maintenance, loss of which is not attributable to bad material and/or workmanship will be arranged by the Consignee without cost to Contractor.

Section- III Additional Specific Conditions of Contract

1. Supply, Installation, Testing, Commissioning and Maintenance of Medical Gas Pipeline System along with, Electrical wiring & cabling and of the existing medical gas pipeline system working in the Institute; while incorporating for maximal use of the facilities available in the Existing Gas Manifold Room; as such/with optimal upgrading if required as per site.

2. The bidder may collect the copy of building layout plan and visit the site, for complete evaluation of the project before submitting the bid with due permission from Estate Officer, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak.

3. The entire project has to be done on turnkey basis including internal Civil, Mechanical and Electrical works. Any minor details of construction which are obliviously and fairly intended or which may not have been definitely referred to in this contract but which are usual of construction practice and essential to the work shall be included in this contract.

4. The bidder must enclose with their bids the item wise compliance statement for their offered equipment, system & accessories and quality standard categorically with respect to the tender specifications.

5. The bidder should have service facility in D e l h i / N C R in the event of work is awarded to provide useful service with spares during warranty and CMC with zero downtime.

6. The selection of all equipments and system should be as per the standards noted in the specification.

7. Any misinformation regarding the specification of the equipment offered would mean outright technical rejection.

8. The bidder must submit Printed catalogue and technical data sheet to substantiate t h e offer.

9. The bidder must submit User list and Performance report of similar type of work, within last 7 Years from major hospital.

10. Warranty for 2 yrs from the date of hand-over to the Institute.

11. 100% uptime warranty during warranty period of the complete system with extension of warranty period by double the down time period.

Page 51: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

1812. Two years warranty as per Specific conditions of contract of the bidding document. The warranty will be for the main equipment

along with accessories from the date of satisfactory installation issued by user.13. The bidder, in case of participating in the tender as agent, must include the Manufacturer’s Authorization Form with the

offer after getting duly filled as per Format enclosed in Special Condition of contract.

14. The bidder must quote for supply of the major Medical Gas Pipeline System of same manufacturer.

15. The bidder must have dealership/distributorship from the same m a n u f a c t u r e r ( whose manufactured items are offered in

the bid) at least one year from the last day of the month previous to the one in which tender is invited.

16. All the equipments must be as per HTM 02-01/EN/DIN/NFPA-99 Standards.

17. The contractor must provide at least 7 days training program to the concerned Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak personnel on the Medical Gas Pipeline System and the necessary cost for training shall be borne by the contractor.

Page 52: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

19

Section IV. Contract Data

Items marked "N/A" do not apply in this Contract

The following documents are also part of the Contract:

Clause Reference(Conditions of contract)

*The Contractor's Bid and Letter of Acceptance [1]

*The Conditions of Contract [1]

*The Technical Specifications

*The Program [13]

*The Priced Bill of Quantities [29]

*The Start Date is as notified in the letter of Acceptance

*The Intended Completion Date for the wholeWork is Eight weeks from Date of Award. [13]

*The Contractor is to submit the program for the works within 7 days of being notified ofthe acceptance of his bid. [20.1]

*The contractor is to submit the updated programAt the interval of 15 days [20.3]

*The Site is located at Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak. [1]

*The Warranty is Two years [27]

*The language of the Contract is English [9]

*The law which applies to the Contract is theLaw of the Union of India, Jurisdiction isHigh Court of Punjab & Haryana only [19]

*Arbitration procedure to be used shall beArbitration and Conciliation Act 1996 or the latest amended. [19]

*Appointing Authority for the arbitrator [19]

*Place where arbitration will take place: Rohtak. [19]

*The currency of the contract is the Indian Rupees.

*The proportion of payments retained is 5%. Limited to [38]5 % of contract value.

Page 53: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

20

*The liquidated damages for the whole of theWork are 0.5% of contract price per week of delay. [38]

*Maximum liquidated damages shall be 10% of theContract price. [38]

*The amounts and currencies of thePerformance guarantee are [40]

Amount : 5% of Contract priceCurrency: Indian Rupees (INR)

CMC [49]

Page 54: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

21ANNEXURE - A

FORM OF AGREEMENT

1. This agreement made on the - - - - - - - - - - day of -----------------2012 between Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak. (hereinafter called "The Institute") represented by who enters into this Agreement of the one part and M/s------------------------------------------------------------------------------------------------------------------ hereinafter called ("the Contractor") of the other part.

1.1 Whereas the Institute is desirous that certain Works should be executed by the Contractor, viz. Supply, Installation, Testing and Commissioning of Medical Gas Pipeline System and has accepted a bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein.

Now this Agreement witnesseth of follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz:(a) The Letter of Acceptance;

(b) The Said Bid;

(c) The Conditions of Contract;

(d) The Specification;

(e) The Drawings;

(f) The Priced Bill of Quantities;

(g) Any other relevant documents referred to this Agreement or in the aforementioned documents

3. In consideration of the payments to be made by the Institute to the Contractor as herein after mentioned, the Contractor hereby covenants with the Institute to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

4. The Institute hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein the Contract Price or only such sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

In Witness whereof, the parties hereto have caused this Agreement t o be executed the day and year firstBefore written.

Signed, Sealed, and Delivered by the Said ----------------------------------------------------------------------------

Binding Signature of the Director, Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak.

----------------------------------------------------------------------------

Binding Signature of Contractor

--------------------------------------------------------------------------------------------

In the presence of

Witness (1):

Witness (2):

Page 55: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

22ANNE X UR E - B

PROFORMA FOR PERFORMANCE BANK GUARANTEE(On a stamp paper of appropriate value from any Nationalized Bank or Scheduled Bank)

To,

The Director,Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak

Dear Sir,

In consideration of the Pt. B. D. Sharma Post Graduate Institute of Medical Sciences , Rohtak. (hereinafter called Institute) having awarded to M/s-------------------------------------------------------- (hereinafter referred to as the said Contractor or `Contractor' which expression shall whenever the subject to context so permits include its successors and assigns) a contract No.--------------------------------------------------in terms inter alia, of the Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak. Letter No.-------------------------------------------dated _______________________ and the General Conditions of Contract and upon the condition of the contractor's furnishing security for the performance of the contractor's obligations and discharge of the contractor's liability under and in connection with the said contract up to a sum of Rs. --------------------------- (Rupees -------only)amounting to ----------------------------------------percent of the total contract value.

1. We, --------------------------------------------------------------(hereinafter called `The Bank' which expression shall include its successors and assigns) having our branch office at --------------------------------------------------and

Registered/Head Office at --------------------------------------------------- a company registered under the Companies Act, 1956) hereby jointly and severally undertake to guarantee the payment to the Institute in rupees forthwith on demand in writing and without protest or demur or any and all monies any wise payable by the contractor to the Institute under in respect of or in connection with the said contract inclusive of all the Institute's losses and damages and costs, (inclusive between attorney and client) charges and expenses and other moneys any wise payable in respect of the above as specified in any notice of demand made by the Institute to the Bank with reference to this guarantee up to an aggregate limit of Rs.-------------------- Rupees------------------------------------ only).

2. We, --------------------------------------------------------Bank Ltd. further agree that The Institute shall be sole judge of and as to whether the said contractor has committed any breach or breaches of any of the terms and conditions of the said contract and the extent of loss, damage, cost, charges and expenses caused to or suffered by or that may be caused to or suffered by The Institute on account thereof and the decision of The Institute that the said Contractor has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by The Institute from time to time shall be final and binding on us.

3. The Institute shall be at liberty without reference to the Bank and without affecting the full liability of the Bank hereunder to take any other security in respect of the Contractor's obligations and liabilities hereunder or to vary the contract or the work to be done there under vis-a-vis the Contractor or to grant time or indulgence to the Contractor or to reduce or to increase or otherwise vary the prices of the total contract value or to release or to forbear from enforcement of all or any of the security and/or any other security(ies) now or hereafter held by The Institute and no such dealing(s) reduction(s) increase(s) or other indulgence(s) or arrangements with the Contractor or release or forbearance whatsoever shall absolve the bank of the full liability to The Institute hereunder or prejudice the rights of The Institute against the bank.

4. This guarantee shall not be determined or affected by the liquidation or winding up, dissolution, or change of constitution or insolvency of the Contractor but shall in all respects and for all purposes be binding and operative until payment of all monies payable to The Institute in terms thereof.

5. The bank hereby waives all rights at any time inconsistent with the terms of this guarantee and the obligations of the Bank in terms hereof shall not be any wise affected or suspended by reason of any dispute or disputes having been raised by the Contractor stopping or preventing or purporting to stop or prevent any payment by the Bank to The Institute in terms hereof.

6. The amount stated in any notice of demand addressed by The Institute to the Bank as liable to be paid to The Institute by the Contractor or as suffered or incurred by The Institute on account of any losses or damages or costs, charges and/or expenses shall be conclusive evidence of the amount so liable to be paid to The Institute or suffered or incurred by The Institute as the case may be and shall be payable by the Bank to The Institute in terms hereof.

23

Page 56: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

7. This guarantee shall be a continuing guarantee and shall remain valid and irrevocable for all claims of The Institute and liabilities of the contractor arising up to and until midnight of -----------------------------------------.

8. This guarantee shall be in addition to any other guarantee or security whatsoever that The Institute may now or at any time any wise may have in relation to the Contractor's obligations/or liabilities under and/or in connection with the said contract, and The Institute shall have full authority to have recourse to or enforce this security in preference to any other guarantee or security which The Institute may have or obtain and no forbearance on the part of The Institute in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its full liability hereunder.

9. It shall not be necessary for The Institute to proceed against the said Contractor before proceeding against the Bank and the Guarantee herein contained shall be enforceable against the Bank notwithstanding that any security which The Institute may have obtained or obtain from the contractor shall at the time when proceedings are taken against the said bank hereunder be outstanding or unrealized.

10. We, the said Bank undertake not to revoke this guarantee during its currency except with the consent of The Institute in writing and agree that any change in the constitution of the said contractor or the said bank shall not discharge our liability hereunder.

11. We -------------------------------------------------- the said Bank further that we shall pay forthwith the amount stated in the notice of demand notwithstanding any dispute/difference pending between the parties before the arbitrator and/or that any dispute is being referred to arbitration.

12. Notwithstanding anything contained herein above, our liability under this guarantee shall be restricted to Rs.--------------------------------------(Rupees------------------------------------------------------ only) and this guarantee shall remain in force till---------------------------------- and unless a claim is made on us within 3 months from that date, that is before ----------------------------------------- all the claims under this guarantee shall be forfeited and we shall be relieved of and discharged from our liabilities hereunder.

Dated ----------------------Day of---------------------------------------------2012

For and on behalf of Bank.

Issued Under Seal:

Page 57: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

24 M AN U F A C TUR E R’ S AU T H OR I Z A TI ON F OR M

No. ---------------------------- Dated --------------------

To------------------------------------------------------------------------------------------------------------ Dear Sir,

Tender No. ----------------------------

We, - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - who are established and reputed manufacturer of

-------------------------------------------------------- (Name & description of goods offered) having factories at

----------------------------------------------------------- ( Address of factory) do hereby authorize

M/s------------------------------------------------------- (Name & a d d r e s s of agent ) which has been our Dealer/distributor

since ------------------------------------------------------ to submit a bid, and sign the contract with you for the goods manufactured by us

against the above tender.

No company or firm or individual other than M/s --------------------------------------------------- are authorized to bid

And to conclude the contract for goods manufactured by us against this specific tender.

We hereby extend our full guarantee and warranty as per the clause of Special Condition of Contract of above tender for goods and

services offered for supply by our authorized f i r m .

Yours faithfully,

(Name) (Name of Manufacturer)

Note: This authorization letter should be on the letter head of the manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer. It should be included by the bidder in its bid.

Page 58: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

25TECHNICALSPECIFICATIONS

TECHNICALSPECIFICATIONS FORMEDICALGASMANIFOLDSYSTEM

Scope of work: Supply, Installation, Testing, Commissioning and Handing over of Medical Gases Manifold and Distribution System for Center for Mother and Child Health Centre, Trauma Centre and B Block LSL at Pt. B.D. Sharma Post Graduate Institute of Medical Sciences, Rohtak and will be connected with the existing/ installed Gas Manifold System at the adjacent old building of the Institute and its maintenance during the Warranty Period.

Medical Gas Manifold equipments and system should be designed and selected as per the guidelines of HTM 2022(latest Version HTM 02-01)/EN 737/NFPA 99/DIN standards and the Gas Manifold & Gas pipe line distribution system should be of any one standard only.

Mandatory Prequalification Conditions(Medical Gas Pipe Line System)

Bidders should have past experience in any of the major hospitals(Minimum 200 beded) in India for supply and installation of medical gas pipe

line system and should have successfully completed as a prime contractor at least one work of similar nature of 80% of the tender value or two

works of similar nature of 60% of the tender value or three works of similar nature of 40% of the tender value in past 7 years. The copies of

both work orders and satisfactory completion certificates indicating the specified required works indicated as above shall be produced. The

value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum;

calculated from the date of completion to last date of issue of tender papers and there will be no relaxation in the above is permitted and

allowed.

Bidders should have an average annual turnover for past consecutive three years of minimum 30% of the estimated cost of the project ending 31stMarch, 2012 in the immediate last 3 financial years. Tenderer should not have incurred any loss in more than two years during last financial five years ending 31stMarch,2012 in any of the past 5 years. Profit and Loss account should be submitted. CA Certificate for the immediate last five consecutive financial years should be submitted along with the bid. No relaxation in the above is permitted.

Bidders should be registered with ESI/PF. Registration Certificate must be submitted.

Bidders should submit a mandatory letter of authority from the distributor of original Principal/Manufacturer for the quoted products. The Indian agent who is quoting on behalf of original Principal/Manufacturer for the quoted products must be distributor with the similar (Medical Gas Pipe Line system) company for continuous last five years for the quoted products (without break). Letter should be submitted in this regard as a proof for experience and failing which bid will be rejected.

Page 59: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

26Bidders should not be blacklisted or debarred in the past by any government institute/hospital (in the past means since incorporation of the company). Eligible Bidders must submit an affidavit on stamp paper and failing which bid will be rejected. False information if submitted then bidders will be black listed.

Bidders should clearly mention country of origin with name of Mfg., company for each and every product quoted by them and failing which bid will be straight way rejected.

Bidders should be a private limited or public limited company or proprietorship firm and registered with company act and have minimum five years market standing. Copy of company registration Certificate must be submitted.

Bidders should have executed operational and running maintenance contract with minimum two Public Sector Hospitals where they have executed medical gas pipe line system in the past 7 years. Copy of the same alongwith performance report from user should be submitted and failing which bids will be rejected.

Manufacturers test certificate and third party validification of the complete medical gas pipe line system is mandatory as per HTM 2022 (Latest version HTM 02-01)/ NFPA 99C/ EN/DIN from LLOYDS/SGS. Tenderer should submit the complete CV and other details of the third party along with tender technical bid.

All medical gas pipe line system products upto outlet should meet one single international standard either HTM 02-01/DIN/EN and CE marked with ID No or NFPA 99 and UL listed.

Bidders should not quote any optional items. If any firm quotes any optional items they will disqualified. Firm must quote strictly as per the desired specifications and items mentioned in tender requirement and failing which bid will be rejected.

No joint venture or work executed by two companies will be considered.

Technical Specifications for MGPS(Medical Gas Pipe Line System)

1.0 Oxygen Supply System:

Liquid Oxygen shall be the main primary supply source for Oxygen, and the Oxygen Manifold Supply System will act as stand by, and in case of the failure of Liquid Oxygen Supply, it shall be automatically switchable to Oxygen Manifold System.

1.1 Oxygen Manifold Supply System (Cylinder Manifold Unit)

It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing.

The oxygen manifold supply system shall consist of an automatic changeover manifold control panel, hereinafter referred to as manifold control panel, complete with cylinder header racks and tailpipes with capacity and sizes as mentioned in schedule of quantities for high pressure gas cylinders.

The oxygen manifold supply system is to be of 2x 16 cylinders for Trauma Care Centre and 2x12 Cylinders for Mother & Child Centre.

The permanently connected emergency reserve supply shall be brought into operation automatically via a non-return valve and shall be designed, where practicable, to provide the same flow rate as the primary system.

There shall be sufficient cylinder capacity within the emergency reserve supply to supply the average anticipated demand for a minimum of 24 hours.

The High Pressure header bar shall be extendable to facilitate additional Cylinder connections.

1.1.1 Oxygen Automatic Changeover Control Panel

It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing.

The manifold control panel shall be designed and Certified for use with oxygen as per standard temperature & pressure with flow capacity of 2000 LPM at 55-60 psi pressure. Testing as per standards shall be carried out and a copy of the test report shall be provided for review.

The manifold control system shall provide an uninterrupted supply of medical oxygen from equally sized high pressure cylinder banks via a suitable arrangement of pressure regulators, providing a constant downstream nominal pipeline gauge pressure of 400 kPa.

27

Page 60: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

The manifold control panel shall be of appropriate width size for optimal use of wall space within the facility. Automatic changeover of duty bank shall occur at a cylinder gauge pressure of 14 bars, actuated by bourdon tube pressure gauges

with integral alarm contact connected directly to a port within the first stage pressure regulators. Line pressure shall be continuously monitored by preferably an electronic pressure switch. There shall be two separate stages of pressure regulation to enable high peak flow rates without a reduction in line pressure.

Multistage regulators combined into a single unit are not acceptable. The system shall be duplexed such that component failure will not affect the integrity of the medical gas supply. The manifold shall employ a fail-safe system in the event of power failure so that both bank isolation solenoid valves open and

continuity of supply is assured. Upon restoration of the electrical supply, the original running bank shall return on line. All pressure regulators shall be protected from over-pressurization by relief valves that are vented to atmosphere. The line pressure relief valve shall be provided with easing gear. Two non-return valves, one for each bank, shall be provided within a line pressure manifold block and shall provide gas tight

isolation and continuity of service in the event of any upstream component failure. The control panel shall be powered by an optimum internal power supply. In addition, there shall be manual changeover button to provide simple selection of duty bank. The manifold control panel shall be provided with a lockable isolation valve to enable positive tamperproof isolation for

maintenance. The automatic control panel shall be supplied fully assembled and tested.

1.1.2 Cylinder Header Racks and Tailpipes It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number

or NFPA 99 standard with UL listing. Cylinder racks shall be manufactured from powder coated steel and shall be designed to securely support cylinders of varying

diameters. Tailpipes shall have gas specific connections to the manifold header with threaded connections as specified in HTM 02-01/ NFPA

99C UL/ EN listed or any other international standard. Manifold header racks shall incorporate hard-seat; polymer-free non-return integral valves with each cylinder connection point to

maintain system in the event of tailpipe fracture and prevent backflow of gas into the high pressure cylinders. A cylinder rack of capacity equal to one bank shall be provided for the storage of spare cylinders for immediate replenishment of a

depleted bank. Cylinders should be placed with the help of Cylinder brackets and fixing chains.

1.1.3. D Type Oxygen Cylinders: Complying to IS: 7285, BS: 1045 Standards or any such international standard.Gas: Medical OxygenCapacity of Gas: 7.00 CUMCapacity of Water: 46.7 litersStandards: IS: 7285, BS: 1045Working Pressure: 150 KGF /CM2Test Pressure: 250 KGF /CM2Outside Diameter: 232 mmWall Thickness: 5.5mmLength: 1370mmTare Weight: 54 KgsThe valves fitted to these cylinders should confirm to IS: 3324 and IS: 3745The cylinders being offered should be manufactured within the country or imported and should confirm to IS: 7285 and BS: 5045 part respectively.Approval of the Chief Controller of Explosives, Government of India, and Nagpur is Mandatory.Each cylinder should be stamped with GG: Symbol for Gas, Manufacturers: ID mark, MMYY: Month and Year of Hydration test, XYZ: Serial no. of cylinder, IS: 7285: BIS Specification, TW: Tare Weight, TP: Test Pressure FP: Filling PressureShould be stamped/ labeled with the PGIMS tag/ logo, for identification as a property of Institute.

1.2 Nitrous Oxide Manifold Supply System (Cylinder Manifold Unit) The nitrous oxide manifold supply system shall consist of as described: It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number

or NFPA 99 standard with UL listing. Certificate of Origin must be provided. The testing as per standards shall be carried out as per standards and a copy of the test report shall be provided for review.

An automatic changeover manifold control panel, hereinafter referred to as manifold control panel, complete with cylinder header racks and tailpipes with high pressure gas cylinders.

The nitrous oxide manifold supply system shall have arrangement for sets of six cylinders (2X6) configuration for Trauma Care Centre and (2x2) configuration for Mother & Child Hospital.

28 An emergency reserve manifold complete with cylinder header racks and tailpipes for high pressure gas cylinders.

Page 61: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

The permanently connected emergency reserve supply shall be brought into operation automatically via a non-return valve and shall be designed, where practicable, to provide the same flow rate as the primary system.

There shall be sufficient cylinder capacity within the emergency reserve supply to supply the average anticipated demand for a minimum of 24 hours.

1.2.1 Nitrous Oxide Automatic Changeover Control Panel It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number

or NFPA 99 standard with UL listing. A copy of the Certificate of registration shall be provided for review. The testing as per standards shall be carried out and a copy of the test report shall be provided for review.

The manifold control panel shall be provide an uninterrupted supply of medical nitrous oxide from equally sized high pressure cylinder banks via a suitable arrangement of pressure regulators, providing a constant downstream nominal pipeline gauge pressure of 400 kPa.

The manifold control panel shall provide a minimum flow of 500 L/min to the nominal 400 kPa medical gas pipeline system. The manifold control panel shall be of appropriate width to ensure optimal use of wall space within the facility. Automatic changeover of duty bank shall occur at a cylinder gauge pressure of 14 bars, actuated by bourdon tube pressure gauges

with integral alarm contact connected directly to a port within the first stage pressure regulators. Line pressure shall be continuously monitored by preferably an electronic pressure switch There shall be two separate stages of pressure regulation to enable high peak flow rates without a reduction in line pressure.

Multistage regulators are acceptable for flow rates of 500 L/minute, so long as they comply with above standards. The system shall be duplexed such that one component failure will not affect the integrity of the medical gas supply. The manifold shall employ be a fail-safe system in the event of power failure so that both bank isolation solenoid valves open and

continuity of supply is assured. Upon restoration of the electrical supply, the original running bank shall return on line. All pressure regulators shall be protected from over-pressurization by relief valves that are vented to atmosphere. The line pressure relief valve shall be provided with easing gear. Two non-return valves, one of each bank, shall be provided within a line pressure manifold block and shall provide gas tight isolation

and continuity of service in the event of any upstream component failure. The control panel shall be powered by an optimal internal power supply. There shall also be a manual changeover button to provide simple selection of duty bank. The manifold control panel shall be provided with a lockable isolation valve to enable positive tamperproof isolation for

maintenance. The automatic control panel shall be supplied fully assembled and tested.

1.2.2 Cylinder Header Racks and Tailpipes It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number

or NFPA 99 standard with UL listing. Cylinder racks shall be manufactured from powder coated steel and shall be designed to securely support cylinders of varying

diameters. Tailpipes shall have gas specific connections to the manifold header with threaded connections as specified in HTM 02-01/

EN/DIN/NFPA 99C UL listed or any other international standard. Manifold header racks shall incorporate hard-seat, polymer-free non-return integral with each cylinder connection point to maintain

system in the event of tailpipe fracture and prevent backflow of gas into the high pressure cylinders. A cylinder rack of capacity equal to one bank shall be provided for the storage of spare cylinders for immediate replenishment of a

depleted bank.

1.2.3 Nitrous Oxide Emergency Reserve Manifold.- It shall comply and meets with the requirements of HTM 02-01/EN/DIN with CE Certificate/marked with ID number or

NFPA 99 standard with UL listing.- Supply, installation, testing and Commissioning of 2 Cylinders Emergency Nitrous Oxide System without Cylinders as

per Technical specifications.

1.2.4 D Type N2O Cylinders: Complying to IS: 7285, BS: 1045 Standards or any such international standard. Gas: Nitrous OxideCapacity of Gas: 30.0 KgsCapacity of Water: 45.0 litersStandards: IS: 7285, BS: 1045Working Pressure: 150 KGF/CM2Test Pressure: 250 KGF/CM2Outside Diameter: 232 mmWall Thickness: 5.5mm

29Length: 1380mmTare Weight: 53 Kgs

Page 62: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

The valves fitted to these cylinders should confirm to IS: 3324 and IS: 3745The cylinders being offered should be manufactured within the country or imported and should confirm to IS: 7285 and BS: 5045 part respectively.Approval of the Chief Controller of Explosives, Government of India, and Nagpur is Mandatory.Each cylinder should be stamped with GG: Symbol for Gas, Manufacturers: ID mark, MMYY: Month and Year of Hydration test, XYZ: Serial no. of cylinder, IS: 7285: BIS Specification, TW: tare weight, TP: Test Pressure FP: Filling PressureShould be stamped/ labeled with the PGIMS tag/ logo, for identification as a property of Institute.

-1.3 Medical Vacuum Plant

- The Duplex/Triplex rotary Vacuum system should be compact, non contacting, air cooled so that no water levels to check, dry running (oil free) so that no sealing or lubricating oil is needed in the pumping chamber, having extremely high reliability and a long service life, low operating cost and less power requirement and complete with inter connecting piping control panel and necessary filters.

It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing.

Each rotary vacuum pump, air-cooled & oil free may be of capacity as per BOQ. Horizontal/vertical vacuum receiver tanks having capacity as per BOQ. Appropriate OD Pipe work. It should have accurate display system preferably digital. Medical Vacuum plant should consist of two/three identical vacuum pumps. One/two vacuum pump should run as primary supply to

provide the full flow rate as per BOQ and the remaining one identical vacuum pump should be available for secondary supply. The vacuum plant shall be suitable for both continuous and frequent start/stop operation at inlet vacuum levels between 500mmHg

and 660mmHg. Vacuum pump inlets shall include a filter and integral non-return valve to prevent suck back and pressure increases in the vacuum

system. Each vacuum pump shall be fitted with anti-vibration pads between the pump foot and mounting frame. The plant shall be fitted with bacteria filters as per standards. Bacteria filters shall have efficiency tested in accordance with international standards methods to arrest particles in the micron size

range. Bacteria filters shall be marked with the legend ‘Bio-Hazard’. Third Party certification by LLOYD’S or other international standards. Each bacterium filter shall be provided with a transparent sterilize able collection jar to collect condensate. The plant control and power management system shall monitor the safe operation of the plant, providing signaling into the alarm

system as per the requirements of HTM 02-01/EN/Din with CE certificate/ ID number/NFPA 99C UL listed. Vacuum pump exhaust shall be piped out of the plant room and discharged outside the building at high level away from windows and any other air intakes.

1.4 Medical AIR System i) General

It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing. A copy of the Certificate of registration shall be provided for review. The installed Duplex/Triplex system shall be compact, Vibration free, quiet, oil free, rotary vane/screw/scroll type, air cooled, non-lubricated, dependable with low maintenance which may provide clean, dust free & dry medical air (Medical Air 4 Bar) and Surgical air (Surgical Air 7 Bar) as per above standards. Isolating Valves shall be fitted wherever appropriate to enable maintenance of Duplex/Triplex system (one/two pumps running and one pump standby) without completely shutting down of plant. Safety relief Valves shall be fitted at a suitable position.ii) Air Compressor Pumps

The pressure provided should be suitably adequate to ensure proper functioning of pneumatically driven OT equipments (such as drills etc.)

Air receiver tanks having capacity as per BOQ. Duplex Air dryers. Appropriate OD Pipe work. Medical Air Plant should consist of 2/3 identical air compressors of equal capacity each. One/two identical capacity air compressors

should run as primary supply to provide the full flow rate as per BOQ and the remaining one identical air compressor should be available for secondary supply.

Medical quality air shall be delivered at a nominal pressure of 400 kPa (4 bars) or 700 kPa (7 bars) gauge for supply of the hospital medical air system.

30

The medical air plant shall deliver both medical and surgical air, with a minimum total flow rate as per BOQ. Compressors shall be directly driven by energy saving high efficiency electric motors.

Page 63: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

The duty compressors shall be automatically rotated by the plant control system to ensure an even wear. Each desiccant dryer shall be provided with a dew point sensing switch that shall provide an alarm on the plant control panel and

Central hospital alarm system when the water concentration in the delivered air rises above atmospheric dew point as per standard. A duplex desiccant dryer and filtration module shall be provided with filtration as per standards: The delivered air shall be independently verified by a third party for medicinal air as per the international standards. The compressed air plant shall link with the alarm and monitoring system to provide a alarm and monitoring system. Each air receiver shall be protected by a pressure relief valve, a fusible plug and include a pressure gauge with isolating valve. The plant control and power management system shall monitor the safe operation of the plant, providing signaling into the alarm

system as per the requirements of HTM 02-01/EN/DIN/NFPA 99C UL/ listed or any other international standard which falls in line with the above specification.

1.4.1 Pressure Reducing Station for 4 bars and 7 bars .

It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing and Certificate of Origin must be provided.

Simplex pressure reducing station shall comprise as in-line pressure regulator, with downstream of the regulator. Pressure relief valve, capable of passing the flow of the regulator will be installed downstream of the regulator Isolation Valves – fitted upstream of the regulator and downstream of the pressure regulator. Duplex pressure reducing station to have two branches, connected to the MGPS in parallel, in order to allow maintenance on the

components of one branch while the gas flow is maintained in the other branch. Ball Valves – Full bore and operates from fully open to fully close with a quarter turn of the handle. Complete pressure reducing station with base plate mounted for ease of installation. Padlocks available to allow locking of the valves in both open and closed positions and must have easy to read pressure gauges. Base plate mounted and supplied with copper stub pipes for ease of installation using inert jointing procedures.

1.5 Lockable Line Valve Assemblies

It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing and Certificate of Origin must be provided.

Lockable line valves and should comprise full-bore ball valve complete with copper stub pipes for ease of installation. Valve- connected to the copper stub pipes by means of suitable flat faced unions fitted with O-ring seals of suitable material ,

allowing removal of the valve without the need to distort the pipe work. Stub pipes for valve up to 54 mm will be connected to the valve body using screwed connectors, while valve above this size will use

flanged connectors. Valve – Brass body, end cap and stem, with a full – bore chrome plated brass ball. Lockable lines valve constructed from satin nickel plated, pressure die cast a-metal body. The ball plug and valve stem are machined

to a high surface finish and electrolytic ally coated with chrome to resist wear and chemical attack.

31

Valve – Operate from fully closed to fully open with a quarter turn of the handle. All line valves – Supplied with a mechanism to enable the unit to be locked in the fully closed or fully open position. Supplied with copper stub pipes for ease of installation using inert gas jointing procedures. O-Ring Seals on the valve stub allow gas tight capping at a spur for further expression. Available with gas specific connectors including check valves one or both stub pipes.

Page 64: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

1.6 Medical Grade Copper Tube and Fittings

The piped distribution system shall use seamless copper pipes manufactured from phosphorous, deoxidized non-arsenical, hard, tempered and degreased copper, manufactured to metric outside diameters and having mechanical properties in accordance with HTM 2022/HTM 02-01/EN/DIN/NFPA 99

Pipe sizes should be used as mentioned below; 76mm OD X 1.5mm (Minimum) thick 54mm OD X 1.2mm (Minimum)thick 42mm OD X 1.2mm (Minimum)thick 28mm OD X 0.9mm (Minimum)thick 22mm OD X 0.9mm (Minimum)thick 15mm OD X 0.9mm (Minimum)thick 12mm OD X 0.7mm (Minimum)thick

Degreasing: All pipes, fittings and valves shall be degreased, steam cleaned internally, dried, shot blasted and blown through with medical quality air and individually capped at both ends after passing a visual internal inspection.

Fittings: Fittings shall be wrought copper, brass or bronze conforming to the said international standards and suitable for a steam working pressure of 17 bars and especially made for brazed socket type of connections.

All copper pipes should be inspected and certified by the third party and pipes will be delivered capped at both ends. Copper fittings should be as per HTM 2022/HTM-02-01/NFPA/DIN. All plastic saddles will have brass screws. Rates for 100 metres should be mentioned in the price bid so that variable quantity can be calculated and paid accordingly. Copper fittings shall be end feed type, manufactured from the same grade of copper as the pipes and be in accordance with the

requirements. Fittings shall be degreased suitable for oxygen use and be supplied individually sealed in protective polythene bags. Pipe Installation should be as per the respective standards. The vendor should prepare detail working drawings, showing cross-sections, longitudinal sections, details of fittings, location of

isolation valves, valves boxes, alarms and controls etc. During installation the copper pipe must be cleared of dust by flushing with nitrogen and suitably degreased. The pipe fittings shall conform to the said standards for copper pipe line & brass connections for zone valves & pressure sensors. The

fittings shall be made of copper pipe of higher diameter pipe & of thickness one gauge higher than the pipe where they are to be installed.

Adequate supports shall be provided while laying pipeline to ensure that the pipes do not sag or distort. The spacing of supports as required shall not exceed as specified below:

Outside dia. in mm Maximum interval for vertical runs in Mtrs.

Maximum interval for horizontal runs in Mtrs.

12 1.2 1.0

15 1.8 1.2

22 2.4 1.8

28 2.4 1.8

35 3.0 2.4

42 3.0 2.4

54 3.0 2.7

76 3.6 3.0

32

Suitable sleeves shall be provided wherever pipes cross through wall/slabs/RCC/Partitions/Floors etc as per standards. Buried pipelines should be run in a suitable trench with pipe protected throughout its length by continuous glazed earthen ware pipe or properly drained ducts with removable covers, should be further protected through concrete in areas used by wheeled traffic. All pipe clamps shall be non-reactive to copper. Samples of supports, clamps etc shall be approved by the committee before the contractor uses them. Suitable protection shall be provided for pipes against mechanical injury in a manner acceptable to the competent

Page 65: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

authority as per site conditions. All pipes shall be installed, exposed/surface mounted in a manner acceptable to the competent authority of Pt. B.D. Sharma, University of Health Sciences, Rohtak.

Welding of pipe line All copper to copper welding joints with fittings should be with 2% silver-copper-phosphorous alloy rod without any flux as per the

standards. All sites welding will be conducted by inert gas purging (Nitrogen Gas). No joints should be carried out at site without inert gas purging. The brass to copper brazing should be avoided as far as possible at site. However, in case of emergency the brazing joint of copper with brass would be allowed only with copper-silver-zinc brazing alloy to the said international standards. When brazing adequate care to be taken to prevent oxidization. After each joint the brazed portion should be thoroughly cleaned before fitting.

Testing of Piping Installation After erection the pipes shall be flushed with dry nitrogen gas and then tested with dry nitrogen at a pressure equal to twice the

working pressure or 150 psig, whichever is higher for a period of not less than 48 hours. All leaks and joints revealed during testing shall be rectified and re-tested till the pressure in pipes stands for at least 48 hours.

All the piping system shall be tested in the presence of the Committee or Authorized Representative. Advance notice shall be given & all equipments, labor material required for inspection and repairs during the tests shall be provided by the contractor. The testing shall be repeated till the entire system is found satisfactory to the Committee or Authorized Representative. The test shall be carried out for a part of work. If required by the Committee or Authorized Representative.

Painting, Supports & Identification Labeling The overhead pipeline should preferably be above false Ceiling and should run horizontally on slotted angle and should be seated on

plastic/ non-ferrous support. However, where not possible it will scale the surface of wall. All exposed pipes shall be painted with two coats of synthetic enamel paint and color specifications as per relevant International

standards whichever is acceptable by the hospital. Medical gas pipeline identification tape color band identification should be applied to pipelines (a label at every 3 meters and arrow

tape to identify the gas and direction of flow respectively), valves, junctions, walls etc in accordance with HTM 02-01/ NFPA 99C UL/ EN/DIN. Label Band width of 150mm shall be adequate. Letters used for marking should be not be less than 6mm high.

1.7 Master Alarm Panel

- It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing and Certificate of Origin must be provided.

Master Alarm Panel (MAP) shall monitor the Central gases, vacuum and compressed air and work or indicate abnormal conditions as specified herein.

Designed to monitor piped gas pressure (high and low pressure on up to six services) Via Pressure Switches in Theatres, Intensive Care Units, Recovery Rooms, Private Rooms and Wards etc. and located in a position subject to continuous 24 hours observation.

To act as a slave to another alarm within 250 meters, using a three/four core screened cable (four cores if signals are to be returned to the master unit).

Local Area Alarms should provide indication of the condition of gas pressure (Normal, High or Low Pressure) at the point of use, by monitoring the internal pressure of the pipeline.

The Method of Monitoring – Individual pressure switches for high pressure. Low Pressure and Low Vacuum and each switch should be fitted with an end of line monitoring resistance. Matched to the alarm panel Enable the alarm panel to detect any faults on the system wiring or signal transmission.

Alarm Panel – Display up to six services each with normal & two fault conditions. Visual (red flashing indicator of on and off and Audio (4Hz +/- 10% between two tones of 440 & 880 Hz, +/- 10%)

Alarm Panel – Battery Back Up will be provided within the system to enable the alarm panel to function normally in the event of mains power failure.

The internal battery must be used to keep alarm panels operational in the event of mains power failure and should be able to provide back up to for at least four hours, exchangeable and should be rechargeable within 72 hours.

Designed to monitor high and low pressure from local pressure switches.

33 Surface or flush format. Muting: Temporary muting to be provided and must resound after a nominal 15- minute period and change the visual indicators from

flashing to continuous, and repeating until the fault condition has been rectified. Continuous muting to allow continued muting during periods of maintenance and should reset to normal automatically after system condition returns to normal. And while it so in function it should not prevent the operation of audible signal on other alarm conditions when a fault condition arises. All muting function to subside when the system returns to normal working conditions.

1.8 Medical Gas Terminal Units (Gas Outlet Points)

Page 66: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

- It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing and Certificate of Origin must be provided.

Medical gas terminal units shall be manufactured as per international standards & quality management system. A copy of the Certificate of registration shall be provided for review.

Should be double lock, quick connecting and single hand operating and gas specific. Terminal units shall have gas indexing geometry as per the said international standards. Gas specific components comprising the terminal unit second fix shall be manufactured from die-cast zinc alloy or similar hard

wearing metal. Plastic components are not acceptable. It should be 100% metal. Terminal units socket castings shall be permanently coated with a low friction fluoric polymer for maximum reliability and service

life. The terminal unit socket die-casting shall incorporate a gas indexing pin to overcome the risk of loosening due to rough handling or

abuse. The second fix socket shall incorporate a sheer-plane to safeguard the first fix and pipeline in the event of accidental damage or bed

jacking. Gas specific components shall incorporate the gas identity marking permanently stamped or cast into the component surface. The first six shall be all metal construction, with a brass base block and copper stub pipe. The first six shall incorporate an integral check valve to enable servicing of the second fix and valve seals without isolation of the gas

supply. Probe roller pins shall be manufactured from stainless steel. Wall mounted terminal units shall be provided with white ABS mounting box with matching fascia. The mounting box shall have

smooth rounded corners to avoid the possibility of injury. A bezel shall be available to cover the plaster edge, provide a neat and easily to clean finish.

1.9 Area Valve Service Unit- It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with

ID number or NFPA 99 standard with UL listing.- The Area Valve Service Unit (AVSU) should incorporate a ball valve with NIST connectors either side, mounted in a

lockable box with emergency access. The valve should be complete with copper stub pipes that extend to the outside of the box to enable easy connections to the Medical Gas Pipeline system (MGPS).

- The valve should operate from fully closed to fully open with a quarter turn of the handle. The spades should be injection molded and color coded to show through or blank identification. Should be full bore valves for minimum pressure loss and should have lockable in open or closed position.

- The lockable linen valves shall comprise full-bore ball valve complete with copper stub pipes for ease of installation.- The valves shall be connected to the copper stub pipes by means of flat faced unions fitted O-ring seals of suitable

material, allowing removal of the valve without the need to distort the pipe work. Stub pipes for values up to 54 mm will be connected to the valve body using screwed connectors; whilst above this size will use flanged connectors.

- The will have a brass body, end cap and stem, with a full – bore chrome plated brass ball. The valve shall operate from fully closed to fully open with a quarter turn of the handle. All line valves will be supplied with a mechanism to enable the unit to be locked in the fully closed or fully open position.

- The stub pipes should have the appropriate coded appropriate connectors fitted each side of the valve. The appropriate check valves should have a metal seal, thus avoiding the possibility of digression over time. The valve box should have a universal back plate for first fix mounting and an injection molded, cover which fits over the installed valve. A color coded service identity label will be fitted behind the valve handle. The door should also be injection molded and will be common for all services. The door should incorporate a ‘Break Glass’ window or an optional quick release mechanism for emergency access to the valve. Should be reliable and easy to operate and must have appropriate connectors facilitate easy purge, sample and pressure testing, and emergency, supply system. Should be easy site installation with pre fitted stub pipes. Should have break glass emergency access fitted as standard, and should have an optional quick release for emergency access system. The Area Valve Service Unit (AVSU) should incorporate a ball valve with appropriate connectors either side, mounted in a lockable box with emergency access. The valve should be complete with copper stub pipes that extend to the outside of the box to enable easy connections to the Medical Gas Pipeline System (MGPS).

1.10 Medical Gas Area Alarm It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID

number or NFPA 99 standard with UL listingand Certificate of Origin must be provided.

34 Area alarm should be labeled as medical gas alarm with identification of service and equipped with a local sensor module, which is

installed inside the box. Each sensor should be connected to a gas pipe with a gas specific check unit and be clearly marked and identified with a color-coded label for the gas specified.

The visual indicators should be provided in all panels with indicators arranged vertically in priority order, with normal indicators at top. Sequence of gases should be left to right: medical oxygen, nitrous oxide, medical air 400kPa, vacuum, surgical air 700kPa. In addition, a green power on indicator without audible signal and a red Alarm System Fault with audible signal.

Area alarm should be gas tight seals where electrical services cross through any gas compartment. Area alarm should be designed to monitor piped gas pressure (high and low pressure on up to six services), via pressure switches, in

theatres, intensive care units, recoveries, private rooms and wards etc.

Page 67: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

It should also act as a slave to another alarm within 250 meters, using a three core screened cable (four cores if signals are to be returned to the master unit). Local area alarms should provide indication of the condition of gas (Normal, High or Low Pressure) at the point of use, by monitoring the internal pressure of the pipeline.

The method of monitoring should be by individual pressure switches for high pressure, low pressure, and low vacuum and each switch should be fitted with an end of line monitoring resistance, matched to the alarm panel, to enable the alarm panel to detect any faults on the system wiring or signal transmission.

The alarm panel should have the ability to display up to six services each with normal & two fault conditions. Alarm panel should have battery backup will be provided internally within the system to enable the alarm panel to function normally in the event of mains power failure.

The internal battery must be used to keep alarm panels operational in the event of mains power failure (refer 1.7 & applies). Designed to monitor high and low pressure from local pressure switches. Surface or flush format and temper proof.

1.11 Duplex Anesthetic Gas Scavenging System (AGSS) It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID

number or NFPA 99 standard with UL listing. Certificate of Origin must be given. Duplex AGSS System- Twin stand AGSS pumps having capacity as per BOQ and with built in flow indication and pressure

regulation valve. Mounted on single frame with control panel and separate warning label. One pump will be standby with the other in operation. The Package consists:-

o Two Rotary Vacuum Pumpso One Control Panelo One Receiver all mounted on a common base frame.

AGSS Pump: Completely Dry(oil free), compact, Anti-vibration mountings and Sealed and Air Cooled Operation. Each pump should have as per standards inlet filter Control System: The duplex control system should conform to International Standards. The Control System- Provide automatic changeover from running to reserve with circuit breaker disconnects for each AGSS

pump with external operators Duplex Format, Chassis Mounted. Duplex system in-line non return valves to allow individual pump servicing. Active anesthetic gas scavenging systems- Designed to safely remove exhaled anesthetic agents from the operating

environment and dispose of them to atmosphere, thus preventing contamination of the operating department and providing a safe and healthy workspace for the personal.

AGSS Remote Control Indicator

· It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing.

1.11.1 AGSS Hose Kit With Probe

· It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing

· Anesthetic Gas Scavenging (AGS) Terminal Units.- It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with

ID number or NFPA 99 standard with UL listing and a Certificate of Origin must be provided.·  AGS terminal units shall be manufactured as per international standards and quality management system. A copy of the

Certificate of registration shall be provided for review.

· AGS terminal units shall provide a gas specific connection in compliance with international standards and shall be compatible with AGS receiver systems to the same standard.

35·  Gas specific components comprising the terminal unit second fix shall be manufactured from brass. Plastic components are

only acceptable for cosmetic parts.

· The terminal units shall incorporate an integral balancing valve that shall be accessible for adjustment from the front of the unit without the need for disassembly or isolation.

The first fix shall be all metal construction, with a brass base block and copper stub pipe Plastic components and not acceptable.

· Wall mounted terminal units shall be provided with ABS mounting box with matching front facia. The mounting box shall have

Page 68: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

smooth rounded corners to avoid the possibility of injury.

·  A bezel shall be available to cover the plaster edge, provide a neat and easily to clean finish.

1.12 Oxygen Flow Meter with Humidifier Bottle

·• It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID

number or NFPA 99 standard with UL listing.

Pressure compensated to prevent back pressure build up on flow indicator.

· Durable polycarbonate flow tube with cover.

· It should be made up of anodized aluminum/brass body and control knob.

· Flow meter should have twin graduated scale which must provides precision control permanent scale graduations.

· Flow meter should be placed in the vertical position.

· It should have as per standards gauge accuracy.

· Inlet pressure – 50 - 60 psi.

· The flow meters should be of 1-15 Lpm range for oxygen and with inlet pressure 50-60psi.

· Bubble Humidifier bottle should be unbreakable, reusable to disinfectants and complements.

· Inlet filter of stainless steel wire mesh to prevent entry of foreign particles.

1.13 Theatre Vacuum Unit· It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID

number or NFPA 99 standard with UL listing.- It should be mounted on a Stainless steel (304 Grade) trolley with large heavy-duty castor wheels; it must consist of the

following: 1no. Suction Regulator and 2 nos. 2000 ml polysulphone/polycarbonate good quality collection jar and both to be mounted on a trolley.

· Suction Regulator: The unit should include one suction regulator should be supplied with a safety jar, should have a wide membrane continuous suction controller with reliability & fine adjustment. Should have plastic body and cover preventing risk of corrosion. Should have vacuum levels 0-1000mbars/kPa. Should have vacuum gauge fitted with a protective bumper device. Should have an on/off knob, allowing for the quick restoration of re-adjusted vacuum level. Must have Central adjustment knob with a color coded for 0-1000 mbars/kPa. Should have polycarbonate 150cc safety jar, autoclavable at 121 0 C, unbreakable, fitted with an anti overflow safety device and equipped with a plastic antibacterial filter. Suction regulator must have a unique serial number stamped on the body of each suction regulator, thereby allowing for identification and trace ability. The unit should include two polysulphone or polycarbonate collection jars of 4000ml capacity and should be unbreakable and auto clavable up to1210 C with screw-fit lid Collection jar must be fitted with an extremely simple anti overflow safety device, thereby ensuring easy maintenance. Should be totally transparent, they ensure perfect sucked liquid visibility. All the above items are to be mounted on a trolley with free moving castor wheels.

1.14 Ward Vacuum Units

·  It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing. It shall be provided with a copy of the Certificate of origin.

36

· Vacuum Regulator: it should be continuous vacuum regulator, compact, strong and ergonomic device. It should have manual adjustment of the vacuum gauge for a better visibility. Vacuum gauge should be protected by a plastic housing. It should have on/off switch- button providing a quick restoration of the pre-adjusted vacuum level. It should have Central regulation knob with a free rotation at the end of the course (impossible blocking). It should have quick adjustment. It should have vacuum level: 0-1000 m bars/kPa. It should have a device with a metal outlet tubing nipple integrated in the body of the regulator for a better safety, emergency suctions can even be processed.

Page 69: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

· It should be supplied with a safety jar of appropriate capacity equipped with a mechanical anti-over flow safety valve and single use antibacterial plastic filter upfront. The safety jar should be made of polycarbonate, autoclavable up to 134 degree C and unbreakable. It should have a unit identifications and traceability.

· It should be light weight. Polysulphone collection jar of 2 litters with lid: it should be unbreakable and autoclavable up to 134 0

C must be fitted with an extremely simple anti overflow safety device, thereby ensuring easy maintenance and should be totally transparent so as to ensure perfect visibility of sucked in liquid.

1.15 Low Flow Vacuum Unit

- It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing.

.    Vacuum Regulator: It should be continuous vacuum regulator, compact, strong and Ergonomic device. It should have manual adjustment of the vacuum gauge for a better visibility. Vacuum gauge should be protected by a plastic housing. It should have on/off switch-button providing a quick restoration of the pre- adjusted vacuum level. It should have Central regulations knob with a free rotation at the end of the course (for impossibility of blocking). It should have quick adjustment. It should have vacuum levels: 2-250 mbars/kPa.

.   It should have a device with a metal outlet tubing nipple integrated in the body of the regulator for a better safety, so that emergency suction can be processed.

. It should be supplied with a safety jar of appropriate capacity with a mechanical anti-over flow safety valve and single use antibacterial plastic filter upfront. The safety jar should be made of polycarbonate, autoclavable up to 134degree C and unbreakable. It should have a unit serial number laser engaged on the body of each vacuum regulator ensuring its Identifications and traceability.

.   It should be light weight.

.  Polysulphone collection Jar of 1000ml with lid: it should be unbreakable and autoclavable upto 134 0 C and must be fitted with an extremely simple anti overflow safety device, thereby ensuring easy maintenance. Should be totally transparent, as to they ensure perfect sucked in liquid visibility.

1.16 Medical Gas Hose Assemblies.

. It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing.

. Hoses shall be color coded throughout their length as specified in BS EN 739/ISO as follows:

. Medical Oxygen – White

.   Nitrous Oxide – Blue

.   Medical and Surgical Air – Black

.   Vacuum – Yellow 

All hoses shall incorporate an anti-static inner core.Hose shall be permanently secured to all fittings with stainless steel crimpled ferrules, and shall incorporate a window to enable verification that the hose is fully secured onto the hose bar.

1.17     Horizontal/ Vertical Medical Supply System (as per site requirement). It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID

number or NFPA 99 standard with UL listing. Certificate of Origin must be provided. Horizontal/ Vertical Bed Head panel consists of naturally Anodized Extruded Aluminum side profiles in which all

necessary components and cables of Mains voltage, Low voltage and communications Technology can be integrated.

37 Front of the side profiles are to be flush covered by a 19 mm medium chip board front panel with HPL coating. The cover is to be fixed by means of hinges and provided easy access to cables and installation components fitted in the

side profiles. They should include all the required electrical equipment and installation for medical gas supply in ready for connection

status. It should extruded light allow profiles made in one piece. Light metal front panels duly powder coated of RAL color. The below mentioned items should be supplied with each Bed Head Panel:-

a) Multi pin 5-6/15-16 amp Electrical Sockets for regular supply = 08nos.

Page 70: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

b) Data Socket -1no.c) Telephone Socket - 1no.d) Stainless Steel Basket -1no.e) Provision for 2/3/4/5/6 gas terminal outlet points.

1.18   Ceiling Rigid Retractable Pendant.(Suitable as per space available in the Operation Theatres) It shall fully comply and meet with the requirements of HTM 02-01/ EN/DIN standard with CE Certificate/marked with ID

number or NFPA 99 standard with UL listing. Certificate of Origin must be given. Pendant should provide a convenient overhead supply of electrical services and medical gases. Vacuum and electrical services thus eliminating the majority of trailing houses and cables. It should also provide all the features of the Rigid Pendant with the additional facility of being ‘height adjustable’ by

theatre staff using the hand held control. Should have universal first fix – accepts retractable second fix pendants. The pendant which should be adjustable in length must have upper and lower casings of powder coated steel with a

stainless steel fascia plate and easy to install. Should have telescopic adjustment about300 mm Each pendant should have 8 nos. 5-6/15-16 amp. multi pin electrical sockets. Each pendant should have provision only for maximum 6-8nos. gas outlets points. Medical Ceiling Supply System (complete). It should be constructed from aluminum profiles , one piece with integrated double support rail at the bottom for the

installation of movable carriers. Profiles for trolleys and support profiles shall be executed in natural anodized aluminum finish. The system shall be Ceiling mounted, suspended by means of aluminum suspension profiles , Connection of the medical gases, electrically components through the vertical aluminum suspension profiles. Including Ceiling flanges for fixing. Installation of electrical, communications (telephone etc.) and medical gases components of the MSU must be possible. It should have smooth runner rails for trolleys. It should have : 1no. Electronic current impulse relay with integrated transformer, for switching reading light on off by patient hand set. It should have following : 12 nos. multi pin electrical switch sockets of 5-6/15-16 amp. 1 no. electronic current impulse relay with integrated transformer, for switching reading light on/off by patient hand. 12 x Potential Earthing Equalization sockets with inside wiring. 2x Equipment trolleys, large, with 2 shelves. It should be supplied with tow trolley carrier, wide execution including

crosshead tie bars, for carrying monitoring and respiration apparatus, travelling crab with bearings, turn able by +/- 450, 2 nos. stainless steel support tubes ,width, loading capacity of minimum 150kg. It should also have utilizable area with lateral supporting rails for mounting 2tubes with module and load carrying supporting base capacity minimum 40 kg, 06 No’s Medical Gas Outlets Points (i.e. 2 x oxygen, 2x MA4, 2x vacuum.) fitted at each MSU. It should fully meets and complies with HTM 2022,/ HTM 02-01/EN/DIN duly CE marked or NFPA 99 UL listed.

There should be a provision for one nurse call station.1.19 Smoke and heat detector heads should be installed in gas manifold rooms having a fire detection system.1.20 Earthing: All wiring and medical gas pipelines should be bonded to the earth terminal as required by Regulation. For

medical gas pipelines bonding is to be made as near as possible to the point of entry of medical gas pipelines into the building from the plant.

1.21 Single Moveable Pendant for Operation Theatre:-

The Ceiling Pendant Systems designed to provide convenient positioning of medical equipment, medical gas terminal units, electrical and speciality services as per HTM 02-01/EN/DIN standard with CE Certificate/marked with ID number or NFPA 99 standard with UL listing. The support arms will be extremely robust and revolve on high quality bearings, so that the pendant head glides smoothly and quickly to any desired position.

The Pendant will be available as follows: Moveable arms of appropriate length each with 330-340 deg. Horizontal and vertical movements. Vertical movement

will be motorized.

38 The arms may be fitted with pneumatic brakes to prevent inadvertent movement. Each arm will be capable of 330-340 degrees of rotation, which can be easily adjusted to suit the desired mode of

operation. Weight carrying capacity of the arm will not be less than 150 Kgs. The Pendant Service Head will be supplied with medical gas terminal units and 5-6/15-16 Amps. Sockets. The

medical gas outlets will be provided with pendant as per specification of gas outlets. The Pendant Service Heads will have modular head. The head will be capable of accepting a range of shelves,

drawers and infusion poles or other accessories. The Pendant Head will support the range of Physiological Monitor Mounting Solutions.

Each pendant will have:Oxygen Outlets-2Nitrous Oxide Outlet-1Air (4 Bar) Outlets-1

Page 71: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

Air (7Bar) Outlets-1Vacuum Outlets-2

Electrical Sockets- 8 Nos. Shelf with two rails one on each side- 1 no.

N o t e : The sizes are approximate and quantities are as per BOQ. Minor variations in sizes shall be acceptable, subject to prior approval of the committee authorized by the competent authority of Pt. B. D. Sharma University of Health Sciences, Rohtak.All of the above equipments should be as per the said standards.

Manufacturer’s Authorization certificate as per Annexure-in favor of the bidder for Medical Gas Pipeline System equipment should be attached with the offer.In addition to the above mentioned equipment, if the contractor thinks it necessary to include any other equipment, then he may procure it after approval of competent authority of Pt. B.D.Sharma, University of Health Sciences, Rohtak.

Page 72: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

39LOCATIONOFTERMINALS

Sl. No. Floor Total Rooms Beds

OX

YG

EN

OU

TL

ET

S

V

AC

UU

MO

UT

LE

TS

AIR

OU

TL

ET

S

NIT

RO

US

OX

IDE

OU

TL

ET

S

FLO

WM

ET

ER

WA

RD

VA

CU

UM

UN

IT

OX

YG

EN

LO

WPR

ESS

UR

E

SIL

ICO

NR

UB

BE

RT

UB

EIN

MT

RS.

HIG

HPR

ESS

UR

ET

UB

EFO

RO

XY

GE

NIN

MT

RS.

HIG

HPR

ESS

UR

ET

UB

EFO

RV

AC

UU

MIN

MT

RS.

ISO

LA

TIO

NL

INE

VA

LV

E-1

5

ZO

NA

LV

AL

VE

BO

X-2

GA

S

AL

AR

M-2

GA

S

BE

DH

EA

DU

NIT

1234

TOTAL

Page 73: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

40

IN ADDITION TO THE ABOVE, FOLLOWING ALLIED WORKS FOR INSTALLATION AND COMMISSIONING OF MEDICAL GAS PIPELINE SYSTEM FOR MOTHER AND CHILD HEALTH CENTRE, TRAUMA CENTRE AND B BLOCK LSL AT Pt. B. D. SHARMA POST GRADUATE INSTITUTE OF MEDICAL SCIENCES, ROHTAK

FOLLOWING ARE THE SOLE RESPONSIBILITIES OF THE CONTRACTOR:

Bidder must take into consideration in its bid, costs to be incurred for any additional work pertaining to Civil, Electrical, Mechanical and any other protections relevant as per State/Central Govt. regulation/local authority, Furniture, Servo stabilizers, U.P.S. Etc. required for successful installation testing and commissioning of the system and the offered price should include all such costs, each Schedule is to be considered a package in itself and contractor to execute the order package on a “Turnkey Basis”.

Providing fixing of Electrical Gadgets like ELCB, MCB, Light Points, Power points, etc in the Medical Gas Pipeline System.

Installation of MCB, ACB, ELCB & OCB of Havell/Siemens/L&T/Schneider etc. for Control Panel for Medical Gas Pipeline System.

Installation of all electrical cabling must be of IS: 1554 (As per latest amendment) standard and wiring as per IS: 732 standard and proper earthing of all Medical Gas Pipeline System and other electrical instrument and accessories in the Medical Gas Pipeline System as per standard guidelines of BIS.

All the items supplied should be of reputed make as approved by the committee authorized by the competent authority of Pt. B. D. Sharma University of Health Sciences, Rohtak.

Page 74: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

1

Tender for

Supply, Installation, Testing & Commissioning of Gas Pipeline System for Mother and Child Health Centre, Trauma Centre and B Block LSL at Pt. B. D. Sharma Post Graduate Institute of Medical Sciences, Rohtak

VOLUME–III PRICEBID

2012

Page 75: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

2

BOQ (PART-A)

BOQ FOR TRAUMA CARE CENTRE AT PGIMS ROHTAK.S.No. Item Description Qty. Unit Rate(Rs.) Amount

(Rs.)MEDICAL GAS PIPE LINE SYSTEM

1 Supply, Installation, Testing and Commissioning of Copper Pipe in Meters as per Technical Specifications.76mm OD X 1.5mm (minimum) thick 100 Mtr.54mm OD X 1.2mm (minimum) thick 70 Mtr.42mm OD X 1.2mm (minimum) thick 80 Mtr.28mm OD X 0.9mm(minimum) thick 400 Mtr.22mm OD X 0.9mm (minimum) thick 1000 Mtr.15mm OD X 0.7mm (minimum) thick 1200 Mtr.12mm OD X 0.7mm (minimum) thick 300 Mtr.

2 Gas Outlet Points/Terminal Unit and Pendants: Supply, installation, testing and commissioning of Gas outlet points for Oxygen, Nitrous Oxide, Medical Air 4 Bar/7 Bar and Vacuum as per Technical specificationOxygen 115 Nos.Nitrous Oxide 07 Nos.Medical Air 4 Bar 44 Nos.Surgical Air 7 Bar 07 Nos.Vacuum 90 Nos.AGSS 07 Nos.

3. AREA VALVE SERVICE UNITS (AVSU) & LINE ISOLATION VALVES, ZONE VALVES, BOXES ETC. As per Technical Specifications.AVSU Module with area line pressure medical gas alarm-4gas +Vacuum

07 Nos.

AVSU Module with area line pressure medical gas alarm-2gas +Vacuum

03 Nos.

AVSU Module with area line pressure medical gas alarm-1gas + Vacuum

03 Nos.

4 LINE ISOLATION VALVES15 mm ball valve 08 Nos.22 mm ball valve 10 Nos.28 mm ball valve 08 Nos.42 mm ball valve 02 Nos.54 mm ball valve 02 Nos.76 mm ball valve 02 Nos.

5 Fully Automatic Oxygen Control System: Supply, Installation testing and commissioning of Fully Automatic Oxygen Control System with minimum 2000 l/m for oxygen as per technical specifications.

01 No.

6 Oxygen Manifold (2X16): Supply, Installation, Testing and Commissioning of Oxygen Manifold as per technical specifications

01 No.

7 Oxygen Flow meter with Humidifier Bottle:- Supply, Installation, testing and commissioning of oxygen flow meter with humidifier bottle 0-15 Litres as per technical specifications

115 Nos.

8 Fully Automatic Manifold Control Panel for Nitrous Oxide: Supply, Installation testing, and commissioning of Fully

01 No.

Page 76: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

Automatic Manifold Control Panel with minimum 500 l/m for Nitrous Oxide as per technical specifications.

9 Nitrous Oxide Manifold (2x6): Supply, Installation, testing and commissioning of Nitrous Oxide Manifold as per technical specifications.

01 No.

10 Emergency Nitrous Oxide Supply System 2x2 size: Supply, Installation, testing and commissioning of 2 cylinder Emergency Nitrous Oxide supply system without cylinder as per technical specifications.

01 No.

11 Medical Compressed Air Plant (4/7 Bar) for Trauma Block and B-Block of LSL building: Supply, Installation testing and commissioning of Medical Compressed Air Plant Duplex/ Triplex rotary screw/scroll type (one/two identical pumps running and one as standby) having capacity minimum 100 cfm. and air receiver tank of appropriate capacity as per technical specifications.

01 No.

12 Medical Vacuum Plant Package Duplex(with one pump running and one standby) vacuum pumps for Trauma Centre & B- Block of LSL Building: Supply, Installation testing and commissioning of Medical vacuum plant minimum 115cfm capacity at 19” Hg and pressure receiving tank of appropriate capacity as per technical specifications.

01 No.

13 Ward Vacuum Unit: Supply, Installation testing and commissioning of Ward suction Unit as per technical specifications.

90 Nos.

14 Portable Vacuum Unit for OT:- Supply, Installation, testing and commissioning of Operation Theatre Suction Unit with 2 Nos. Jars of atleast 2 ltr. Capacity as per technical specifications

07 Nos.

15 Duplex AGSS System for Trauma Centre and B Block of LSL Building: Supply, Installation testing and commissioning of Duplex AGSS System having minimum 50 cfm. At 19” Hg. and tank of suitable capacity as per technical specifications.

01 No.

16 Color coded antistatic H.P. Tubing for Gases & Vacuum. 270 Nos.17 Oxygen male probe compatible with outlets 115 Nos.18 Nitrous Oxide male probe compatible with outlets 07 Nos.19 Medical Compressed Air 4 bar /7 bar probe compatible with

outlets.44+07 (Surgical)

Nos.

20 Medical Vacuum male probe compatible with outlets 90 Nos.21 Bed Head Horizontal Panel:- Supply, Installation, Testing and

Commissioning of Bed Head Horizontal Panels minimum 5’ with provision of Gas Outlet etc. for ICU’s as per technical Specification

21 Nos.

22 Rigid Retractable Pendant Ceiling Mounted with provision of Medical Gas Outlets and Electrical Switch/Sockets as per specifications.

05 Nos.

23 Ceiling Mounted Single Arm Pendant:- Supply, Installation, Testing and Commissioning of Ceiling Mounted Single Arm Pendant with provision for Medical Gas Outlets, Electrical Switches/Sockets as per list of outlets in the OT’s and as per Technical Specifications.

05 Nos.

Note: i) The number and quantity can be increased/decreased or added/deleted as per requirements at the time of installation.ii) For copper pipes, the rates may be quoted/calculated at the price of per 100 meter.

Page 77: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

4

BOQ(PART-B)BOQ FOR LSL SUPER-SPECIALTY (B-BLOCK) AT PGIMS ROHTAK.

S.No. Item Description Qty. Unit Rate(Rs.) Amount (Rs.)

MEDICAL GAS PIPE LINE SYSTEM1 Supply, Installation, Testing and Commissioning of Copper Pipe

in Meters as per Technical Specifications.42mm OD X 1.2mm(minimum) thick 75 Mtr.28mm OD X 0.9mm(minimum) thick 300 Mtr.22mm OD X 0.9mm (minimum) thick 600 Mtr.15mm OD X 0.9mm (minimum) thick 750 Mtr.12mm OD X 0.7 mm (minimum) thick 300 Mtr.

2 Gas Outlet Points/Terminal Unit and Pendants: Supply, installation, testing and commissioning of Gas outlet points for Oxygen, Nitrous Oxide, Medical Air 4 Bar/7 Bar and Vacuum as per Technical specificationOxygen 80 Nos.Medical Air 4 Bar 10 Nos.Vacuum 65 Nos.

3. AREA VALVE SERVICE UNITS (AVSU) & ZONE VALVES, BOXES ETC. As per Technical Specifications.AVSU Module with area line pressure medical gas alarm-4gas +Vacuum

02 Nos.

AVSU Module with area line pressure medical gas alarm-2gas +Vacuum

01 No.

AVSU Module with area line pressure medical gas alarm-1gas + Vacuum

03 Nos.

4 LINE ISOLATION VALVES15 mm ball valve 08 Nos.22 mm ball valve 10 Nos.28 mm ball valve 05 Nos.42 mm ball valve 01 No.

5 Oxygen Flow meter with Humidifier Bottle:- Supply, Installation, testing and commissioning of oxygen flow meter with humidifier bottle 0-15 Litres as per technical specifications

80 Nos.

6 Ward Vacuum Unit: Supply, Installation testing and commissioning of Ward suction Unit as per technical specifications.

65 Nos.

7 Color coded antistatic H.P. Tubing for Gases & Vacuum. 150 Nos.8 Oxygen male probe compatible with outlets 80 Nos.9 Medical Vacuum male probe compatible with outlets 65 Nos.10 Bed Head Horizontal Panel:- Supply, Installation, Testing and

Commissioning of Bed Head Horizontal Panels minimum 5’ with provision of Gas Outlet etc. for ICU’s as per technical Specification

10 Nos.

Note: i) The number and quantity can be increased/decreased or added/deleted as per requirements at the time of installation.ii) For copper pipes, the rates may be quoted/calculated at the price of per 100 meter.

Page 78: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

5BOQ(PART-C)

BOQ FOR MOTHER & CHILD HOSPITAL AT PGIMS ROHTAK.S.No. Item Description Qty. Unit Rate(Rs.) Amount

(Rs.)MEDICAL GAS PIPE LINE SYSTEM

1 Supply, Installation, Testing and Commissioning of Copper Pipe in Meters as per Technical Specifications.76mm OD X 1.5mm (minimum) thick 75 Mtr.42mm OD X 1.2mm (minimum) thick 70 Mtr.28mm OD X 0.9mm(minimum) thick 300 Mtr.22mm OD X 0.9mm (minimum) thick 1100 Mtr.15mm OD X 0.9mm (minimum) thick 1400 Mtr.12mm OD X 0.7mm (minimum) thick 500 Mtr.

2 Gas Outlet Points/Terminal Unit and Pendants: Supply, installation, testing and commissioning of Gas outlet points for Oxygen, Nitrous Oxide, Medical Air 4 Bar/7 Bar and Vacuum as per Technical specificationOxygen 170 Nos.Nitrous Oxide 03 Nos.Medical Air 4 Bar 55 Nos.Vacuum 120 Nos. AGSS 03 Nos.

3. AREA VALVE SERVICE UNITS (AVSU) & LINE ISOLATION VALVES, ZONE VALVES, BOXES ETC. As per Technical Specifications.AVSU Module with area line pressure medical gas alarm-4gas +Vacuum

03 Nos.

AVSU Module with area line pressure medical gas alarm-2gas +Vacuum

05 Nos.

AVSU Module with area line pressure medical gas alarm-1gas + Vacuum

06 Nos.

4 LINE ISOLATION VALVES15 mm ball valve 12 Nos.22 mm ball valve 18 Nos.28 mm ball valve 06 Nos.42 mm ball valve 01 No.76 mm ball valve 01 No.

5 Fully Automatic Oxygen Control System: Supply, Installation testing and commissioning of Fully Automatic Oxygen Control System with minimum 2000 l/m for oxygen as per technical specifications.

01 No.

6 Oxygen Manifold (2X12): Supply, Installation, Testing and Commissioning of Oxygen Manifold as per technical specifications

01 No.

7 Oxygen Flow meter with Humidifier Bottle:- Supply, Installation, testing and commissioning of oxygen flow meter with humidifier bottle 0-15 Litres as per technical specifications

170 Nos.

8 Fully Automatic Manifold Control Panel for Nitrous Oxide: Supply, Installation testing, and commissioning of Fully Automatic Manifold Control Panel with minimum 500 l/m for Nitrous Oxide as per technical specifications.

01 No.

9 Nitrous Oxide Manifold (2x2): Supply, Installation, testing and commissioning of Nitrous Oxide Manifold as per technical

01 No.

Page 79: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

specifications.10 Emergency Nitrous Oxide Supply System 2x2 size: Supply,

Installation, testing and commissioning of 2 cylinder Emergency Nitrous Oxide supply system without cylinder as per technical specifications.

01 No.

11 Medical Compressed Air Plant (4 Bar / 7 Bar): Supply, Installation testing and commissioning of Medical Compressed Air Plant Duplex/ Triplex rotary screw/scroll type (one/two identical pumps running and one as standby) having capacity minimum 100 cfm. and air receiver tank of appropriate capacity as per technical specifications.

01 No.

12 Medical Vacuum Plant Package Duplex(with one pump running and one standby) vacuum pumps: Supply, Installation testing and commissioning of Medical vacuum plant minimum 75 cfm capacity at 19” Hg and pressure receiving tank of appropriate capacity as per technical specifications.

01 No.

13 Ward Vacuum Unit: Supply, Installation testing and commissioning of Ward suction Unit as per technical specifications.

120 Nos.

14 Portable Vacuum Unit for OT:- Supply, Installation, testing and commissioning of Operation Theatre Suction Unit with 2 Nos. Jars of at least 2 ltr. Capacity as per technical specifications

03 Nos.

15 Duplex AGSS System: Supply, Installation testing and commissioning of Duplex AGSS System having minimum 20 cfm. At 19” Hg. and a tank of suitable capacity as per technical specifications.

01 No.

16 Color coded antistatic H.P. Tubing for Gases & Vacuum. 350 Nos.17 Oxygen male probe compatible with outlets 170 Nos.18 Nitrous Oxide male probe compatible with outlets 03 Nos.19 Medical Compressed Air 4 bar probe compatible with outlets. 58 Nos.20 Medical Vacuum male probe compatible with outlets 120 Nos.21 Bed Head Horizontal Panel:- Supply, Installation, Testing and

Commissioning of Bed Head Horizontal Panels minimum 5’ with provision of Gas Outlet etc. for ICU’s as per technical Specification

42 Nos.

22 Rigid Retractable Pendant Ceiling Mounted with provision of Medical Gas Outlets and Electrical Switch/Sockets as per specifications.

03 Nos.

23 Ceiling Mounted Single Arm Pendant:- Supply, Installation, Testing and Commissioning of Ceiling Mounted Single Arm Pendant with provision for Medical Gas Outlets, Electrical Switches/Sockets as per list of outlets in the OT’s and as per Technical Specifications.

03 Nos.

Note: i) The number and quantity can be increased/decreased or added/deleted as per requirements at the time of installation.ii) For copper pipes, the rates may be quoted/calculated at the price of per 100 meter.

Page 80: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

7“PART-II”

Comprehensive Maintenance-5 Years:-

UOM

QTY UNITRATE INRs. (INFIGURE)

UNIT RATE IN Rs. (IN WORDS)

AMOUNT IN Rs. (IN FIGURE)

Providing on-site comprehensive maintenance for a period of 5 years after successful completion of warranty period for Part I. The on- site comprehensive maintenance shall include all spares including replacements/repairs as Required.

1 Year 1(One) from the date of satisfactory completion of warranty period

LS 1

2 Year 2 (Two) from the date of satisfactory completion of Year 1 and so on.

LS 1

3 Year 3(Three) from the date of satisfactory completion of Year 2 and so on.

LS 1

4 Year 4 (Four) from the date of satisfactory completion of year 3 and so on.

LS 1

5 Year 5 (five) from the date of satisfactory completion of year 4 and so on.

LS 1

SUBTOTAL (FIGURE)SUMMARYOFRATESQUOTEDTOTAL(PART-I)TOTAL(PART-II)

GRAND TOTAL AMOUNT (PART-I+ PART-II)(IN FIGURES):-INWORDS: RUPEES

Signature of Bidder

Date:

Name of Bidder with Seal:

Page 81: DETAILED SPECIFICATIONS OF GROUP NOS for Gas pipe line.doc · Web viewEvery tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any

8The above quoted rates will be inclusive of all taxes, duties and other charges.Co s t o f C MC w il l b e adde d f o r r an k i n g pu r po s e as under :

Total Price = Price with all accessories as per technical Specification + CMC Price (with spares) for five years after warranty.

LOCATIONOFTERMINALS

Sl. No. Floor Total Rooms

Bed

OX

YG

EN

OU

TL

ET

S

VA

CU

UM

OU

TL

ET

S

FLO

W M

ET

ER

WA

RD

VA

CU

UM

UN

ITO

XY

GE

N L

OW

PR

ESS

UR

E

SIL

ICO

N R

UBB

ER

TU

BE

INH

IGH

PR

ESS

UR

E T

UB

E F

OR

O

XY

GE

N IN

MT

RS.

HIG

HP

RE

SSU

RE

TU

BE

FO

R

VA

CU

MM

VA

CU

UM

INM

TR

.IS

OL

AT

ION

LIN

E V

AL

VE

-15

ZO

NA

L V

AL

V E

BO

X-2

GA

S

AL

AR

M-2

GA

S

BE

D H

EA

D U

NIT

1234

TOTALL