64
PUBLIC WORKS DEPARTMENT (BUILDING WING) BID DOCUMENT Name of work:- Up-gradation of Physical Infrastructure of Orthopaedics Department at Guwahati Medical College – Supply, Installation, Testing and Commissioning of 4(four) nos Modular OTs OFFICE OF THE CHIEF ENGINEER, P.W.D., BUILDING ASSAM, CHANDMARI, GUWAHATI.

GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

PUBLIC WORKS DEPARTMENT(BUILDING WING)

BBIIDD DDOOCCUUMMEENNTT

Name of work:- Up-gradation of Physical Infrastructure of Orthopaedics Departmentat Guwahati Medical College – Supply, Installation, Testing andCommissioning of 4(four) nos Modular OTs

OFFICE OF THE CHIEF ENGINEER, P.W.D., BUILDINGASSAM, CHANDMARI, GUWAHATI.

Page 2: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 2 of 64

GOVERNMENT OF ASSAMOFFICE OF THE CHIEF ENGINEER PWD (BUILDING) ASSAM,

CHANDMARI, GUWAHATI-3.

AGREEMENT NO______________________________________________

NATIONAL / LOCAL COMPETITIVE BIDDING

NAME OF THE WORK: -Up-gradation of Physical Infrastructure of OrthopaedicsDepartment at Guwahati Medical College – Supply,Installation, Testing and Commissioning of 4(four) nosModular OTs

Download of TenderThrough Website: - From 08/08/2015 (15:31 Hrs) to 28/08/2015 (14:00 Hrs).

TIME AND DATE OFPRE-BID CONFERENCE: - On 14/08/2015 at 12:00 hrs – 14:00 hrs.

E-Tender No. : 952

Online Bid Preparationand Hash Submission.: - From 08/08/2015 (15:31 Hrs) to 28/08/2015 (14:00 Hrs).

Last date and time ofmanual submission:- 28/08/2015 (14:00 Hrs)

Technical Bid Opening: - 29/08/2015 (From 11:01 Hrs. to 16.00Hrs.)

PLACE OF OPENING BIDS: Office of the Chief Engineer, PWD (Bldg.), Assam.Chandmari, Guwahati-3

OFFICER INVITING BIDS: Chief Engineer, PWD (Bldg.), Assam, Chandmari, Guwahati-3

Page 3: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 3 of 64

INVITATION FOR BID(IFB)

Page 4: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 4 of 64

GOVT. OF ASSAMOFFICE OF THE CHIEF ENGINEER, P.W.D. (BUILDING): ASSAM: GUWAHATI-3

INVITATION FOR BIDS (IFB)

No. CEB/MECH/7/2015/7 Dated Guwahati the 5th August,2015

1. The Chief Engineer, P.W.D. (Building), Assam, Chandmari, Guwahati–3 invites bid for the worksdetailed in the table below, consequent upon the Press Notice issued vide letter No.CEB/MECH/7/2015/6 dated 03/08/2015 .

PackageNo.

Name of the Work Approx.Value ofWork(Rs. In lakh)

EarnestMoney(Rs. In

lakh)

Cost ofbiddingdocument(Rs)

Periodofcompletion

Eligibility of bidder

ORTHOGMCH/1

Up-gradation of PhysicalInfrastructure ofOrthopaedicsDepartment at GuwahatiMedical College –Supply, Installation,Testing andCommissioning of4(four) nos Modular OTs

425.336 8.5 12,500.00 6(six)months

APWD registeredClass I(A)contractors orfirms havingexperience insupply andinstallation ofModular OTs inGovt/SemiGovt./PSUhospitals in India

2. The Contractors / Bidders must be registered on the P.W. (Building & NH) Department ETMS portal-“http://assam.etenders.in” for participating in the bidding process for tenders floated by this department.It is the responsibility of the Contractor/Bidder to ensure that their ETMS registration is valid (i.e. notexpired) through the life cycle of the tender.

Contractors have to necessarily download the bidding document from the ETMS using their own User ID.Bid documents not procured (downloaded) through the ETMS/not using the contractor’s own User ID willbe considered invalid and summarily rejected.

The Bidders should submit their Technical Bids manually only, but they must submit Financial Bidsonline.

3. Bidding documents must be downloaded from the website “http://assam.etenders.in” without payingany price and the bidder who submit the bids shall submit the cost of the bidding documents alongwith thetechnical bids through Demand Draft/Banker’s Cheque of any Nationalized Bank pledged in favour of“Assam State Road Board Maintenance (Roads) Fund.”

4. In addition to the payment of cost of bidding document as mentioned at Para-3 above,the bidders/contractors will have to pay a service fee (amount to be system generated)subject to maximum Rs 5000.00 plus service tax as applicable online to M/s Nextenders(India) Pvt. Ltd to participate in the tendering.

Page 5: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 5 of 64

5. The activity schedule for tendering process of the above mentioned packages shall be as per the scheduleshown below.

PageNo

PWDBLDG Stage Contractor Stage Start Data &Time

Expiry Date &Time

1 Release Tender 07/08/201510.00 Hrs.

08/08/201515.30 Hrs.

2 Tender Download 08/08/201515.31 Hrs.

28/08/201514:00 Hrs.

3 Online Bid preparation and HashSubmission of Financial Bid

08/08/201515.31 Hrs.

28/08/201514:00 Hrs.

4 Super hashGeneration & Bidlock

28/08/201514.01 Hrs.

28/08/201516.00 Hrs.

5 Control Transfer of Bid 28/08/201516.01 Hrs.

29/08/201511.00 Hrs.

6 Technical BidOpening &Evaluation

29/08/201511.01 Hrs.

08/09/201516.00 Hrs.

7 Financial bidOpening&Evaluation

08/09/201516.01 Hrs.

16/09/201516.00 Hrs.

Note:- 1) Pre bid Meeting will be held as per following time & venue,

Start Time Closing Time

12.00 hrs on 14/08/2015 14.00 hrs on 14/08/2015

Venue:- Office of the Chief Engineer(Building) P.W.D,Chandmari,Guwahati-3.

2) The Technical Bids along with cost of Bid Documents are to be submitted manually on

or before 14:00 hours of 28/08/2015 in the office of the Chief Engineer, PWD(Building),

Assam, Chandmari, Guwahati-3 .

2) Online mode of submission of Financial Bid is mandatory. Financial Bid submittedmanually will not be accepted. The date of online opening of financial bid and dateof award of contract as mentioned in the activity schedule are tentative. The exactdate of Online Financial Bid Opening shall be notified later on.

3) In the event of date of bid opening being a holiday, the activities will take place on thenext working day.

For any assistance for Online Bidding, Bidders may write [email protected]

Chief Engineer P.W.D.(Building),Assam, Chandmari, Guwahati-3.

Page 6: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 6 of 64

Memo No. CEB/MECH/7/2015/ 7 -A Guwahati the 5th August,2015

Copy to: -1. The P.S. to the Hon’ble Minister, PWD., Assam, Dispur, Guwahati– 6, for favour of

kind appraisal of the Hon’ble Minister2. The P.S. to the Hon’ble Minister, Health & Family Welfare etc., Assam, Dispur,

Guwahati– 6, for favour of kind appraisal of the Hon’ble Minister3. The Commissioner & Special Secretary to the Govt. of Assam , Public.Works(Building

& NH) Department, Dispur, Guwahati-6 for favour of kind information4. The Commissioner & Secretary to the Govt. of Assam Health & Family Welfare,

Department Dispur, Guwahati-6 for favour of kind information.5. The Director Medical Education, Assam, Khanapara, Guwahati-22 for favour of kind

information.6. The Principal, Guwahati Medical College and Hospital, Bhangagarh, Guwahati for

favour of information7. The Head of the Department, Orthopaedics, Guwahati Medical College, Bhangagarh,

Guwahati for favour of information.9. The Superintending Engineer, P.W.D. Guwahati Building Circle-II, Chandmari,

Guwahati-3 for information and wide circulation.10. The Executive Engineer, P.W.D, Guwahati Building Division No-II, Dispur Guwahati

for information and wide circulation.11. M/S Nex Tenders India Pvt. Ltd., camp Guwahati for information with a request to

publish the notice in their website.12. Notice Board.

Chief Engineer P.W.D.(Building),Assam, Chandmari, Guwahati-3.

Page 7: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 7 of 64

Invitation For Bids

GOVERNMENT OF ASSAMOFFICE OF THE CHIEF ENGINEER, PWD (BLDG), ASSAM

The Chief Engineer, PWD (Building), Assam, on behalf of the Governor of Assam, invites theitem rate bids from the experienced APWD registered Class I(A) contractors or firms havingexperience in supply and installation of Modular OTs in Govt/Semi Govt./PSU hospitals in India

Name of Work: Up-gradation of Physical Infrastructure of Orthopaedics Department at GuwahatiMedical College – Supply, Installation, Testing and Commissioning of 4(four) nosModular OTs

Division: - Guwahati Building Division No-II, Dispur, Guwahati, Assam. Approximate Estimated Cost: - Rs. 425.336 Lakh (Rupees four crore twenty five lakh

thirty three thousand six hundred )only. Earnest Money /Bid Security:- Rs. 8.5 Lakh (Rupees eight lakh fifty thousand) only. Time Allowed for completion: - 6(six) months. Cost of Bid (Rs.):- Rs. 12,500.00 (Rupees twelve thousand five hundred) only which

should be drawn in favour of ‘Assam State Road Board Maintenance (Roads) Fund’and should be submitted along with Technical Bid.

Last date and time for submission of Bid Document: - As per the Bid schedule. Time and date of opening of Bid: - As per the Bid schedule Place of Sale of documents: - Online.

1. The bidders can download the bidding document directly from the Internet sitehttp://assam.etenders.in and have to pay the cost of bidding document as mentioned in thebidding document. The same should have to be submitted in a separate envelope markedcost of bidding document with the Technical Bid. The cost of bid document will have tobe any one of the form as specified in the IFB. The downloaded bid document will have tobe submitted along with Technical Bids.

2. The following bid documents are available online(i) Main Bid document (This document consisting of Schedule of Quantities, Appendix to ITB,Form of Bid)(ii) Part I conditions of contract (Downloadable from Home Page -> Other Information)(iii) Standard Forms (Downloadable from Home Page -> Other Information)(iv) Plans, specifications, drawings of work can be seen in the office of the Chief Engineer,PWD (Building), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working daybetween Start for 'Purchase Bid' to Expiry Date for 'Online Bid Hash Submission as specified inthe 'Bid Schedule'.

3. Place of sale of documents: Online

4. Bids will be opened at the start time for 'Open Technical' and ‘Open Financial’ (Separatelyfor Technical and Financial Part) as specified in the Bid Schedule in the office of theChief Engineer, PWD (Building), Assam, Chandmari, Guwahati-3. If the office happensto be closed on the date of opening of the bids as specified, the bids will be opened on thenext working day at the same time and venue.

Financial bids of technically qualified bidders will only be opened.

5. Bid Security of the amount specified for the work has to reach the employer as specifiedin ITB clause 11. The Bid Security should have to be submitted in a separate envelopemarked as Bid Security along with technical Bid.

Page 8: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 8 of 64

6. The bid for the work shall remain open for acceptance for a period of 180 (one hundredeighty) days from the date of opening of bids.

7. A bidder shall not be permitted to bid for works, responsible for award and execution ofcontracts in which his or his spouse’s near relative (defined as first blood relations, andtheir spouses) is posted as Divisional Accountant or as an officer in any capacity betweenthe grades of Superintending Engineer and Assistant Engineer (both inclusive).

8. No engineer of gazetted rank or other gazetted officer employed in engineering oradministrative duties in an Engineering Department of the State Government is allowed towork as a contractor for a period of two years after his retirement from Governmentservice, without Government permission. This contract is liable to be cancelled if eitherthe contractor or any of his employees is found any time to be such a person who had notobtained the permission of the Government as aforesaid before submission of the Bid orengagement in the Contractor’s service.

9. The lack of road communication during flood seasons will not be considered as a groundfor extension of time of completion of the work and escalation of rates.

10. Other details can be seen in the bidding documents.

Page 9: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 9 of 64

PART-I

SECTION – IINSTRUCTIONS TO BIDDERS

TABLE OF CONTENTSClause Title Page1 Submission of Bids. 122 Division of Specification. 123 Bids shall be in two parts. 124 Opening of Bids. 125 Purchaser’s Right Regarding

Alternation of Quantities Tendered. 136 Procedure & Opening Time of Bids. 137 Bidders’ Liberty to Deviate from Specification. 138 Eligibility for submission of Bids. 139 Purchasers Right to Accept/Reject Bids. 1310 Mode of Submission of Bids. 1411 Earnest Money Deposit. 1412 Validity of Bids. 1413 P r i c e. 1514 Revision of Bid Price by Bidders. 1515 Bidders to be fully Conversant

with the Clause of the Specification. 1516 Documents to Accompany Bids. 1517 Documents/Papers to Accompany Part-II Bid. 1518 Conditional Offer. 1619 Site Visit 1620 Clarification of Bidding Document 1621 Amendment of Bidding Document 1622 Correction of Errors 1723 General. 17

SECTION – IIGENERAL TERMS & CONDITIONS OF CONTRACT (G.T.C.C.)

TABLE OF CONTENTSClause Title Page1 Scope of the Contract. 192 Definition of term. 193 Manner of execution. 204 Inspection& Testing. 205 Training Facilities. 206 Rejection of Materials. 207 Experience of Bidders. 208 Language & Measures. 219 Deviation from Specification. 2110 Right to Reject/Accept Any Bid 2111 Contractor to Inform Himself fully 2112 Patent Rights etc. 2113 Delivery. 2214 Dispatch Instructions. 22

Page 10: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 10 of 64

15 Contractors Default Library. 2216 Force Majure. 2217 Extension of Time. 2318 Guarantee/CAMC 2319 Bank Guarantee towards Security Deposit 2320 Performance Guarantee. 2321 Import License. 2322 Terms of Payment. 2423 Penalty for Delay in completion of Contract. 2424 Uptime Guarantee 2425 Maintenance 2426 Insurance. 2427 Payment due from the Supplier 2528 Sales Tax & Income Tax Clearance,

Balance Sheet & Profit & Loss Accounts. 2529 Certificate for Exemption from

Excise Duty/Sales Tax. 2530 Supplier’s Responsibility. 2531 Validity. 2532 Evaluation & comparison of Bids. 2533 Minimum Qualification Criteria of Bidders. 2634 Jurisdiction of the High Court of Assam 2635 Outright Rejection of Bids. 2636 Documents to be Treated as Confidential. 27

SECTION -III

Technical Specification 28-45

SECTION –IV

List of Annexures 46-58

PART-II

SECTION –V

Form of Bid 59-60

SECTION –VI

Bill of Quantity 61-64

Page 11: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

PART-I

S E C T I O N - I

INSTRUCTIONS TO BIDDERS

Page 12: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 12 of 64

INSTRUCTIONS TO BIDDER

1. Submission of Bids:-Technical bid in duplicate complete in all respect is to be submitted manually only &Financial Bid is to be submitted online. Each copy of the Technical bid (original andduplicate) shall be in separate double sealed envelopes superscribed on each of thecovers the relevant Bid Specification number and the due date of opening of the bidson the right hand top side of the envelopes. On the left top sides original/duplicate asis relevant, shall be written.

2. Division of Specification :

The Specification is mainly divided into two parts viz. Part-I and part-II:

Part-I consists of

(i) Section-I : Instructions to Bidders (ITB).

(ii) Section-II : General Terms & Conditions of Contract (G.T.C.C)

(iii) Section-III : Technical Specification.

(iv) Section IV : Schedules and forms etc.

Part-II Consists of

(i) Section V : Form of Bid(ii) Section VI : BOQ

3. Bids shall be in Two Parts

The Bidders are required to submit the Bids in two parts. Part –I (Technical Bid)complete in all respect is to be submitted manually only and Part-II (Financial Bid) is tobe submitted online.

4. Opening of Bids .

(a) The Technical Bid shall be opened in the office of the Chief Engineer, PWD (Building),Assam, Chandmari, Guwahati-3 in presence of the Bidders or their authorizedrepresentatives (limited to one person only) on the due date of opening of Bid and afterscrutiny of the technical particulars and other commercial terms, clarifications as may berequired, shall be sought for from the Bidders. The Bidders shall be allowed 15 days timefor such activity.

(b) On receipt of technical clarification the bids shall be reviewed/evaluated and those not inconformity with the technical Specification/qualifying experience, shall be rejected.

(c) The bidders are required to furnish sufficient information to the Purchaser to establish

Page 13: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 13 of 64

their qualification/capability to manufacture and/or supply the materials/ perform the work.Such information shall include details of bidder’s experience, its financial, managerial andtechnical capabilities.

(d) The bidders are also required to furnish details of availability of appropriate technicalstaff and capability to perform after sales service where applicable. The above informationshall be considered during the first stage of scrutiny and evaluation of bids and any bidwhich does not satisfactorily meet these requirements, shall not be considered for price bidevaluation.

(e) The price bids of the technically and otherwise acceptable bids, shall only be evaluatedas per the norms applicable in terms of this Specification.

5. Purchaser’s Right Regarding Alteration of Quantities Tendered:

The Purchaser may alter the quantities of materials/equipment at the time of placing orders.Initially the Purchaser may place order for lesser quantity with full freedom to placeextension orders for further quantity under similar terms and conditions of the originalorders. Order may also be split among more than one Bidder for any particular item ifconsidered necessary in the interest of the Purchaser.

6. Procedure & Opening Time of Bids:

Technical Bids will be opened in the office of the Chief Engineer, PWD(Building), AssamChandmari, Guwahati-3 on the specified date and time in presence of the Bidders or theirauthorized representatives (limited to one person only) who may desire to be present, at thetime of opening the bids.

The Chief Engineer, PWD(Building), Assam ,Chandmari, Guwahati-3 or his authorizedrepresentative will, on opening each bid, read aloud the name of the bidder. He shall alsoread aloud the attested and un-attested corrections and shall record the number of suchcorrections on each page of the technical bid over his dated initials and also initial all suchcorrections.

7. Bidder’s Liberty to Deviate from Specification:

The Bidder may deviate from the Specification while quoting if in his opinion suchdeviation is in the line with the manufacturer’s standard practice and conducive to a betterand more economical offer. All such deviations should however be clearly indicated givingfull justifications for such deviation.

8. Eligibility for Submission of Bids .

Bidders who have downloaded the Bid document from the official website:http://assam.etenders.in and deposited the Bid cost while submitting the Technical Bidin shape of bank draft drawn in any nationalized bank/schedule bank in favour ofAssam State Road Board Maintenance (Road) Fund A/C No.10566991479 will onlybe considered.

9. Purchaser’s Right to Accept/Reject Bids.

The purchaser reserves the right to reject any or all the Bids without assigning any reasons

Page 14: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 14 of 64

what so ever if it is in the interest of purchaser under the existing circumstances. (Read withClause-10, Section-II of the Specification).

10. Mode of Submission of Bids .

(a) Technical Bids complete in all respect shall be submitted in person or by registered Postwith A.D. Any other mode shall not be accepted. When delivered in person, the Bidsshall be received by a responsible officer of the office of the Chief Engineer,PWD(Building), Assam, Chandmari, Guwahati-3 who shall officially acknowledge thereceipt of the same.

Financial bid is to be submitted online.

Bids received after due date and time shall not be considered and will be returnedun-opened.

(b) Telegraphic, Telephonic or FAX bids shall not be accepted under any circumstances.

11. Bid Security (EMD) :

The Technical Bid shall be accompanied by Earnest Money Deposit of value specified in theInvitation of Bids. Technical Bid without the required E.M.D. or without documentary prooffor exemption from furnishing E.M.D. will be rejected outright. The earnest money depositshall be furnished in one of the following forms subject to the conditions mentioned below:

(a)Fixed Deposit Receipt : To be drawn in favour of the Executive Engineer, PWD,Guwahati Building Division - II from any nationalized/scheduled Bank.

(b)Bank Guarantee from any nationalized/scheduled Bank strictly as per enclosed proformavide Annexure-IV to be executed on non-judicial stamp paper of appropriate value worthRs.50/- to be accompanied by the confirmation letter of the issuing Bank.

The validity of the E.M.D. shall be 240 days from the date of opening of Bid, failing whichthe Bid will be liable for rejection.

Note:(i) The validity of the E.M.D. shall be 240 days from the date of opening of Bid, failingwhich the Bid will be liable for rejection.(ii) No interest shall be paid on the Earnest Money Deposited.(iii) No adjustment towards Earnest Money Deposit shall be permitted against anyoutstanding amount with the Govt. of Assam.(iv) In the case of un-successful Bidder the Earnest Money will be refunded immediatelyafter the Bid is decided. In the case of successful Bidder, EMD will be refunded only afterfurnishing of security deposit referred to at Clause-19 of Section –II. Suits if any, arisingout of this Clause shall be filed in a Court of law to which the jurisdiction of high court ofAssam extends.(v) Earnest Money will be forfeited if the Bidder fails to accept the letter of acceptance and/or purchase orders issued in his favour.(vi) Bids not accompanied by Earnest Money/documentary proof of exemption of E.M.D.shall be summarily rejected.

12. Validity of the Bids

Page 15: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 15 of 64

The Bids should be kept valid for a period of 180 days from the date of opening of the Bidas notified in the Bid notice failing which the Bids will be rejected. No escalation clauseexcept the admissible tax component under the period of consideration would be accepted.The validity can be further extended with mutual consent.

13. PRICE: Bidders are requested to quote Firm Price only inclusive of all taxes and duties.

14. Revision of Bid Price by Bidders

(a) After opening of Bids and within the validity period, no reduction or Enhancement inprice will be entertained. If there is any change in price, the Bid shall stand rejected andE.M.D. deposited shall be forfeited.(b) If required, the Bidders may be asked to extend the validity period of bids under thesame terms and conditions as per the original Bid except for the change in delivery period.

15. Bidders to be fully Conversant with the Clauses of the Specification.

Bidders are expected to be fully conversant with the meaning of all the Clauses of theSpecification before submitting their Bids. In case of doubt regarding the meaning of anyClause the Bidder may seek clarification in writing from the Chief Engineer,PWD(Building), Assam, Chandmari, Guwahati-3. This however, does not entitle the Bidderto ask for time beyond due date fixed for receipt of Bid.

16. Documents to Accompany Bids

Bidders are required to submit Bids in the following manner:-

Part-I of the Bid shall contain the following Documents

i) Declaration Form. (As per Annexure –I)ii) Earnest Money /Documents in support of exemption from Earnest Money Deposit if

any.(As per Annexure-IV).iii) Technical Specification and Guaranteed Technical Particulars conforming to the Purchaser’s

Specification along with drawings and literature.iv) Photostat copies of up-to-date calibration certificate and test certificate of

materials/equipments offered, where applicable.a. Abstract of Terms & Conditions in prescribed Proforma as per Annexure-II.b. General Terms & Conditions of supply offer as per Section-II of specification.c. List of orders executed for similar items during preceding 7(seven) years indicating

the customer’s name & address.d. Data on past experience as per Clause-7 of Section –II of the Specification.e. Sales Tax, Income Tax clearance certificates, for the previous year.f. Audited Balance Sheet & Profit Loss Accounts for the previous three years.g. Schedule of quantity and delivery in the prescribed proforma vide Annexure-III.h. Orders in hand to be executed.i. Company Profile.

17. Documents/Papers to Accompany Part –II of the Bid (to be submitted online only)(i) Form of Bid(ii)Schedule of prices as per BOQ.

Page 16: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 16 of 64

18. Conditional Offer

Any conditional offer shall not be accepted.19. Site Visit

The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examineSite of Works and its surroundings and obtain all information that may be necessary forpreparing the Bid and entering into a contract for construction of the Works .The cost ofvisiting the Site shall be at the Bidder’s own expense.

20. Clarification of Bidding Documents

20.0 A prospective bidder requiring any clarification of the bidding documents maynotify the Chief Engineer, PWD (Bldg.), Chandmari, Guwahati-3 in writing or bycable (hereinafter “cable” includes telex and facsimile) at the Chief Engineer, PWD(Bldg.), Chandmari, Guwahati-3’s address indicated in the invitation to bid. TheChief Engineer, PWD (Bldg.), Chandmari, Guwahati-3 will respond to any requestfor clarification. Copies of the Chief Engineer, PWD (Bldg.), Chandmari, Guwahati-3’s response will be intimated to all purchasers of the bidding documents, including adescription of the enquiry but without identifying its source.

Pre-bid meeting

20.0.1 The bidder or his official representative is invited to attend a pre-bidmeeting, which will take place at the address, venue, time and date asindicated in I.F.B. of the Bidding document.

20.0.2 The purpose of the meeting will be to clarify issues and to answer questionson any matter that may be raised at that stage.

20.0.3 The bidder may submit any questions in writing to the Chief Engineer,PWD (Bldg.), Chandmari, Guwahati-3 on the day of the meeting.

20.0.4 Minutes of the meeting, including the text of the questions (withoutidentifying the source of enquiry) and the responses given will betransmitted without delay to all purchasers of the bidding documents. Anymodification of the bidding documents, which may become necessary as aresult of the pre-bid meeting, shall be made by the Chief Engineer, PWD(Bldg.), Chandmari, Guwahati-3 exclusively through the issue of anAddendum and not through the minutes of the pre-bid meeting.

20.0.5 Non-attendance at the pre-bid meeting will not be a cause fordisqualification of a bidder.

21. Amendment of Bidding Documents

21.1Before the deadline for submission of bids, the Chief Engineer, PWD (Bldg.), Chandmari,Guwahati-3 may modify the bidding documents by issuing addenda.

21.2Any addendum thus issued shall be a part of the bidding documents and will be publishedon the website – http://assam.etenders.in. It is the prerogative of the contractors to visit theaforementioned site for corrigendum, addendum and amendment notices. These noticeshave to be read in conjunction with the tender document and have to be signed andsubmitted manually along with the bid.

Page 17: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 17 of 64

21.3To give prospective bidders reasonable time in which to take an addendum into account inpreparing their bids, the Chief Engineer, PWD (Bldg.), Chandmari, Guwahati-3 may, at hisdiscretion, extend as necessary the deadline for submission of bids.

22 Correction of Errors

22.1 “Bids” determined to be substantially responsive will be checked by the Chief Engineer,PWD (Bldg.), Chandmari, Guwahati-3 for any arithmetic errors. Errors will be corrected bythe Chief Engineer, PWD (Bldg.), Chandmari, Guwahati-3 as follows:

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

(b) Where there is a discrepancy between the unit rate and the line item totalresulting from multiplying the unit rate by the quantity, the unit rate as quotedwill govern.

22.2 The amount stated in the “Bid” will be corrected by the Chief Engineer, PWD (Bldg.),Chandmari, Guwahati-3 in accordance with the above procedure and the bid amountadjusted with the concurrence of the Bidder in the following manner:

(a) If the Bid price increases as a result of this correction, the amount as stated inthe bid will be the ‘bid price’ and the increase will be treated as rebate;

(b) If the Bid price decreases as a result of this correction, the decreased amount asstated in the bid will be the ‘bid price’. Such adjusted bid price shall beconsidered as binding upon the Bidder. If the Bidder does not accept thecorrected amount the Bid will be rejected, and the Bid security may be forfeited.

23. Generali) All pages of the bid document must be signed by the authorized signatory.ii) The bid document should be hard bound. No loose sheet will be considered as

part of the bid.iii) Proper indexing of each section should be done.iv) Overwriting should be avoided.v) Erasures and other changes shall bear the dated initial of the person signing

the Bid.vi) In the event of discrepancy or arithmetical error in the schedule of price, the

decision of the Purchaser shall be final and binding on the Bidder.vii) For evaluation, the price mentioned in words shall be taken if there is any

difference in figure and words in the price bid.viii) Notice inviting Bid shall form part of this Specification.ix) The price bids of the technically and otherwise acceptable bids shall only be

evaluated. The price bids of others will not be evaluated and their E.M.D.shall be returned to the bidders.

Page 18: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 18 of 64

S E C T I O N - II

GENERAL TERMS & CONDITIONS OF CONTRACT(G.T.C.C)

Page 19: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 19 of 64

GENERAL TERMS & CONDITIONS OF CONTRACT (G.T.C.C)

1. Scope of the Contract

The Government of Assam intends to install 4(four) Modular Operation Theatre (MOT) in theOrthopaedics Department of Guwahati Medical College, Guwahati. For this purpose, a buildinghas been constructed and the Modular Operation Theaters are proposed to be installed on the thirdfloor of the building. The scope of contract includes Supply, Installation, Testing andCommissioning of 4(four) MOTs in the Orthopaedics Department of Guwahati Medical College,Guwahati and maintenance of the same for a period of 1(one) year. The agency should provide 24x7 maintenance support through dedicated trained maintenance staff (Bio Medical engineer /technician) to maintain the facility and rectify any minor issues related to the smooth functioningof the Modular OTs.

2. Definition of Terms

For the purpose of this Specification and General Terms & Conditions of Contract (G.T.C.C.) thefollowing words shall have the meanings hereby indicated, except where otherwise described ordefined.

2.1“The Purchaser” shall mean the Chief Engineer, PWD(Building), Assam, Chandmari,Guwahati-3.

2.2 “The Engineer” shall mean the engineer appointed by the Purchaser for the purpose of thiscontract.

2.2“Purchaser’s Representative” shall mean any person or persons or consulting firm appointed andremunerated by the Purchaser to supervise, inspect, test and examine workmanship and materials ofthe equipment to be supplied.

2.3 “The Contractor” shall mean the Bidder whose bid has been accepted by the Purchaser and shallinclude the Bidders’ executives, Administrators, Successors and permitted assignees.

2.4“Equipment” shall mean and include all machinery, apparatus, Materials, articles to be providedunder the contract by the Contractor.

2.5 “Contract Price” shall mean the sum named in or calculated in accordance with the provisionsof the contract as the “Contract Price” which shall include, packing, forwarding, freight andinsurance, excise duty, sales tax, Octroi and other taxes and duties as applicable at the time ofopening of bids.

2.6 “General Conditions” shall mean these General Terms and Conditions of Contract.

2.7 “The Specification” shall mean the Specification annexed to or issued with G.T.C.C. and shallinclude the schedules & drawings attached thereto as well as all samples and pattern, if any.2.8 “Month” shall mean “Calendar month”.

2.9 “Writing” shall include any manuscript, type written, printed or other statementreproduction in any visible form and whether under seal or under hand.

2.10 The term “Contract documents” shall mean and include G.T.C.C., specifications, Schedules,

Page 20: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 20 of 64

Drawings, Form of Bid, Covering Letter, Schedule of Price of the final successful bidder, anyspecial conditions applicable to the particular contract, Specifications and drawings and thepurchase order & the agreement to be entered into.

2.11 Terms and Conditions not herein defined shall have the same meaning as are assigned to themin the Indian Contract Act.

3. Manner of Execution

All equipments supplied under the contract shall be manufactured in the manner set out in theSpecification or where not set out, to the reasonable satisfaction of the Purchaser’s representative.

4. Inspection and Testing

i) The Purchaser’s representative shall be entitled at all reasonable times during installation toinspect, examine and test the materials and workmanship of all equipment to be supplied under thiscontract.ii) Packing List along with offer for inspection to the Purchaser indicating the quantity which can bedelivered in full truck load/Mini truck load to facilitate issue of dispatch instruction.iii) The Contractor shall give to the Purchaser adequate time/notice (at least 7 days) in writing forinspection of materials equipment for testing and inspection and shall also furnish the Routine TestCertificate.

5. Training Facilities

The Contractor shall provide all possible facilities for training of Purchaser’s Technical personnel,where applicable when deputed by the Purchaser for acquiring first hand knowledge in assembly ofthe equipment and for it’s proper operation and maintenance in service, if required.

6. Rejection of Materials

In the event any of the materials/equipment supplied by the Contractor is found defective due tofaulty design, bad workmanship, bad materials used or otherwise not in conformity with therequirements of the Specification, the Purchaser shall either reject the materials/equipment or askthe Contractor in writing to rectify the same. The Contractor on receipt of such notification shalleither rectify or replace the defective equipment free of cost of the Purchaser. If the Contractor failsto do so, the Purchaser may:-

(a) As its option, replace or rectify such defective equipment and recover the extra costs soinvolved from the Contractor plus fifteen percent and/or

(b) Terminate the contract for balance work/supplies, with enforcement of penalty Clause as percontract for the un-delivered goods and with forfeiture of performance Guarantee.

(c) Acquire the defective equipment/materials at reduced price, considered equitable under thecircumstances.

7. Experience of Bidders:

The bidders should furnished information regarding experience particularly on the followingpoints:-i) Name of the Manufacturer.

Page 21: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 21 of 64

ii) Description of equipment similar to the quoted, supplied, installed & commissioned during thelast 7(seven) years with the name(s) of the party(s) to whom supplies were made with performancecertificate from them.iii) Details as to where installed etc.iv) A list of Purchase orders executed during the last 7(seven) years along with user’s certificate andorders in hand.v) Equipment capability and up to date calibration certificate(s) of testing facilities, whereapplicable.

8. Language and Measures

All documents pertaining to the contract including Specifications, Schedule, Notices,Correspondence, Operating & Maintenance instructions, Drawings or any other writing shall bewritten in English language. The metric system of measurement shall be used exclusively in thiscontract.

9. Deviation from Specification

It is in the interest of the Bidders to study the Specification, drawing etc. specified in the Bidschedule thoroughly before Biding so that, if any deviations are made by the Bidders the same areprominently brought out on a separate sheet under heading “Deviations”.

A list of deviation shall be enclosed with the Bid. Unless deviation in scope, technical andcommercial stipulations are specifically mentioned in the list of deviations, it shall be presumed thatthe Bidder has accepted all the conditions stipulated in the Bid Specification, not withstanding anyexemptions mentioned therein.

10. Right to Reject/Accept Any Bid

The Purchaser reserves the right either to reject or to accept any or all Bids if the situation sowarrants in the interest of the Purchaser. Orders may also be split up between different Bidders onindividual merits of the Bidder. The Purchaser has exclusive right to alter the quantities of materialsat the time of placing final Purchase order. After placing of the order, the Purchaser may defer thedelivery of the materials. It may be clearly understood by the Bidder that the Purchaser need not,assign any reason for the above action(s).

11. Contractor to inform himself fully

The Contractor shall examine the instructions to Bidders, General Conditions of contract,Specification and the Schedules of Quantity and delivery to satisfy himself as to all terms andconditions and circumstances affecting the contract price. He shall quote price(s) according to hisown views on these matters and understand that additional allowances except as otherwise providedtherein will be levied. The Purchaser shall not be responsible for any misunderstanding or incorrectinformation obtaining by the Contractor other than the information given to the Contractor inwriting by the Purchaser.

12. Patent Rights Etc.

The Contractor shall indemnify the Purchaser against all claims, actions, suits and proceedings forthe infringement or alleged infringement of any patent design or copy right protected either in thecountry of origin or in India by the use of any equipment/materials supplied by the Contractor. But

Page 22: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 22 of 64

such indemnity shall not cover any use of the equipment, other than for the purpose indicated by orreasonably to be inferred from the Specification.

13. Delivery

Time being essence of the contract, the equipment shall be supplied within the delivery datespecified in the contract. The Purchaser, however, reserves the right to reschedule the delivery andchange the destination if required. The delivery period shall be reckoned from the date of placingthe Purchase order or as may be specified in the LOI/Purchase order.

14. Dispatch instructions.

i) The materials should be securely packed and dispatched directly to the consignee at theContractor’s risk.ii) Loading & Unloading of Ordered Materials.It will be the sole responsibility of the Contractor for loading and unloading and stacking ofmaterials at the site. The Purchaser shall have no responsibility on this account.

15 . Contractor’s Default Liability.

i) The Purchaser may, upon written notice of default to the Contractor, terminate the contract incircumstances detailed hereunder.(a) If in the judgment of the Purchaser, the Contractor fails to make delivery of equipment withinthe time specified in the contract or within the period for which extension has been granted by thePurchaser in writing in response to written request of the Contractor.

(b) If in the judgment of the Purchaser, the Contractor fails to comply with any of the provisions ofthis contract.

ii) In the event Purchaser terminates the contract in whole or in part as provided in Clause-15(i) ofthis section, the Purchaser reserves the right to purchase upon such terms and in such a manner ashe may deem appropriate equipment/ material similar to those terminated and the Contractor will beliable to the Purchaser for any additional costs for such similar equipment and/or for penalty fordelay as defined in Clause-23 of this section until such reasonable time as may be required for thefinal supply of equipment.

iii) In the event the Purchase does not terminate the contract as provided in Clause 15(i) of thisSection, Contractor shall continue executing the contract, in which case he shall be liable to thePurchaser for penalty for delay as set out in Clause-23 of this Section until the equipment isaccepted. This shall be based only on written request of the supplier and written willingness ofPurchaser.

16. Force Majeure:

The Contractor shall not be liable for any penalty for delay or for failure to perform the contract forreasons of force Majeure such as acts of Nature, acts of the public enemy, acts of Govt., Fires,Floods, Epidemics, Quarantine restrictions, strikes, Freight Embargo, provided that the Contractorshall within ten (10) days from the beginning of such delay notify the Purchaser in writing of thecause of delay, upon which, the Purchaser shall verify the facts and grant such extension as factsjustify.

Page 23: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 23 of 64

17 . Extension of Time.

If the delivery of equipment/materials is delayed due to reasons beyond the control of theContractor, the Contractor shall without delay give notice to the Purchaser in writing of his claimfor an extension of time. The Purchaser on receipt of such notice may or may not agree to extendthe contract delivery date as may be reasonable but without prejudice to other terms and conditionsof the contract.

18.Guarantee/CAMC

i) The equipments/materials covered by this Specification should be Guaranteed for satisfactoryoperation and against defects in design, materials and workmanship for a period of 1(one) year fromthe date of commissioning. The above Guarantee Certificate shall be furnished in triplicate to thepurchaser for his approval. Any defect noticed during this period should be properly rectified by theContractor free of cost to the Purchaser.ii) Equipment/material failed or found defective during Guarantee period shall have to beguaranteed after repair/replacement for a further period of 1(one) year from the date ofcommissioning.iii)The bidder have to quote the Charges for Comprehensive Annual Maintenance Contractincluding free exchange of spare parts, after the warranty period of one year, for a period of5(five) years.

19. Bank Guarantee towards Security Deposit

A Bank Guarantee as per the proforma enclosed at Annexure-V of the specification for 10% (Tenpercent) of the contract price of the purchase order, shall be furnished from any Nationalized/Scheduled Bank to the Executive Engineer, Guwahati Building Division No-II, Guwahati within 15days of issue of purchase order. The Bank Guarantee shall be executed on non-judicial stamp paperworth of Rs.50/- or as applicable, as per the prevalent rules, valid till completion of Installation,Testing and Commissioning and submission of Performance Guarantee pursuant to Clause- 20 ofGTCC, failing which the supply order will be liable for cancellation without any further writtennotice. The said Bank Guarantee should be accompanied or followed by a confirmation letter fromthe concerned Bank, before the Bank Guarantee is accepted and all concerned intimated.

20. Performance Guarantee

The supplier is required to furnish a performance guarantee to the tune of 10% (Ten percent) of thecontract price of the purchase order in shape of Bank Guarantee from any Nationalized/ScheduledBank on a non-judicial stamp paper worth Rs 50.00 or as applicable as per prevalent rule, as per theproforma at Annexure –VI of the Bid Document. Such performance Bank Guarantee shall befurnished after completion of the installation, Testing and commissioning of the equipment(s). TheBank Guarantee shall be valid to cover the guarantee period of the equipment as stipulated underClause – 18 of the GTCC of the Bid document. Such Bank Guarantee shall be supported byconfirmation letter of the issuing bank. The bidder will have the option to extend the SecurityDeposit submitted pursuant to Clause -19 of GTCC as Performace Guarantee covering theguarantee period.

21. Import License

In case imported materials are offered no assistance will be given for release of foreign Exchange.The firm should arrange to import materials from their own quota.

Page 24: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 24 of 64

22. Terms of Payment.

The payment will be as per following

• 70 % - Supply of the complete system.

• 20% - After successful installation, testing and commissioning of the complete system .

• 10% - After completion of warranty period of 1(one) year.

23. Penalty for Delay in Completion of Contract.

The firm will be liable for applicable penalty clauses in the contract. The agency will be bound toestablish the MOT within the stipulated period as mentioned above, failing which the followingpenalty will be levied on the agency (the deductions will start with deductions from theEMD/Security Deposit). For delayed setting up of MOT: A penalty of 0.5% of the total value oforder per week will be imposed subject to a maximum of 5% of the total value of the order.

a. A delay beyond 1 year per MOT will amount to blacklisting of the firm for next 5years for any tender in the state of Assam.

b. For Non-setting up of MOT:- Security Deposit of the firm shall be forfeited and firm

will be blacklisted for next 5 years for any tender in the state of Assam.

24. Uptime Guarantee and Penalty:During the Warranty / Guaranty period, the agency shall maintain the equipment with 95% uptime.

The Agency shall give a written commitment for 95% uptime of the equipment,calculated on annual basis (365 days), with penalty of Rs.10000/- per day on all dayswhich MOT does not run due to technical fault. Maximum down time for a single eventshould not exceed 3 days. If it exceeds more than 3 days in a single episode then penaltywill be calculated as Rs. 25000/- per day from 4th day onwards.

25. Maintenance.The agency should provide 24 x7 maintenance support through dedicated trainedmaintenance staff (Bio Medical engineer / technician) to maintain the facility and rectifyany minor issues related to the smooth functioning of the Modular OTs.

The Technician to be provided at the installation site should be a Diploma in Electrical /Mechanical Engineering and must be capable to short out day to day technical defects.

The duties of technicians should include to check each components / equipments andgadgets every morning before starting of surgical procedures to ensure its satisfactoryfunctioning.

The expenditure to be incurred in providing trained Technicians / Engineers should beincluded in system price (for warranty period) and thereafter in CAMC amount. Noseparate amount to be paid by the purchaser to successful bidder in this regard.

26. Insurance

Insurance of equipments to be supplied shall be done by the Suppliers at their own cost. The

Page 25: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 25 of 64

responsibility of delivery of the materials/ equipments at destination in good condition rests with theSupplier. Any claim with the Insurance Company or transport agency arising due to loss or damagein transit has to be settled by the Supplier. The supplier shall undertake free replacement ofmaterials damaged or lost, which will be reported by the consignee within 30 days of receipt ofmaterials at destination, without awaiting for the settlement of their claim with the carriers andunderwriters.

27. Payment Due from the Supplier.

All costs and damages, for which the Contractor is liable to the Purchaser, will be deducted by thePurchaser from any money due to the Contractor under any of the Contract(s).

28. Sales Tax & Income Tax Clearance, Balance sheet and Profit & Loss Account.

(i)Sales Tax and Income Tax clearance certificates valid up to the date of opening of Bid, should beenclosed with Bid.

(ii) Balance sheet and profit and loss account of the bidder duly certified by the CharteredAccountant for the immediately 3(three) preceding years should be enclosed to assess the financialsoundness.

29. Certificate for exemption from Excise Duty/Sales Tax.

Offers with exemption from Excise duty including Sales Tax shall be accompanied withauthenticated proof of such exemption (if any). Authenticated proof for this Clause shall meanattested Photostat copy of exemption certificate.

30. Supplier’s Responsibility.

Notwithstanding anything mentioned in the Specification or subsequent approval or acceptance bythe Purchaser, the ultimate responsibility for design, materials used and satisfactory performanceshall rest with the Bidders.

31. Validity.

Prices and conditions contained in the offer should be kept valid for a period of 180 days from thedate of opening of the Bid, failing which, the Bid shall be rejected.

32. Evaluation & Comparison of Bids.

(i) Weightage shall be given to the following factors in the Evaluation and Comparison of Bids.(a) Early Delivery.(b) Past track record in supply, installation, testing and commissioning of similar items in thecountry with satisfactory performance certificate from the users.(c) In comparing bids and in making awards, the Purchaser may consider such factors ascompliance with Specification, relative quality & adaptability of supplies or services, experience,financial soundness, record of integrity in dealings, performance of materials/equipments earliersupplied, ability to furnish repairs and maintenance services, the time of delivery, capability toperform including available facilities such as adequate man power, service offices, equipment andtechnical organization.

Page 26: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 26 of 64

33. Minimum qualification of Bidders.

The prospective bidders are requested to note that their bids can only be considered for evaluationif:

i) Average annual financial turnover during the last 3 years, ending 31st March of theprevious financial year, should be at least 30% of the estimated cost.

ii) Experience of having successfully completed similar works in Govt/Semi Govt/PSUHospitals in India during last 7 years ending 31st July, 2015 should be-

a. Three similar completed works costing not less than the amountequal to 40% of the estimated cost in Govt/Semi Govt/PSUHospitals in India or

b. Two similar completed works costing not less than the amount equalto 50% of the estimated cost in Govt/Semi Govt/PSU Hospitals inIndia or

c. One similar completed works costing not less than the amount equalto 80% of the estimated cost in Govt/Semi Govt/PSU Hospitals inIndia

iii) The Bidder must have AMC / CMC Contract with Govt Medical Colleges /Govt/ SemiGovt/PSU Hospitals in India for Modular Operation Theater duly supported byauthenticated documents.

iv) The Bidder should furnish exclusive authorization certificate from their foreignprincipal.

v) The firm should submit an affidavit duly notarized that they have not abandoned andblacklisted of any work of Union Government/ State Governments/ PSU’s etc. duringthe last 5 years.

34. Jurisdiction of the High Court of Assam.

Suits, if any, arising out of this contract shall be filed by either party in a Court of Law to which thejurisdiction of High Court of Assam extends.

35 . Outright Rejection of Bids.

Bids shall be outright rejected if they are not complying with the following requirements:i) Bidder should have purchased/obtained the Bid document from the office of the Purchaser ordown loaded from the website but shall deposit the Bid cost while submitting the Bid.ii) Bids shall be submitted in person or by Registered Post with A.D. Financial Bid is to besubmitted online.

iii) Bids shall not be submitted telegraphically or by FAX.

iv) Bids shall be accompanied by the prescribed Earnest Money Deposit unless otherwise qualifiedfor exemption from furnishing of EMD.

v) Bid shall be kept valid for a period of 180 days from the date of opening of Bid.

vi) Bid shall be submitted in two parts as specified.

vii)Bids shall be accompanied with the details fulfilling the minimum qualifying criteria asspecified in clause-31 of G.C.C.

Page 27: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 27 of 64

viii) The schedule of prices should be filled up fully to indicate the break-up of the prices includingtaxes and duties. Incomplete submission of this schedule will make the Bid liable for rejection.

ix) Bidders should quote Firm Price only inclusive of taxes and duties and should be kept valid for aperiod of 180 days from the date of opening of the Bid.

x) Must have executed similar type of work within last 7(seven) years with certificate of successfuloperation from the users.

xi)Bidders who have records of failure to execute similar nature of work in stipulated time,their bids will not be considered.

36. Documents to be treated as Confidential.

The Contractor shall treat the details of the Specification and other Bid documents as private andconfidential and they shall not be reproduced without written authorization from the Purchaser.

Page 28: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 28 of 64

S E C T I O N - III

TECHNICAL SPECIFICATION

Page 29: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 29 of 64

Technical Specifications for Modular Operation Theatre at OrthopaedicsDepartment, Guwahati Medical College and Hospital, Guwahati.

1.) Walls and Ceiling for Operating Area: European CE / US. FDA approved (Certificate shouldbe attached with the bid)

Walls & Ceiling Construction – (cladding type OT) - ImportedThe Framework should be made of upright ledgers and profiles entirely made of agalvanized steel sheet with a thickness of 1.5mm. They should folded structural steels with asuitable section for the loads.The structure components should be joined together by means of coupling systems inorder to create a solid reticular frame, able to support different infill panels whose weight isup to 8 Kg/sq m, the “Z” upright forms the vertical part of the frame and should beequipped with proper drilling of 32mm ( height partial drilling) suitable for the panelcoupling without suing screws between the uprights and edges of the panel there is asuitable PVC adhesive seal with a thickness firm of 3mm to ensure air and dust sealing. Atthe lower end of the upright an adjustment foot should allow the easy levelling of thestructure and, the necessary compression of the anchorage between ceiling and floor.

The ledgers are the elements that constitute the basic module of the structure. They should beinserted on the proper hooks by pressure between two uprights, Moreover some “U” profiles , to beplaced in horizontal position on the upper and lower part of this structure, constitute its extensionwith a depth of 64mm together with the metal panels with a thickness of 18mm and the PVCadhesive seal. The structure can be provided with stiffening ledgers or profiles for sliding doorfixing and other accessories according to needs. Total thickness of the partition wall:100mm

Skin PANELS ( double wall 1 side-partition wall 2 sides):

Module skin panels should have a height exceeding 3 mtrs up to a maximum of 3.5m fromthe floor and a width that should vary from a minimum of 280mm to a maximum of1200mm”they can be made of different types of finishing; using solid surface material

The panels should be made of solid surface material thick 3mm backed by structural panelthick 15mm consisting of a trapezoidal aluminium corrugated core glued between two flatof aluminium sheet. The Solid Mineral Surface (SMS) material should be dent freeantibacterial & fire resistant. The Solid Mineral Surface (SMS) should not require any paint& should have in built antibacterial properties. The material should be manufactured forabout two third with aluminium hydroxide and a third with acrylic resin and naturalpigments. The aluminium hydroxide should give the product a particular strength and thequality of the acrylic resin ensure should cleanliness, water resistance and colour stabilityover time. The material should have antibacterial activity (% reduction>99%).On the inner sides of the panels thee shall slotted holes for their anchorage to the supporthooks fixed to the structure uprights,

This fastening system should allows obtaining all the following results:The panel should be self centring with consequent joint alignments between panel andpanel, ensuring aesthetic balance.

The connection between hook and panel should be designed so that the panel, due to

Page 30: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 30 of 64

its weight, is compressed against the PVC seals coating the entire structure helping toreduce noise transmission. The fixing system of the panels should ensure that there isno accidental breakway of the panel, even If it is subjected to stress for more safetyand stability.

The connection system should allows disassembling and assembling each panel withoutmoving the others near it.Its flexibility the partition wall should satisfy all the inspection and /or the maintenanceneeds required by modern workplaces (for example electrical installations, hydraulicinstallations, medical gases etc.) all the panels can be removed over their entirelength and on both sides. The lower part of the panel should be equipped with aprofile prepared for the laying and the coupling of the horizontal skirtings that need tore enter with the respect to the panel.

The inner angles (which are at 900) in operating rooms or in similar environments shouldmade up of a panel without interruption of continuity that covers the angular area of thewall. The panel should characterized by a double specular folding at 135 0 ( or variablefolding according to the requirements). All the panels should be drilled according tospecific needs ( ex ventilation grids of the room)The panels must be perfectly sealed together by means of thermoplastic rubber gasketsinserted by pressure and free of projections.

Properties & Features of Solid Mineral Surface Material .

Properties & Features

Density g/cm3 1,7Hardness (Barcol) 60Water Absorption % 0,023Heat Expansion (1 x 10”in/in”/F) 2,1Ignition Test 38Tensil Strength, psi 6500Elongation At Yeld % 0,2Flexural Strength, 8ft;o,5lb 72D-79000Water Resistance, g/1000cycl UnbreakableLustre Stable Resistance 0,05High Temperature Resistance UninfluentialBoiling Water Resistance UninfluentialStain Resistance UninfluentialChemical Resistance Uninfluential

2) Ceilling for Operating room

Page 31: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 31 of 64

The hermetic suspended ceiling should be a loading structure in heavy gauge material forming thegrid on which the ceiling panels (made of stainless Sheet material, and it should not be anyother GI/EGP material) are mounted. The modular grid, which can be 600 x 600 mm, or variable,allows the integration of sealed lighting fixtures, air anemostats and / or various service units. The

variable module grid should make it possible to adapt the size of the ceiling module to match theequipment to be mounted. It should also allow the use of different module sizes within the sameroom.The grid should be formed of loading profiles, suspended from the ceiling slab, to which the crossbarprofiles are secured by means of rigid mechanical couplings. The thus formed grid should be rigid andremains perfectly stable during all the subsequent site operations.The suspended ceiling should be hermetically sealed by means of silicon gasket application. The functionof silicon sealing should be that of assuring an airtight environment in the room and eliminating crevicesin which dust could accumulate. The gaskets to be made of non toxic silicon in compliance withregulations applicable to clean rooms .

3) Flooring

A floor screed should be provided, flat to within a tolerance of +/- 3mm over any 3 metrearea. The floor finish in the operating room should be 2mm static conductive PVC tiles, laidon a semi conductive adhesive base. It conforms to CEN classification EN 685 andResistance to Chemicals as per DIN 423/DIN 51958. It conforms to the requirementstandard for healthcare facilities NFPA 99. The floor finish should terminate at the roomperimeter passing over a concealed cove former and continuing up the wall for 100mm.

All joints should be welded and the plastic wall finish should overlap the floor coving by 25mm, to provide a continuous sealed surface.

The PVC flooring tiles should be laid on copper grid for providing antistatic electro-staticallyconductive flooring.

4) Operation Theatre Control Panel

All the controls within the theatre are located on membrane typecontrol panel mounted in the theatre wall. A remote electrical distribution board is providedto allow access to the panel for maintenance without access to the theatre. Front panelshould be inside the O.T. and Rear panel shall be outside the O.T. The approach frominside the room through main door and from outside the panel through dirt corridor.

Each control panel contains:-• Pressure Indicator• Time elapse Clock• Standard Clock• Temp and Humidity Indicators• Temp and Humidity Set Point Adjust• Plenum Lighting Controls• Medical Gas Alarms• Phone• Hepa Filter status Indicator.

The time elapsed digital clock and real time digital clocks are of high brightnesscharacters, not less than 30mm in height.

The medical gas alarm indicate High and Low gas pressure for gas service present in theoperating theatre and have audible buzzer with mute facility.

The medical gas alarms are connected to local pressure switches located downstream of

Page 32: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 32 of 64

the last isolation valves.

The remote cabinet should house the operating lamp transformers, main failure relays, electricaldistribution equipment and circuit protection equipment for all circuits within the operating theatre.

All internal wiring should terminate in connectors with screw and clamp spring connectionsof the Klippon type mounted, on a DIN rail and labeled with indelible proprietary labels.

Individual fuses or miniature circuit breakers should protect all internal circuits.

All internal wiring should be of the high temperature type and enclosed in proprietyducting or mini.

All internal wires should be marked with plastic ferrule type cable markers, for ease ofidentification.

All wall mounted equipment should be flush mounted and sealed into theatre wall by meansof a sterile jointing system.

5) X-Ray Viewing Screens

The theatre should be equipped with a twin plate X-Ray ViewingScreen, designed to provide a high level of control luminance,without flicker, from a unit that is easy to clean and maintain.

The X-Ray viewing screen illumination should be LED lamps controlled by demining ballast.The LED lamps should provide a uniform level of illumination across entire front panel.

The front panel diffuser should be of a glare free type, sealed flush with the inside faceof the operating theatre wall (or may as on option be integrated within the control panelfascia).

It should be equipped with eight spring-loaded clips to secure the X-Ray negative whenin use. The fluorescent lamps should provide a uniform level of illumination across theentire front panel diffuser and should be controlled by electronic step-less dimmingcontrols to provideflicker free dimming from maximum brightness to off.

Access for maintenance and lamp changing should be front of the panel.

All internal wiring should terminate in connectors with screw and clamp spring connections.

Individual fuses or miniature circuit breakers should protect all internal circuits.

All internal wiring should be of a high temperature and secured by propriety cable clips.

All wall mounted equipment should be flush mounted and sealed into theaterwall by means of a sterile jointing system.

6) Doors and Frames (Hermetically Sealed type) 2100 mm Height & 1500 mm Width (withAutomation Unit) (Door size to be confirmed from site)

The door with its automation unit conforms to machine directive93/87/EC, low voltagedirective 73/23/EEC and 93/68/EEC and EMC directive 89/336/EEC and 92/31/EEC and93/97/EEC.

Page 33: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 33 of 64

To maintain sterility and the correct air pressure in the department, all doors into and outof the operating theatre and ancillary rooms be of the sliding, hermetically sealing type.

All sliding doors should be electrically operated.

The doors should be constructed with high-density particle board cores, and high pressurelaminate faced on both sides.

The cores should be set firmly in an aluminum frame, suitably sealed with a non-porousnon-shedding gasket.

The aluminum frames should contain the door seal.

The door should seal on all four edges in the closed position. The door track should be

constructed from an aluminum extrusion, fixed firmly to the walls.

The doors should run on nylon wheels within track.

The track and wheel design should be such that during the last 50 mm at travel on theclosing cycle, the door moves in 3 directions to form a seal against the floor, at the bottomand against the frame on both sides and at the top.

Nylon runner guides should be fixed to the floor in such a way that they do not obstructtrolley movement through the door.

They should provide stability during the opening and closing cycles and assist in creating thenecessary pressure at the bottom of the door to maintain the seal.

Floor guides across the door opening, or doors with no floor guidance should not beconsidered.

To ensure efficient sealing of the doors, the door manufacturer should provide the doorframes.

They should consist of reinforced plasterboard panels faced with the same laminate as the doors.

The door frames should be edged with an aluminium extrusion and with concealed fixingsthat are adjustable during installation to ensure a 100% hermetic seal is achieved.

Vision panels should be fitted to all doors.

Automatic units should be of the single phase electronic type mounted directly to thedoor track.

The units should consist of a computerized electronic controller and motor. The drivemechanism should be by heavy-duty steel reinforced toothed fabric belt.

The controller should have the facility to individually set opening speeds, partials opening, closingspeeds, time delays and a variety of locking and interlocking options, within factory preset limits.

The door controller should also have the ability to sense additional loads on the doorcaused by any obstruction in its path and to automatically stop or reverse the directionof travel.

The controller should be capable of either being operated by elbow switches/foot switches /Knee Switches/ key switches.

All doors should be able to be operated easily manually in the event of failure of the power

Page 34: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 34 of 64

supply or the automation units.

Doors finished material should be same as of walls and ceiling i.e. anti bacterial solid mineral

surface/HPL.

6a.) Doors and Frames (Hermetically Sealed type) 2100 mm Height & 1000 mm Width (with ManualUnit) (Door size to be confirmed from site)

The door with its Manual unit conforms to machine directive93/87/EC, low voltage directive73/23/EEC and 93/68/EEC and EMC directive 89/336/EEC and 92/31/EEC and 93/97/EEC.

To maintain sterility and the correct air pressure in the department, all doors into and out oftheoperating theatre and ancillary rooms be of the sliding, hermetically sealing type.

The doors should be constructed with high-density particle board cores, and high pressure laminatefaced on both sides. The cores should be set firmly in an aluminium frame, suitably sealed with a non-porous non-shedding gasket. The aluminium frames should contain the door seal. The door should sealon all four edges in the closed position. The door track should be constructed from an aluminiumextrusion, fixed firmly to the walls. The doors should run on nylon wheels within track. The track andwheel design should be such that during the last 50 mm at travel on the closing cycle, the door movesin 3 directions to form a seal against the floor, at the bottom and against the frame on both sides andat the top. Nylon runner guides should be fixed to the floor in such a way that they do not obstructtrolley movement through the door.

They should provide stability during the opening and closing cycles and assist in creating the necessarypressure at the bottom of the door to maintain the seal. Floor guides across the door opening, or doorswith no floor guidance should not be considered. To ensure efficient sealing of the doors, the doormanufacturer should provide the door frames. They should consist of reinforced plasterboard panelsfaced with the same laminate as the doors. The door frames should be edged with an aluminiumextrusion and with concealed fixings that are adjustable during installation to ensure a 100% hermeticseal is achieved. Vision panels should be fitted to all doors.

All doors should be operated manually .

7) Laminar Air Flow System

• The plan – air ceiling ventilation should dilute the bacteria generated by the operating team and patientin the theatre and to create an Air flow System pattern that carries contaminated airway from theoperating table & entering surgical wounds. It should be designed such that filtered, sterile air flowsthrough the operating zone without an admixture of indoor air. The germs and aerosols released byoccupants are displaced into adjacent zone and removed with the exhaust air.

• The main components that the Laminar flow should be having is a rectangular air outlet housingwith air out let frame and air discharge element on the underside and two housing on the top sideeach with a built in HEPA filter. The air discharge element should be a woven polyester cloth / fine– meshed fabric for laminar displacement flow. The air discharge element should be split with afeed through for the surgical light. The element should be removable or can be folded downwardsfor easy accessibility to the housing interior for cleaning and disinfection. It should be also easilyaccessible to the HEPA filters which can be easily replaced when required to do so.

• The complete laminar flow system should be pre- manufactured and pre – assembled unit,modular in design, having connection box and filter frame. The construction should be consists offour units modular in design with filter frames and variable connection hoods for the supply ofair, the air discharge element should be made of fine mesh laminar fabric / wovenpolyester cloth with a surrounding stainless steel frame/ Aluminum extruded frame.

Page 35: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 35 of 64

The plenum box (2400mm x 2400mm) will be made of high quality Aluminum 1.6mm thick & Airdiffuser will be made of Woven polyester cloth that will introduce the highest air quality into theOperation Theatre. There will be 1800 mm x 18 mm 6 HEPA filters (as per plenum size) with 99.97%efficiency to ensure high quality clean air & tight control of bacteria infection system. Air will be diffusedinto the theatre uniformly over the total area through perforated aluminium sheet. The air distributionsystem serving to the Operation Theatre will be tested as per DIN 4799 standards. The laminar flowinstallation & lighting system will be design to provide the Operation Theatre as key to preventingpatients being infected during operation lies on the design of sterilized air conditioning system and theflow pattern of draught as well as the quality of engineering.

The ceiling will incorporate supports to secure it to the main structural frame of the modularoperating theatre.

8) Pressure Stabiliser / Pressure Relief Dampers

The cascade pressure stabilisers are a range of multi bladed units specifically designed tocontrol room air pressures in critical areas such as Operation theatres etc.

Each Stabiliser comprises of a carbon steel case &. matching slip over ring.

The carbon steel housing contains up to four Grade 304 stainless steel Blades, whichpivot upon sealed for life bearing assemblies.

Balancing should be carried out utilising a proven balance weight assembly.

Adjustment can easily be carried out on site should the needarise. Structural steel framesAll structural steel sections will be of Grade 43 to BS 4360 or equivalent Indian Standard.

The structural frames for the operating theatre are be designed taking into account allfixed equipment to be installed in the Modular OT.

The theatre structure should support all equipment installed in the Modular OT, such as theoperating lamp etc, and should be vibration free and rigid.

The theatre structure should also be capable of supporting other equipment to be installedin the same Modular OT in future, with total loading not more than twice that of all theequipment to be installed in the OT as mentioned in this specification.Welded sections in accordance with BS 5135.

9) Surgical Scrub Sink

Compact Surgical scrub Sink should be designed for use in Operation theatre complexproviding surgeons with a convenient sink for pre-op scrub up.

Each Fixture should be fabricated from heavy gauge type 304 stainless steel & should beseamless welded construction polished to a satin finish.

The scrub sink should be provided with a front access panel, which should be easilyremoved for access to the water control valve, waste connections, stoppers & strainers.

Hands free Operation includes infrared sensor with built-in range of adjustment.

Thermostatic Mixing Valve control should be located behind the access panel & maintainconstant water temperature.

Page 36: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 36 of 64

User defined settings of 1,3,5 & 10 Min. Should be available. This timing can be changedto meet individual application requirement.

Provided with elbow action taps, infrared sensor thermostatic control with fail-safetemperature controls.

All units should have radiused anti splash fronts. Knee/ foot operated switch should beoffered as standard fitment.

10) Operating List -Writing Board

A List/Writing Board should be provided in operating theatre.

It should comprise a flush mounted, 1.50mm thick, white laminate board, bonded to a 2mmsteel sheet for additional rigidity.

It should be mounted flush into the theatre wall with a sterile jointing system.

All wall-mounted equipment should be flush mounted and sealed into theatre wall by meansof a sterile jointing system.

11) Electrical Installation

Modern medical procedures utilize and increasingly rely on, electrical and electronic equipment.This equipment ranges from lighting to patient monitors and electrosurgical equipment.

Power distribution within "the departments should be "provided' from distribution boards locatedlocal to each theatre. Sub mains power to these panels should be by the general electricalcontractor. From these panels all distribution services within the departments should be run.

Earthed equipotent bonding of all exposed metalwork should be provided.

Power sockets within the Operating Theatres ancillary areas should be matched to therest of the hospital.

Light fittings within the clinical areas should be recessed fluorescent type, with highfrequency tubes and control gear.

Fittings should be sealed In accordance with the standard IP54.

All equipment should be fully and permanently labelled to identify and describe the function,operation and voltage of the apparatus concerned. Throughout and upon completion of theelectrical installation, tests in accordance with relevant sections of the local wiring regulationsshould be carried out and the results recorded

12) Equipment Storage Unit

Equipment Storage Unit is provided in operating theatre.

It is flush mounted into the theatre wall with a sterile jointing system

All wall-mounted equipment should be flush mounted and sealed into theatre wall by meansof a sterile jointing system.

• Control Panel• X-ray view• Writing board Flush Mounted• P.R.D.

Page 37: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 37 of 64

• Grill• All sockets

The dimensions of equipment storage unit should be approx 800 mm X 1900 mm X 350 mm.and material should be as of wall panels/ Stainless Steel 304.

13) Hatch Box

A Hatch of 600mm x 600mm size will be provided in the Operation Theatre as specified in thescope of the work to remove waste materials from the Operation Theatre to Dirty linen Areajust adjacent to Operation Theatre. Each Hatch will be equipped with two doors and the doorwill be operated electronically. The Hatch will be designed in such a way that only one doorwill be opened at one time. The UV light will be so installed that it is kept on while both thedoors are closed, this UV light has to be automatically turned off in case of opening of eitherof the doors. There will be indicators on both sides of the OT so that the door open/closestatus can be monitored from both ends. Hatch Box should be manufactured from StainlessSteel (Grade 304).

14) Peripheral Lights

Eight sets of double peripheral OT lights each set having two lights will be provided withstepped finish aluminium reflector and will be of A class for use in clean room application. Theperipheral light diffusers will be constructed from opal prismatic diffuser material in aluminiumframes.Light will be generated from high frequency electronic ballast’s complete with colour correctedfluorescent tubes. The ceiling will incorporate supports to secure it to the main structuralframe of the modular operating theatre. The laminar flow ceiling will be able to provideintegrated lamp support system, ease of maintenance and long life system. Controlequipment for the peripheral lighting will be provided in the theatre control panel to allowindependent control of the lighting levels by the surgical team.

The operation procedures can never be affected by shadows, shimmering lights and dazzlingeyes. This has been achieved by the lighting system with sufficient illumination level at thewound site and to provide flicker less design lighting control system

Controls for the peripheral lighting will be provided in the theatre control panel to allowindependent control of the lighting levels by the surgical team.

15) Pendant

a) Double arm ceiling pendant –CE marked with four digit number (Certificate should beattached with the bid)

Multi movement Pendent of double arm (900 mm+600 mm) with load carrying capacity ofminimum 150 kg. The arm will be rotatable upto 330º- 340ºwith adjustable stopper. Thepneumatic brake system will be adaptable to various safety requirements and constructionfacilities. The interior cross section for supply lines will be of minimum 120 mm diameter. Thestoppers will be infinitely variable from 0-330º-340ºService head will be of modular design, octagonal/ square /rectangular/ circle etc. in shape toachieve maximum supply with minimum required space. Service head will designed to host,Base, Gas Module, Electric Module and shelves. Will have upto 8 Gas outlets & 10 Electrical

Page 38: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 38 of 64

switches. Racks & shelves are provided to mount the surgical equipments & monitor. Thetotal length of the manager is approx 1500mm.

Surgeon pendent will have 2 arms with shelves and will include following:a. Horizontal arms - 2 Nob. Weight carrying capacity – approx 150kgc. 5/15 Amp. electrical sockets without switches - 8 to10 Nos.d. Shelfs with side rails - 4 Nos. with 1 drawere. Provision to fix Gas outlets (i.e.)Oxygen- 2, Vaccum- 2, Air 4 bar-1, Air 7 bar-1 , N2O-1

f. Gas interface set for interface plate - 1No.g. Ceiling mounting system for interim ceiling upto 1000 - 1 Noh. Interface plate with electrical fittings - 1 Noi. Ceiling cover for interim ceiling - 1No

b) Single Arm Pendant- CE marked with four digit number (Certificate should be attachedwith the bid)

Multi-movement Pendent of Single arm(900-1000mm)horizontal movement only and loadcarrying capacity of minimum 100 kg. The arm will be rotatable upto 330º- 340ºwithadjustable stopper. The pneumatic brake system will be adapted to various safetyrequirements and construction facilities. Will use a very quiet, high performance motors aswell special to realize precise & steady movement. As a safety feature the motor will beequipped with an over load protection. Will have large interior cross section for supply lineswith 120 mm diameter. The stoppers will be infinitely variable from 0-330º-340º

Service head will be of modular design , octagonal in shape to achieve maximumsupply with minimum required space. Service head will be designed to host Base, GasModule, Electric Module and shelves . Upto 8 Gas outlets & 10 Electrical switches.Racks & shelves are provided to mount the equipments like monitor etc. The totallength of the manager is 800-1000mm.

Anesthesia pendent will have one arm with shelves and will include following:

a. Horizontal arms - 1 no.b. Weight carrying capacity - Minimum 80kgc. 5/15 Amp. Electrical sockets without switches - 8 to 10 Nos.d. Shelfs with side rails - 2 Nos.e. Provision to fix Gas outlets(i.e.)Oxygen - 2,Vacuum - 2,Air 4 bar -1,Air 7 bar -1,N2O -1f. Gas interface set for AGSS interface plate - 1Nog. Ceiling mounting system for interin ceiling upto 1000 - 1 Noh. Interface plate with electrical fittings - 1 No.i. Ceiling cover for interin ceiling - 1No

Page 39: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 39 of 64

16) DOUBLE COMBINATION OT CEILING LIGHT WITH LEDTECHNOLOGY – European CE / US. FDA approved (Certificate should beattached with the bid))

Should have the following Features:

Two Major Dome/light headSingle Colour Pure WhiteLED,s Reflector basedLED TechnologyShould be HD camera ready for future up gradationArrangement of LED in such a way that Shadow Free / Deep cavity illumination is achieved

Special design to maximize the field of illumination and optimizedillumination depthShould have good laminar flow propertiesEasy and less time consuming service access of electronics on thelight head dome surfaceAluminium Housing for better heat managementESG safety glass for simple and fast disinfection process360 deg rotation of domes/lightheads / arms for unlimitedpositioning of light headsMIS Lightning Feature on domes

Technical Data of Light Heads: Major (2)

Central illumination Ec (1mt) 160,000 luxIntensity Range (Lux) 48,000- 140,000Life time of light source (h) >/= 40,000Light Field Diameter (mm) 200-320Depth of Field L1+L2 (mm) >/= 1200CRI (Ra) Color range index >/=96R9 (deep saturated red color index) >/=96Colour Temp(K) >/=4500Rated Power Output less or equal approx 60W

Light Head Power Consumption 200 VA+/- 10%Radiant Energy around 3,4mW/m2lxTemp increase < 1 degCertification UL/CEPower Supply-Primary Voltage(V AC) 90-240Rotation 360 degOperating Range >/= 1700 mmAdjustment of the spring arm >/ = 1175 mmApprox wt of each LH </= 15kgMeasurement of light head 695/611 mm

Page 40: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 40 of 64

17)Terminal / Gas Outlet with probes– as per NFPA /HTM std UL listed / CE marked with fourdigit number

Oxygen Vacuum Surface mount, non interchangeable, self sealing outlets, outlets Will consistof a roughing in assembly and a finishing assembly. A non removable positive- pin keyingarrangement for each assembly and a finishing assembly. A non removable positive- pinkeying arrangement for each a specific gas service. Installed in the mounting box a fullyassembled brass secondary check valve.

Design of outlet will be such that it will have 100% metal construction for corrosionresistance fire safety & push button mechanism for quick release of adaptor. Thesecondary check valve automatically will form a positive seal to prevent a gas flow whenthe finishing assembly is removed. The secondary check valve to include 7’’ (17.78cm) of1/2’’ Type K copper tubing with a label affixed which identifies the specific gas by nameand colour. A plastic cap inserted at the end of the inlet tube. Rotation of the inlet tubeWill allow gas connection from the top or bottom the finishing assembly Will consists of adie cast chrome plated cover plate , a machined brass housing for the primary checkvalve, and a positive –pin keying device to prevent accidental installation into a roughingin assembly of a dismal gas. The finishing assembly incorporates a double sealarrangement which automatically engages when a hose adapter or patient treatmentdevice is removed from the outlet. The design of the outlet Will be such that if can beeasily repaired without disassembly of the outlet.The finishing assembly Will have a colour coded (specific gas) keying disc to preventconnection of hose adapters or patient treatment device to the wrong gas service. Theprimary check allows absolutely no gas flow to take place until the keying devices areengaged. It will be manufactured in accordance with all applicable NFPA and CGA standards.The locking device Will be in the probe instead of gas outlet.Matching probe for outlets – Imported as per NFPA -99 / HTM 02-01 UL Listed / CE Marked

Matching probes to the gas outlet mentioned above. That is adapter for Oxygen & vacuum.

Each adapter Will have suitable barb or threads so that it can be connected to tube or flowmeter /suction regulator. Adapter Will have clear gas service embossed on it.

18) Oxygen Flow meter & Humidifier Bottle with timer facility – as per NFPA /HTM std ULlisted / CE marked with four digit number

Black pressure compensated flow meter shall be CE Marked / UL listed, or accurate gas flowmeasurement with following features:

A) The Oxygen flow meter with time facility Will be compact in design with superiorperformance in a single package having flow meter body & timer.B) Control within a range of 0-15LPMC) It shall meet strict precision and durability standardD) The flow meter body shall be made of brass chrome plated materials.E) The flow tube and shroud components shall be made of clear, impact

resistant PolycarbonateF) Flow tube shall have large and expanded 0-15 LPM range for improved readability

Page 41: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 41 of 64

at low flows.G) The humidifier bottle shall be made of unbreakable & reusable polycarbonate

material and autoclavable at 121 degree centigrade.H) The Automatic timing of oxygen flow Will be as low as .5 LPM & the time

measurement Will be extremely precise with increments of 1 hour.19) Ward Vacuum Unit with Suction Jar & metal regulator - as per NFPA /HTM std UL listed/ CE marked with four digit number

The ward vacuum unit shall be Analog and color coded display type regulator with 100%metal having large, easy to read gauge with gauge accuracy + 1% of full scale color codedrange. The unit shall have 3-Mode High feature and equipped with push to set technologywhich shall automatically establish vacuum.

Limit with each vacuum level setting. The vacuum unit shall have a precision in the criticalcare range (0-200mm hg) and Will provide fast adjustment with turns of the knob up to fullwall vacuum thus Will instantly facilitate regulated and continuous suction for tracheal andpharyngeal airway management, surgical procedure and continuous nasogastric drainage.which shall facilitate unrestricted full time vacuum for emergency. The unit shall be equippedwith Positive Pressure Relief Valve to protect patient and unit both in case if accidentallyconnected to pressurized gas (O2, Air etc)The unit shall be made of 100% metal and corrosion & lubrication free having service fee back plate

The Unit shall have following features:Three Mode Continuous

A) Modes On/Off/RegulationGauge : High VacuumRegulated Vacuum 0-Full VacInstantaneous Full Wall Vacuum Mode

B) The regulator Will be fitted with a easy read pivoting vacuum gauge with a civil adaptorso that it can be read from any position or angle by rotating the gauge up to 360 degree.

C) The regulator Will have lock on the bonnet so that the reading suction once can not be changed.

D) It Will have a stainless steel full line key, a easy to grip on/off valve & an outlet. TheWard Vacuum Unit shall conform CE marked/UL listed.

Suction Jar Shall have the followingThe ½ gallon polycarbonate Suction Jar shall be capable to autoclave up to 121 degree C. Allseals and splatter tube shall be in silicone for long life. The filter trap in the jar shall bedesigned to ensure maximum efficiency in preventing overflow and incorporates designfeatures to ensure the breakdown of foam.

20) MEDICAL COPPER PIPE (BS EN 13348 Kite Mark) Inside the Modualr Operation Theatreonly

Copper Piping :Installation:

Installation of piping will be carried out as per international standards with utmost cleanliness. Onlypipes, fittings and valves which have been degreased as per International standards will be used. Pipe

Page 42: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 42 of 64

fixing clamps for upto 28mm diameter. Pipes Will be non ferrous suitable for the diameter of the pipe.For the pipes of the sized above 28mm rigid metallic hanging or cemented supports to be used.

The main lines to the building to be taken overhead through metallic poles or throughunderground ducts with inspection removable slabs, All pipe joints Will be made using inertgas fluxless brazing method. All joints Will be of copper to copper and Will be brazed by silverbrazing filler material without flux while being brazed joints shall be continuously purged withoil free dry nitrogen to prevent the formation of copper oxide on the inside surface of the joint.

All pipes will be installed without springing or forcing. All pipes will be protected againstmechanical injury in a manner satisfactory to authorities having jurisdiction.

Test: After erection, all the new pipes cleaned or purged with the help of dry nitrogen gas.Complete system will be tested with dry nitrogen at 2 times of working pressure for 24 hours.

Painting: All existing and proposed exposed pipes/Will be painted with two coats of Syntheticenamel paint & color codification as per international standards. All concealed pipes to havegas identification bands / labels at appropriate distance. Similarly all pipes which needembedding in the wall will be tested/painted / labeled and properly insulated. Certification: Tobe certified that pipes are suitable for the particular service and complete cross connection(anti-confusion) test will be carried out.

Distribution piping system:

MATERIAL (PIPE):

Solid drawn, seamless, deoxidized, non arsenical, half hard, tempered and degreasedmaterials conforming to Kite mark Medical Grade Kite mark Pipe. All copper pipes will beinspected and certified by Kite mark Register of services for medical use before dispatch andthe pipe will be delivered plugged or capped at both ends. Pipe sizes to be used as under:

28mmOD X 1.00mm thk22mmOD X 1.00mm thk15mmOD X 1.00mm thk12mmOD X 1.00mm thk

Fittings will be made of copper conforming to BS 864 and suitable for a steam of workingpressure of 35 bar and especially made for brazed socket type connections.

The rate should be quoted on per square meter basis after installation themeasurement shall be done and payment will made on actual basis.

The copper pipes of different medical gas services should be properly colourcoded so that MGPS provider can connect the various gas services properly.

21) MEDICAL AREA LINE PRESSURE ALARM:Medical Gas Alarm – as per NFPA /HTM std UL listed / CE marked with four digit number

Area Alarms are designed to include all necessary displays, factory wiring, transformers and circuitryrequiring only 230 VAC primary powers. Internal voltage Will be stepped down to 5 VDC and 15 VDCfor control circuit Power. Voltage to external pressure or vacuum transducers Will be 15 VDC.

Page 43: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 43 of 64

The Area Alarm Will have digital display facility. Each area alarm Will monitor up to 6 or 12medical gas & / or Vacuum services. Area alarm panels Will be modular in design. Each gasmonitored Will have a light Emitting Diode (LED) display to continuously indicate actual linepressure. A vertical series of LED’s Will further indicate relative line pressure.

The control module Will include a silence/enter button, a Test/Shift button, an Up button and aDown button. These buttons Will be used to silence the audible alarm, set up the alarm paneland to test the alarm panel. The test button Will test all modules one at a time. An LED on thecontrol module Will illuminate green to indicate Power on.

The LED Will show Normal pressure at 50 psi. apart from Normal it Will also show low risk of 40 PSIas low-pressure and 60 psi as high. High risk of 30 psi as low pressure & 70 psi as High pressure.

Line pressure modules Will be available in dual display configuration, dual display modulesWill accept any combination of pressure or Vacuum.

The back box Will contain factory installed copper tube extensions 6” Long, 3/8” ID (1/2”OD) ,to accept installer furnished lines form the medical gas system.

Each inlet tube Will accept gas – specific DISS fittings for transducers, to prevent cross-connection. The power supply Will be installed in the back box Power supply Will include anon / off rocker switch and a fuse holder.

The audible alarm tone will pulsate, 90 dBa at 2 meters. The audible signal will becancelled only by the alarm silence button or fault correction. The display will remainilluminated to indicate the presence of the alarm condition. The alarm will automaticallyreset with the correction of the fault condition. Will a new alarm occur while the panel issilenced, the audible alarm will reactivate. The area alarm Will store the last four alarmconditions in memory at the alarm panel. These conditions can be indicated by using thebuttons on the alarm panel control module.

The alarm Will be capable to be connected with the HIS system.

Line pressure Alarm panel for Medical Gas Piping System Will monitor thefollowing indication:-2 gas service :Oxygen Normal / High / LowVacuum Normal / Low

3 gas serviceOxygen Normal / High / LowMedical Air Normal / High / LowVacuum Normal / low4 gas service :

Oxygen Normal / High / Low

Vacuum Normal / Low

Page 44: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 44 of 64

Air Normal / High / Low

Nitrous Normal / High / Low

5 gas services :-Oxygen Normal / High / LowNitrous Oxide Normal / High / LowMedical Air Normal / High / LowTool Air (Surgical) Normal / High / LowVacuum Normal / low

22) MEDICAL AREA VALVE SERVICE UNIT as per NFPA /HTM std UL listed / CE markedwith four digit number

ZONE VALVE BOX

1/2" x 3/4" ( 2 Gas)

1/2" x 1/2"x 3/4" ( 3 Gas )1/2"x 1/2" x 1/2" x3/4" ( 4 Gas)1/2"x1/2"x1/2"x1/2" X 3/4" ( 5 Gas)1/2"x1/2"x1/2"x1/2" X 3/4" x 3/4" ( 6Gas)

zone valve boxes should be constructed of 18 gauge sheet steel with air dried lacquer finish.The cover frame should be made of anodized aluminium and attached to the box byconcealed 1-1/2” ( 38 mm) screws. The finished assembly should be substantially dust-tight.The frame assembly should be capable of adjusting for variances in wall thickness up to 1”.The front assembly should contain an easily removable cover window with pull ring. Thewindow should conceal exposed piping and valves inside the box and should be labeled “Caution- Medical Gs Shut –OFF Valves- Close Only in Emergency”. Clear viewing space willbe provided in the window to display the gas service, the area controlled by the valve, andpressure gauges on units so equipped.

Single - valve boxes shall accept valve sizes thro' 3". Two & Three valve Boxes shall acceptvalves sizes throu 2" four, Five & size valve boxes shall accept valve sizes thro 1 1/4" valveswill be factory installed with the smallest valve top leongest at the bottom we will apply labelsto each valve within the assembly for proper gas service identification according to themanufacturer's instructions. placement of the valve within the zone valve box will be suchthat the removable window cannot be placed when any valve is closed. Factory installedtype K copper pipe extensions will extend three inches outside the valve box. Design of thevalve box will be such that valves may be removed prior to brazing, without disassembly ofthe box, to permit rearrangement of valves if necessary. valves will be ball type, cleaned foroxygen service, supplied with capped ends, and will operate full open to closed position with90 degree handle rotation (refer to Medical gas Valve specification) Gauge model zonevalve assemblies will include 1- 1/2" pressure gauges reading 0-100 psi for oxygen, nitrousoxide, air and other 50 psi working pressure gases 0-300 psi for nitrogen and 0-30" HG forvacuum or evacuation vacuum.

Page 45: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 45 of 64

The gauge port will be equipped with removable plug for pressure testing prior to finalassembly of gauge. All gauge model zone valve box assemblies.

23) Theatre Vacuum Units - as per NFPA /HTM std UL listed / CE marked withfour digit

It will be capable to mount 2 canisters, the each canister of 1 Gallon capacity.The stand will be durable; chrome plated steel construction with five no. snag,free spinning, and rotating casters. It will have two shut off valves forcontrolling suction to the canisters and will have the features to select thecanister.

The Regulator will have soft touch knob for easy access to (a) On/off mode (b)Regulation mode

(c) full flow of vacuum pressure directly form vacuum line Mode. The regulatoris designed 0-760 mm HG Gauge.

The analog gauge will have 2’’ dia color coded; glow – in – the – dark face foreasy readability under any condition.

Suction jar will be made of polycarbonaye a autoclable up to 121ºC. The jarcapacity is 1 gallon. It has a positive shut off Metal cap & float assy thatintrupts suction to help prevent fluid carryover into the regulator. The float &cap assembly includes a patient port inlet that is horizontal to help preventkinking of suction tubing , a vacuum port that is filled with vacuum DISS swivelnut fitting & an adjustment to allow suspension from the wall using properaccessories

All collection bottle assemblies allow visual inspection of fluid level, color &consistency & can be steam autoclaved or gas sterilized. Polycarbonatebottles offer the additional advantage of eliminating breakage.

24) ELECTRICALS

Wall / Floor mounted control panel comprising of contactors / starters Nos. 1for Heaters, AHU Fan motor, switch fuse unit for Condensing unit,complete with indication lights etc.

Supply of Power cabling, control wiring & GI earthing assuming that Lot 1Electrical panel shall be located at a maximum radial distance of 10Meters from AHU / Condensing unit.

Page 46: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 46 of 64

SECTION-IV

LIST OF ANNEXURES

Page 47: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 47 of 64

LIST OF ANNEXURES

The following Schedules and proforma are annexed to this Specification and contained in Section -IV as referred to in the relevant Clauses.

i) Declaration Form - ANNEXURE-I

ii) Abstract of Terms & Conditions ANNEXURE-II

iii) Schedule of Quantity & Delivery - ANNEXURE-III

iv) Bank Guarantee form for Earnest Money Deposit - ANNEXURE-IV

v) Bank Guarantee form for Security Deposit - ANNEXURE-V

vi) Bank Guarantee Form for Performance Guarantee ANNEXURE-VI

vii) Agreement form ANNEXURE-VII

Page 48: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 48 of 64

ANNEXURE – IDECLARATION FORM

ToThe Chief Engineer, PWD(Building)Assam, Chandmari, Guwahati-781003

Sir,

1. Having examined the above specification together with Bid conditions referred to therein I/Wethe undersigned hereby offer to execute the work – ‘Up-gradation of Physical Infrastructure ofOrthopaedics Department at Guwahati Medical College – Supply, Installation, Testing andCommissioning of 4(four) nos Modular OTs’ covered thereon complete in all respects as per theSpecification and General Conditions, at the rates entered in the attached contract schedule ofprices in the Bid.2. I/We hereby undertake to complete the work within the time specified in the Bid.3. I/We hereby guarantee the technical particulars given in the Bid supported with necessaryreports from concerned authorities.4. I/We certify to have purchased/down loaded a copy of the Specification and a DD/BC towardsthe cost of Bid, vide DD/BC No.______________Dated__________________ is attachedherewith.5. In the event of Purchase order being decided in my/our favour, I/We agree to furnish theSecurity Deposit in the manner acceptable to PWD(Building), Assam and for the sum asapplicable to me/us as per Clause-19 of Section – II of this Specification within 15 days of issueof Letter of intent/Purchase order failing which I/We clearly understand that the said Letter ofintent/Purchase order will be liable to be withdrawn by the Purchaser.

Signed this ___________________ day of _______________20___________

Yours faithfully,

Signature of BidderWith Seal of the Company

(This form should be fully filled up by the Bidder and submitted along withthe original copy of Bid)

Page 49: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

ANNEXURE – II

ABSTRACT OF GENERAL TERMS & CONDITIONS OF CONTRACT (COMMERCIAL) TOACCOMPANY PART –I

1. Whether Earnest Money/ documentary proof for exemption from E.M.D.furnished. Yes/No2. Manufacturers/supply experience including user’s certificate Yes/Nofurnished or not.(As per Clause No.7 of Section –II)

3. Deviations to the Specification in any (list enclosed or not) Yes/No(As per Clause – 9 of the section –II)

4. Delivery:(a) Date of Commencement:

5. Guarantee: Whether agreeable to the bid terms Yes/No(As per Clause – 18 of Section –II)

6 . Whether agreeable to furnish Security Yes/NoDeposit in case his Bid be successful.(As per Clause –19 of Section –II)

7. Whether agreeable to furnish Performance Yes/NoGuarantee (As per Clause –20 of Section – II)

8. Terms of Payment:Whether agreeable to standard terms of payment or not. Yes/No(As per clause –22 of Section –II)

9 . Nature of Price: Firm Yes/No

10. Penalty: Whether agreeable to the bid terms or not Yes/N(As per Clause –23 of Section –II)

11. Whether ITCC/STCC/P&L A/C for therequired period are furnished as per Clause-28 of Section –II Yes/No

12. Validity: Whether agreeable to the bid terms or not. Yes/No(As per Clause – 31 of Section –II)

13. Whether up to date calibration certificate, where applicable furnished or not. Yes/No

14. Whether guaranteed technical particulars are furnished or not. Yes/No

15. Whether dimensional design/drawings furnished or not. Yes/No

16. Whether Manufacturer’s name and it’s trade mark furnished or not. Yes/No

Place ________________

Date ________________ Signature of the BidderWith Seal of the Company

Page 50: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 50 of 64

ANNEXURE – III

SCHEDULE OF QUANTITY AND DELIVERY

Supply, Installation, Testing and Commissioning of 4(four) nos Modular OTs in the OrthopaedicsDepartment at Guwahati Medical College, Guwahati, Assam as per Technical Specification detailed inSection - III and BOQ detailed in Section-VI.

Delivery :

Time being essence of the contract, the equipments shall be supplied within the delivery datespecified in the contract. The Purchaser, however, reserves the right to reschedule the delivery andchange the destination if required. The delivery period shall be reckoned from the date of placing theLetter of Intent/Purchase order as may be specified in the LOI/Purchase order.

NB : The details delivery programme and quantity to be delivered will be intimated at the time ofplacement of the Purchase Order.

Page 51: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 51 of 64

ANNEXURE –I VPROFORMA FOR BANK GUARANTEE FORM FOR EARNEST MONEY DEPOSITBank Guarantee No: Date :

1. In accordance with invitation to Bid No.___________Dated ______________of the Chief Engineer,PWD(Building), Assam, Chandmari, Guwahati-781003 (hereinafter referred to as the ‘Purchaser’) forUp-gradation of Physical Infrastructure of Orthopaedics Department at Guwahati Medical College –Supply, Installation, Testing and Commissioning of 4(four) nos Modular OTs M/s ______________Address ____________________ _______________________________ _______________________wish/wished to participate in the said Bid and as a Bank Guarantee or the sum of Rs.(Rupees___________________) valid for period of 240 days (Two Hundred Forty Days) is required tobe submitted by the Bidder.

We the _____________________________________________(Indicate the name of Bank )(hereinafter referred to as ‘the Bank’) at the request of M/s_______________________ (hereinafterreferred to as Contractor(s)do hereby unequivocally and Un-conditionally guarantee and undertake topay during the above said period, on written request by the Chief Engineer, PWD(Building), Assam,Chandmari, Guwahati-781003 an amount not exceeding Rs._________ to the_________________without any reservation. The guarantee would remain valid up to 4.00 P.M. of______ (date) and if any further extension to this is required, the same will be extended on receivinginstructions from the ________________________ on whose behalf this guarantee has been issued.

2. We the ___________________________________(Indicate the Name of the Bank) do hereby,further undertake to pay the amounts due and payable under this guarantee without any demur, merelyon a demand from the Purchaser stating that the amount claimed is due by way of loss or damagecaused to or would be caused to or suffered by the Purchaser by reason of any breach by the saidContractor(s) of any of the terms and conditions or failure to perform the said Bid. Any such demandmade on the Bank shall be conclusive as regards the amount due and payable by the Bank under thisguarantee. However, our liability under this guarantee shall be restricted to an amount not exceedingRs.__________.

3.We undertake to pay the Purchaser any money so demanded not withstanding any dispute ordisputes so raised by the Contractor(s)/Supplier(s) in any suit or proceeding instituted/pending beforeany Court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.The payment so made by us under this bond shall be a valid discharge of our liability for paymentthere- under and the Contractor(s)/Supplier(s) shall have no claim against us for making such payment.

4.We the ___________________________(Indicate the Name of the Bank) further agree that theguarantee here-in contained shall remain in full force and effect during the aforesaid period of 240days (Two Hundred Forty Days) and it shall continue to be so enforceable till all the dues to thePurchaser under or by virtue of the said Bid have been fully paid and its claims satisfied or dischargedor till the Purchasr certifies that the terms and conditions of the said Bid have been fully and properlycarried out by the said Contractor(s) and accordingly discharges this guarantee. Unless a demand orclaim under this guarantee is made on us in writing on or before the ___________________we shallbe discharged from all liability under this guarantee thereafter.5.We the _____________________________(Indicate the Name of the Bank) further agree with thePurchaser that the Purchaser shall have the fullest liberty without our consent and without affecting inany manner our obligations hereunder to vary any of the terms and conditions of the said Bid or toextend time of performance by the said Contractor(s) from time to time or to postpone for any time orfrom time to time any of the powers exercisable by the Purchaser against the said Contractor(s) and toforbear or enforce any of the terms and conditions relating to the said bid and we shall not be relievedfrom our liability by reason of any such variation, postponement or extension being granted to the saidContractor(s) or for any forbearance act or omission on the part of the Purchaser or any indulgence by

Page 52: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 52 of 64

the Purchaser to the said Contractor(s) or by any such matter or thing whatsoever which under the lawrelating to sureties would, but for this provision, have effect of so reliving us.

6. This guarantee will not be discharged due to the change in the name, style and constitution of theBank or the Contractor(s).

7.We _____________________________(Indicate the Name of the Bank) lastly undertake not torevoke this guarantee during its currency except with the previous consent of the Purchaser in writing.

Dated the _____________________ Date of __________________

Witness :(With signature, name & address)

1.

2.

For _____________________________________________(Indicate the name of Bank)

Page 53: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

ANNEXURE – V

PROFORMA FOR BANK GUARANTEE FOR SECURITY DEPOSIT

This Guarantee Bond is executed this ____________Day of ________________ 20_____________by us the _____________ Bank at _______________ P.O. _____________________, P.S.________________ Dist. ____________ State ______________________.

1. WHEREAS the Chief Engineer, PWD(Building), Assam, Chandmari, Guwahati-781003(hereinafter called “the Purchaser”) has placed orders No. ____________ date _____________(hereinafter called “The Agreement”) on M/s____________________ (hereinafter called “TheContractor”) for Up-gradation of Physical Infrastructure of Orthopaedics Department at Guwahati MedicalCollege – Supply, Installation, Testing and Commissioning of 4(four) nos Modular OTs AND WHEREASthe Contractor has agreed to execute the works in terms of the said agreement, AND WHEREAS thePurchaser has agreed to exempt the Contractor from making payment of Security, on furnishing by theContractor to the Purchaser a Bank Guarantee of the value of 10% (Ten percent) of the said agreement.NOW THEREFORE in consideration of the Purchaser having agreed to exempt the Contractor frommaking payment of Security as aforesaid, we the_______ _____________________(Bank)(hereinafter referred to as ‘the Bank’) do hereby undertake to pay the Purchaser an amount notexceeding Rs._________(Rupees__________________________________) against any loss ordamage caused to or suffered by or would be caused to or suffered by the Purchaser by reason of anybreach by the said Contractor(s) of any of the terms or conditions contained in the said agreement.

2. We (the _______________________________Bank) do hereby undertake to pay the amounts dueand payable under this guarantee without any demur, merely on demand from the Purchaser statingthat the amount claimed is due by way of loss or damage caused to or suffered by the Purchaser byreason of any breach by the said Contractor(s) of any of the terms and conditions contained in the saidagreement or by reason of the Contractor’s failure to perform the said agreement. Any such demandmade on the Bank shall be conclusive as regards the amount due and payable by the Bank under thisguarantee. However, our liability under this guarantee shall be restricted to anAmount not exceeding Rs ._________ Rupees ________________________).

3. We the (__________________________Bank) also undertake to pay to the Purchaser any money sodemanded not withstanding any dispute or disputes raised by the Contractor(s) in any suit orproceeding instituted/pending before any Court or Tribunal relating thereto our liability under thispresent being absolute and unequivocal. The payment so made by us under this bond shall be a validdischarge of our liability for payment there under and the Contractor(s) shall have no claim against usfor making such payment.

4.We the ( _______________________________ Bank) further agree that the guarantee hereincontained shall remain in full force and affect during the period that would be taken for theperformance of the said agreement and that it shall continue to do so enforceable till all the dues of thePurchaser under or by virtue of the said agreement have been fully paid and its claims satisfied ordischarged or till Purchaser Certifies that the terms and conditions of the said agreement have beenfully and properly carried out by the said Contractor(s) and accordingly discharges this Guarantee.Unless a demand or claim under this guarantee is made on us in writing on or before the(Date__________________) we shall be discharged from all liability under this guarantee thereafter.

5.We, the( _______________________________ Bank) further agree that the Purchaser shall have thefullest liberty without our consent and without affecting in any manner our obligations hereunder tovary any of the terms and conditions of the said agreement or to extend time of performance by thesaid Contractor(s) and we shall not be relieved from our liability by reason of any such variations orextension being granted to the said Contractor(s) or for any forbearance, act or omission on the part ofthe Purchaser or any indulgence by the Purchaser to the said Contractor(s) or by any such matter or

Page 54: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 54 of 64

thing whatsoever which under the law relating to sureties would but this provisions have effect of sorelieving us.

6.This guarantee will not be discharged due to the change in the name, style and constitution of theBank and Contractor(s).

7. We, the (_______________________________ Bank) lastly undertake not to revoke this guaranteeduring its currency except with the previous consent of the Purchaser in writing.

Date at ____________ the ________________ Day of _____________________________________ Two thousand _______________________

For ______________________________

(Indicate the name of the Bank)

Witness: (with signature, names and addresses)

1.

2.

Page 55: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 55 of 64

A N N E X U R E – V I

PROFORMA FOR PERFORMANCE GUARANTEE.

1. In consideration of the Chief Engineer, PWD(Building), Assam, Chandmari, Guwahati-781003(Hereinafter called ‘The Purchaser’) having agreed to exempt M/s.________________________________hereinafter called ‘the said Contractor(s) from the demandunder the terms & conditions of an agreement No._____________ dated _________made between_________________ and____________________________for________________ (hereinafter called‘the said Agreement’) for Security Deposit for satisfactory performance of materials (as detailed in thesaid agreement) during the guarantee period (as detailed in the said agreement) and for the duefulfillment by the said Contractor(s) of the terms and conditions contained in the said agreement onproduction of Bank Guarantee for Rs.___________(Rupees_______________________) only.We___________________ ( Indicate the name of the Bank ) Bank limited (hereinafter referred to as‘the Bank’) at the request of ________________________Contractor(s) do hereby undertake to pay tothe Purchaser an amount not exceeding Rs._________ (Rupees ___________________ only) againstany loss or damage caused to or suffered or would be caused to suffered by the Purchaser by reasonsany of breach by the said Contractor(s) of any of the terms or conditions contained in the saidagreement.2. We ____________________ Bank Limited do hereby undertake to ( Indicate the name of the Bank) Pay the amount due and payable under this guarantee without any demur, merely on a demand fromthe Purchaser stating that the amount claimed is due by way of loss or damaged caused to or would becaused to or suffered by the Purchaser by reasons of any breach by the said Contractor(s) of any of theterms or conditions contained in the said agreement or by reasons of the Contractor’s failure toperform the said agreement. Any such demand made on the Bank shall be conclusive as regards theamount due and payable by the Bank under this guarantee. However, our liability under this guaranteeshall be restricted to an amount not exceeding Rs. __________________ (Rupees__________________).

3. We the _________________Bank Limited further agree to pay the Purchaser any money sodemanded not withstanding any dispute or disputes raised by the Contractor(s)/Suppliers(s) in any suitor proceeding instituted/pending before any Court or Tribunal relating thereto, out liability under thispresent being absolute and unequivocal. The payment so made by us under this bond shall be validdischarge of our liability for payment there under and Contractor(s)/Supplier(s) shall have no claimagainst us for making such payment.

4. We the _______________________________ Bank Limited (Indicate the name of the Bank)further agree that the guarantee herein contained shall remain in full force and effect during the periodthat would be taken for the performance of the said agreement and that it shall continue to be soenforceable till all the dues of the Purchaser under or by virtue of the said agreement, have been fullpaid and its claims satisfied or discharged or until the Purchaser Certifies that the terms and conditionsof the said agreement have been fully and properly carried out by the said Contractor(s) andaccordingly, discharges this guarantee. Unless a demand or claim under the guarantee is made on us inwriting on or before the expiry of 12(twelve) months from the date of commissioning of the equipmentwe shall be discharged from all liabilities under this guarantee thereafter.

5.We the ______________________________ Bank Limited(Indicate the name of the Bank) furtheragree with the Purchaser that the Purchaser shall have the fullest liberty without our consent andwithout affecting in any manner our obligations hereunder to vary any of the terms and conditions ofthe said agreement or to extend time of performance by the said Contractor(s) and to forbear orenforce any of the terms and conditions relating to the said agreement and we shall not be relievedfrom our liability by reasons of any such variation, postponement, or extension being granted to the

Page 56: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 56 of 64

said Contractor(s) or by any such matter or thing what so ever which under the law relating to suretieswould but for this provision have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the name, style and constitution of theBank or the Contractor(s)/Supplier(s).

7. We the ____________________________ Bank Limited (Indicate the name of the Bank) lastlyundertake not to revoke this guarantee during its currency except with the previous consent of thePurchaser in writing.

8. This performance Bank Guarantee will remain in force up to ______________Dated the _________Day of __________ 20 ___________.

Witness with signature, names & address:

1.

2.

For ____________________________ Bank Limited.( Indicate the name of the Bank )

Page 57: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 57 of 64

Annexure-VII

Agreement Form

Agreement No.___________________________________________________________

This agreement made the __________________ day of ___ _______ ___ _______________ betweenthe Chief Engineer, PWD (Bldg.), Assam, Chandmari, Guwahati-3. [Hereinafter called "theEmployer"] and _____________________________________________ (name and address ofcontractor) hereinafter called "the contractor" of the other part. Whereas the Employer is desirousthat the Contractor perform the work of_______________________________________________________________________________________________ (name and identification number of Contract) (hereinaftercalled "the Works") and the Employer has accepted the Bid by the Contractor for the execution and completionof such Works and the remedying of any defects therein, at a cost of Rs.__________________________(Rupees _____________________________________)

NOW THIS AGREEMENT WITHNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectivelyassigned to them in the conditions hereinafter referred to and they shall be deemed to form andbe read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinaftermentioned, the Contractor hereby covenants with the Employer to execute and complete theworks and remedy any defects therein in conformity in all aspects with the provision of thecontract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution andcompletion of the Works and the remedying the defects wherein Contract Price or such othersum as may become payable under the provisions of the Contract at the times and in themanner prescribed by the Contract.

4. The following documents shall be deemed to form and be ready and construed as part of thisAgreement viz.

i. Letter of Acceptance

ii. Notice to proceed with the works;

iii. Contractor's Bid

iv. Condition of Contract: General and Special

v. Contract Data

vi. Additional condition

vii. Drawings

viii. Bill of Quantities and

ix. Any other documents listed in the Contract Data as forming part of the Contract.

Page 58: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 58 of 64

In witnessed whereof the parties there to have caused this Agreement to be executed the dayand year first before written.

The Common Seal of ______ _________ ___________ __________ ___ ___ _____ ___washereunto affixed in the presence of:

Signed, Sealed and delivered by the said ______ _________ _______ ____ ___ _________________________ __ _____ __________ _____________ ___________ ______________________________________

in the presence of:

Binding Signature of Employer __________________________________________

Binding Signature of Contractor __________________________________________

Page 59: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 59 of 64

SECTION-V

FORM OF BID

Page 60: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 60 of 64

FORM OF BID

(To be submitted with financial bid)

Description of the Work: - Up-gradation of Physical Infrastructure of Orthopaedics Department at GuwahatiMedical College – Supply, Installation, Testing and Commissioning of 4(four) nosModular OTs

To

The Chief Engineer, PWD (Building), Assam.Chandmari, Guwhati-3,

1. We offer to Execute the Works describe above and remedy any defects therein inconformity with the conditions of Contract, specifications, drawings, Bill of Quantitiesand Addenda for the sum(s) of Rs………………………………………(Rupees………………………………………………………………………..…)only.

2. We undertake, if our Bid is accepted, to commence the Works as soon as in reasonablypossible after the receipt of the Engineer’s notice to commence and to complete the wholeof the Works comprised in the Contract within the time stated in the document.

3. We agree to abide by this Bid for the period of 180 days from the date fixed for receivingthe same, and it shall remain binding upon us and may be accepted at any time before theexpiration of that period.

4. Unless and until a formal Agreement is prepared and executed this Bid, together with yourwritten acceptance thereof, shall constitute a binding contract between us.

5. We understand that you are not bound to accept the lowest or any tender you may receive.

6. We accept the appointment of ___________________________________________________________________________ as the Dispute Review Expert.

(OR)

We do not accept the appointment of _________________________________________________________ Review Expert and propose instead thatShri_______________________________________ appointed as Dispute Review Expert,whose BIO-DATA is attached.

Dated this _____________________ day of ______________ ______ /20__.

Signature _______________________in the capacity of ____________________ dulyauthorized to sign bids for and on behalf of _________________ ______________________________ (in block capitals or typed)

_______________________________________________

Address _______________________________________________

Witness

_______________________________________________

Address _______________________________________________

Page 61: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 61 of 64

SECTION-VI

BOQ

Page 62: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 62 of 64

BOQ FOR MODULAR OT FOR ORTHOPAEDICS DEPARTMENT OF GUWAHATI MEDICAL COLLEGE ANDHOSPITAL, GUWAHATI

S.no Description Unit QtyUnit rate(Rs) Amount (Rs)

1 Walls for Operating Area as per tendertechnical specification enclosed

Lot 4

2 Ceilling for Operating room as pertender technical specification enclosed

Lot 4

3 Flooring as per tender technicalspecification enclosed

Lot 4

4 Operation Theatre Control Panel asper tender technical specificationenclosed

nos 4

5 X-Ray Viewing Screens as per tendertechnical specification enclosed

nos 4

6 Doors and Frames (Hermetically Sealedtype) 2100 mm Height & 1500 mmWidth (with Automation Unit) as pertender technical specification enclosed

nos 4

6a (Hermetically Sealed type) 2100 mmHeight & 1000 mm Width (ManualUnit) as per tender technicalspecification enclosed

nos 8

7 Laminar Flow System CE mark as pertender technical specification enclosed

nos 4

8 Pressure Stabiliser / Pressure ReliefDampers as per tender technicalspecification enclosed

nos 4

9 Surgical Scrub Sink as per tendertechnical specification enclosed

nos 4

10 Operating List -Writing Board as pertender technical specification enclosed

nos 4

11 Electrical Installation as per tendertechnical specification enclosed

nos 4

12 Equipment Storage Unit as per tendertechnical specification enclosed

nos 4

13 Hatch Box as per tender technicalspecification enclosed

nos 4

14 Peripheral Lights as per tendertechnical specification enclosed

nos 4

15 Pendant as per tender technicalspecification encloseda.) Double arm ceiling pendant – CEmarked as per tender technicalspecification enclosed

nos 4

Page 63: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 63 of 64

b.) Single Arm Pendant- CE marked asper tender technical specificationenclosed

nos 4

16 DOUBLE COMBINATION OT CEILINGLIGHT WITH LED TECHNOLOGY –European CE / US FDA marked as pertender technical specification enclosed

nos 4

17 MEDICAL COPPER PIPE (BS EN 13348Kite Mark) Inside the ModualrOperation Theatre only as per tendertechnical specification enclosed

nos 4

18 Terminal / Gas Outlet with probes–NFPA 99 std UL listed / CE marked asper tender technical specificationenclosed

Oxygen nos 16

Vaccum nos 16

N2O nos 4

Air -4 Bar nos 4

Air -7 Bar nos 4

19 Oxygen Flow meter & Humidifier Bottlewith timer facility – NFPA 99 std ULlisted / CE marked as per tendertechnical specification enclosed

nos 4

20 Ward Vacuum Unit with Suction Jar &metal regulator - NFPA 99 std UL listed /CE marked as per tender technicalspecification enclosed

nos 4

21 MEDICAL AREA LINE PRESSURE ALARMNFPA 99 std UL listed / CE marked asper tender technical specificationenclosed

nos 4

22 ZONE VALVE BOX- NFPA 99 std ULlisted / CE marked as per tendertechnical specification enclosed

nos 4

Page 64: GOVERNMENT OF ASSAMpwdbldg.assam.etenders.in/tpoimages/pwdbldg/tender/...PWD (B uilding), Assam, between hours of 10.00 A.M. to 5.00 P.M. on any working day between Start for 'Purchase

Page 64 of 64

B. Cost of Comprehensive Annual Maintenance Contract including free exchange of spare parts, afterthe warranty period of one year, for a period of five years:

SlNo

Item Amount in figure Amount in words

1For 1st year

2 For 2nd year

3 For 3rd year

4 For 4th year

5 For 5th year

*** Upload, Signed and Scanned of this Page only along with Financial Bid.