Upload
others
View
5
Download
0
Embed Size (px)
Citation preview
Page | 1
Govt. of India
ALL INDIA INSTITUTE OF MEDICAL SCIENCES, PATNA
(An Autonomous body under MoHFW, Govt. of India)
TENDER NO AIIMS/Pat/Tender/Kitchen Equipments/2014 DATED: 08.01.2014
TENDER DOCUMENT
For
SUPPLY OF KITCHEN EQUIPMENTS TO AIIMS PATNA
DATE OF ISSUE OF TENDER FORM WITH DOCUMENT: 08.01.2014
DATE & TIME OF PRE-BID MEETING: 16.01.2014 DATE & TIME FOR SUBMISSION OF TENDER DOCUMENT: From 08.01.2014 to 04.02.2014 up to
12.00 hrs
DATE & TIME FOR OPENING OF TENDER DOCUMENT: On 04.02.2014 at 12.30 hrs
Page | 2
Govt. of India
ALL INDIA INSTITUTE OF MEDICAL SCIENCES, PATNA (An Autonomous body under MoHFW, Govt. of India)
No. AIIMS/Pat/Tender/Kitchen Equipments/2014 Dated: 08/01/2014
“NOTICE INVITING TENDER FOR SUPPLY OF KITCHEN EQUIPMENTS"
All India Institute of Medical Sciences, Patna (AIIMS Patna) invites bids for supply of Kitchen Equipments of AIIMS Patna from reputed companies/ firms/ individuals/ societies etc. those are in the similar business for the last five years. Accordingly, sealed tenders are invited latest by 04.02.2014 up to 12:00 noon.
2. Complete Tender Document may be obtained from the office of the Medical Superintendent, AIIMS, Phulwarisharif, Patna, Bihar - 801505 on all working days from 03.00 PM to 5.00 PM from 08.01.2014 to 04.02.2014, by depositing a Demand Draft for Rs. 2000.00 payable at Patna and drawn in favour of “AIIMS, Patna”. It can also be downloaded from the website of AIIMS, Patna www.aiimspatna.org. The bidders using the tender form downloaded from the website shall enclose a Demand Draft for Rs. 2,000.00 payable at Patna and drawn in favour of “AIIMS, Patna”.
3. The interested Companies/Firms/Agencies may send their bid complete in all respect along with Earnest Money Deposit (EMD) as specified in schedule of requirements in the form of Demand Draft issued in favour of AIIMS, Patna, drawn on any scheduled bank payable at Patna and other requisite documents to the undersigned duly superscripted “Bid for Tender No AIIMS/Pat/Tender/Kitchen Equipments/2014” before 1200 hrs on 04th February, 2014. The bids received after this deadline shall not be entertained under any circumstances whatsoever.
NOTE: The EMD and Tender Fee draft should be put in the envelope containing Technical Bid failing which the tender shall be rejected forthwith.
4. The sealed envelopes are to be deposited in the tender box placed at the office of Medical Superintendent AIIMS, Patna or may be sent through registered/speed post addressed to The Medical Superintendent, All India Institute of Medical Sciences, Phulwarisharif, Patna – 801 505. Bids sent by COURIER will not be entertained.
5. Bids will be opened on 04.02.2014 at 12.30 hrs in the presence of bidders or their authorized representatives who wish to participate in the bidding process. If the opening date happens to be a closed day/holiday, the tender will be opened on the next working day.
6. Any future clarification(s) and / or corrigendum(s) shall be communicated by the Medical Superintendent through the website www.aiimspatna.org.
7. Director, AIIMS, Patna reserves the right to amend or withdraw any of the terms
and conditions contained in the Tender Document or to reject any or all tenders without
giving any notice or assigning any reason. The decision of the Director, AIIMS, Patna in this
regard shall be final.
(A.K.Pandey)
Medical Superintendent
Page | 3
GENERAL INSTRUCTIONS TO THE TENDER
1. The tender is “Two Bid’ document. The technical bid should contain all the relevant
information and desired enclosures in the prescribed format along with Earnest
Money Deposit (EMD). The financial bid should contain only commercial. In case, any
bidder encloses the financial bid within technical bid, the same shall be rejected
summarily.
2. The tender Document can be downloaded from the website of AIIMS Patna i.e.
www.aiimspatna.org. The Technical bid must accompany with the tender fee of Rs.
2,000/- in form of Demand Draft in favour of AIIMS Patna. The tender document fee is
non-refundable, non-adjustable and non-transferable and is payable through a
demand draft on any scheduled bank drawn in favour of the “AIIMS Patna” payable at
Patna.
3. The Tenders should be typewritten or handwritten but there should not be any
overwriting or cutting. Correction, if any, shall be made by neatly crossing out,
initialing, dating and rewriting. The name and signature of bidder’s authorized person
should appear on each page of the application. All pages of the tender document
shall be numbered and submitted as a package along with forwarding letter on
agency’s letter head.
4. The Contracts concluded as a result of this Tender Inquiry shall be governed by the
‘Terms & Conditions’ and other relevant instructions as contained in this Tender
Document.
5. The prices/rates quoted should be indicated in words as well as in figures.
6. Bidders are requested to quote their prices on a firm & fixed basis for the entire
period of the Contract. Bids of the firms received with prices quoted on variable basis
shall be rejected straightaway.
7. Quotations qualified by such vague and indefinite expressions such as “subject to prior
confirmation”, “subject to immediate acceptance” etc. will be treated as vague offers
and rejected accordingly.
8. Bidders are requested to enclose a copy of their valid certificate of PAN No., TAN No,
Sale Tax/VAT No./Service Tax No. or any other document as requested by the Institute
with their tender.
9. Tenders received without Tender Fee and EMD amount by way of demand draft in
favour of AIIMS, Patna will not be considered at all.
10. Refund of Earnest Money Deposit: The EMD submitted by unsuccessful bidders shall
be returned to them without any interest whatsoever, within 15 to 90 days after
conclusion of the contract with successful bidder. The EMD submitted by successful
Page | 4
bidders shall be returned to them after the successful bidder deposits the
performance security according to conditions stipulated in the bid document.
11. Bidders may note that if the date of tender opening given in this Tender Document is
declared to be a gazetted holiday, the tender shall be opened on the next working day
at the same timing. In such an event the closing hours for receipt of tenders in AIIMS
will stand automatically extended up to 12.00 hours of the next working day in the
Government offices.
12. The Prospective bidders may visit the site and physically inspect/ survey the hospitals
premises as per the drawing enclosed before submitting the tender.
13. Late/delayed tenders received in AIIMS due to any reason whatsoever will not be
accepted under any circumstances.
14. At any time prior to date of submission of tender, Tender Inviting Authority may, for
any reason, or decision, modify the terms & conditions of the tender document by a
corrigendum displayed on the website of AIIMS Patna (www.aiimspatna.org). In order
to provide reasonable time to take the amendment into account in preparing their
bid, Tender Inviting Authority may or may not, at his discretion, extend the date and
time for submission of tenders.
15. Tendering firms are at liberty to be present or authorize a representative to be
present at the opening of the tender at the time and date as specified in the Schedule.
The name and address of the representative authorized to attend the opening of the
tender on behalf of a tendering firm should be indicated in the tender. The
representative so deputed should also bring with him a letter of authority from the
firm for having been authorized to be present at the time of opening of tender. Only
one representative per firm shall be permitted to attend the opening of the tender.
The name and address of permanent representative of the firm, if any, should also be
indicated in the tender. Representatives of firms who have not submitted the tender
or representatives not possessing authority letter from the bidders or outsiders shall
not be allowed to attend the tender opening process.
16. DOCUMENTS COMPRISING THE BID:
17. The bids prepared by the bidder shall comprise of (1) The Technical Bid and (2)
Financial Bid:
TECHNICAL BID: - To qualify in the Technical bid the firm should have the minimum
eligibility criteria; the firm in this regard should submit the following documents –
(a) Duly filled format of Technical Bid as per Annexure “1”.
(b) Copy of constitution or legal status of the sole proprietorship/ firm/company etc.
Page | 5
(c) Financial status: - The annual turnover of the firm should not be less than Rs. 50
Lakhs per annum. Copies of profit & loss account and balance sheets for the last
three years should be enclosed.
(d) The technical bid should be accompanied by Demand drafts for bid security of the
amount equal to sum of EMD amount as mentioned against each item applied for
(refundable).
(e) Copy of Income Tax Return Filed Acknowledgements for last Three years.
(f) Copy of PAN Card.
(g) Copy of Sales tax/VAT registration certificate.
(h) The bidder must have adequate experience for supply/ execution of similar work in
Govt. offices/ PSUs and other similar organizations. Necessary supporting documents
like work orders for last five years to this effect must be submitted along with the
offer.
FINANCIAL BID: - The financial bid shall contain:
(a) Price Bid Form [as per Annexure – 2]
18. SUBMISSION OF BIDS
12.1 SEALING AND MARKING OF BIDS: The bidder shall wax seal the Technical and
Financial Bids in separate envelopes and keep them in a bigger wax sealed envelope. The
Technical Bid shall bear the name “TECHNICAL BID OF Tender No.
AIIMS/Pat/Tender/Kitchen Equipments/2014” on the envelope, while the Financial Bid
shall bear the name “FINANCIAL BID of Tender No. AIIMS/Pat/Tender/Kitchen
Equipments/2014” on the envelope for avoiding any mismatch.
12.2 The bigger envelope containing technical and financial bids in separate envelopes
shall be:
(a) Addressed at the following address: Medical Superintendent, All India Institute of Medical Sciences,
Medical College Building,
Phulwarisharif, Patna – 801 505.
(b) All the envelopes shall bear the Tender name, the tender number and the
words ‘DO NOT OPEN BEFORE’ (due date & time).
(c) The envelopes shall indicate the name and address of the bidders to enable the bid to be returned unopened in case it is declared ‘late’ or rejected.
(d) Bids shall be delivered in person and shall be dropped in the tender box placed in the office of the Medical Superintendent, AIIMS Patna or shall be sent by
Page | 6
Registered/Speed Post. Bids sent by COURIER will not be entertained. The Purchaser shall not be responsible if the bids are delivered elsewhere.
(e) Venue of Tender Opening: Tender will be opened in the office of the Medical Superintendent, AIIMS Patna at 12.30 hrs on the due date. If due to administrative reason, the venue/ time of bid opening is changed, it will be displayed prominently on the notice board of the Institute as well as in the office of the Medical Superintendent, AIIMS Patna.
BID PRICES:
13.1 The bidder shall give the total composite price inclusive of all levies and taxes
(inclusive of VAT). The basic unit price and all other components of the price need
to be individually indicated against the goods it proposed to supply under the
contract as per price schedule given in Annexure-2. The offer shall be firm in Indian
Rupees only. No foreign exchange will be made available by the purchaser.
13.2 Prices indicated on the Price Schedule shall be entered in the following manner:
(i) The price of the goods shall be quoted in total (inclusive of all taxes and levies) for
each item.
(ii) The bidder shall quote only one price for each item and if more than one price is
quoted under different options the rate quoted by him in the first option only will
be valid and will be taken for evaluation for all the items given in schedule of
requirement.
13.3 The prices quoted by the bidder shall remain fixed during the entire period of
contract and shall not be subject to variation on any account. A bid submitted with
an adjustable price quotation is likely to be treated as non-responsive and rejected.
13.4 The unit price quoted by the bidder shall be in sufficient detail to enable the
purchaser to arrive at prices of the items offered.
13.5 “DISCOUNT”, if any, offered by the bidders shall not be considered unless they are
specifically indicated in the price schedule. Bidders desiring to offer discount shall
therefore modify their offers, suitably while quoting and shall quote clearly net
price taking all such factors like Discount, free supply, etc. into account.
13.6 The price approved by the Medical Superintendent for procurement will be
inclusive of levies and taxes, packing, forwarding, freight and insurance as
mentioned in para 13.1 above. Break up in various heads like Custom duty, Excise
duty, Sales Tax, Insurance freight and other taxes paid/payable as per clause 13.2 is
for the information of the purchaser and any changes in the taxes shall have no
effect on the price during the scheduled delivery period.
Page | 7
14. TECHNICAL EVALUATION:
14.1 Purchaser shall evaluate the technical bids to determine whether they are
complete, whether required sureties have been furnished, whether the documents have
been properly signed and whether the bids are generally in order.
14.2 Prior to the financial evaluation, the Purchaser will determine the substantial
responsiveness of each bid to the Bid document. For purposes of these clauses, a
substantially responsive bid is one, which conforms, to all the terms and conditions of the
Bid Documents without material deviations. The Purchaser's determination of bid's
responsiveness is to be based on the contents of the bid itself without recourse to extrinsic
evidence.
14.3 A bid determined as substantially non-responsive will be rejected by the Purchaser
and shall not subsequent to the bid opening be made responsive by the bidder by
correction of the nonconformity.
14.4 Bidders who have been shortlisted after technical evaluation will be required to
permit their plans through drawings, photographs & illustration vide power point
presentation. Technical evaluation committee may reject any tender if not found suitable
as per the requirements of the Institute.
15. FINANCIAL EVALUATIONS AND COMPARISON OF SUBSTANTIALLY TECHNICAL
RESPONSIVE BIDS:
15.1 The purchaser shall shortlist those who are eligible and have submitted
substantially technical responsive bid for opening of financial bid after their successful
demonstration. Successful Bidders would be called to attend opening of financial bids. The
Financial Bids of unsuccessful bidders would not be opened and destroyed.
15.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy
between the unit price and total price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and the total price shall be corrected by the Purchaser.
If there is a discrepancy between words and figures, the amount in words shall prevail. If
the Supplier does not accept the correction of the errors, his bid shall be rejected.
15.3 The evaluation and comparison of responsive bids shall be done on the price of the
goods offered inclusive of Levies & Taxes i.e., Sales Tax, VAT & Excise Duty, packing,
forwarding, freight and insurance etc. as indicated in the Price Schedule in annexure-“2” of
the Bid Document but exclusive of octroi/ entry tax which will be paid extra as per actual,
wherever applicable.
15.4 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a
bid which does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any bidder.
Page | 8
16. AWARD OF CONTRACT: PLACEMENT OF ORDER
The Purchaser shall consider placement of orders for commercial supplies on those
bidders whose offers have been found technically, commercially and financially acceptable
and whose goods type have been approved/ validated by the purchaser. The Purchaser
reserves the right to counter offer price(s) against price(s) quoted by any bidder.
17. PERFORMANCE BANK GUARANTEE & EXECUTION OF CONTRACT:
17.1 Firm whose offer is accepted will have to furnish Performance Bank Guarantee of
an amount equal to 10% of the value of contract, in favour of AIIMS Patna issued by
any scheduled bank.
17.2 The performance Bank Guarantee submitted should be valid for One Year.
17.3 The Performance Bank Guarantee shall be refunded within 15 to 90 days after
completion of the contract as per order, or after the expiry of contract on
satisfactory completion of the same whichever is later.
17.4 No interest will be paid on Performance Bank Guarantee/ Earnest Money Deposit.
17.5 In case of breach of any terms and conditions of the contract or on unsatisfactory
performance, the amount of security deposit shall be liable forfeited by Medical
Superintendent, AIIMS Patna and his decision shall be final
17.6 The expenses of completing and stamping the agreement shall be paid by the
bidder.
Page | 9
S C H E D U L E O F R E Q U I R E M E N T S
Sl. No. Item Name Specification Qty EMD
KITCHEN SECTION
CK-01 Spreader table with undershelf 450x750x850+150 1 240
CK-02 SS Mobile tandoor 750x750x850+150 1 700
CK-03 Salamender Imported, for 1/1 GN pans 1 700
size, Make Electrolux / Sirman
/ Kingwin
CK-04 Two burner range with pipe undershelf 1200x750x850+150 2 1200
CK-05 Work table with undershelf 450x750x850+150 1 240
CK-06 Sink unit 550x675x850+150 1 280
CK-07 SS Garbage bin on wheel 1 160
CK-08 Chapati rolling table 1050x600x850+150 1 360
CK-09 Chapati puffer plate with pipe undershelf 1500x675x850+150 1 1100
CK-10 Spare
CK-11 Chapati dumping table 600x600x850+150 1 190
CK-12 Bussing cart 750x600x850 1 480
CK-13 Work table with undershelf 350x750x850+150 1 240
CK-14 Four burner range 750x750x850+150 1 700
CK-15 Sink unit 400x750x850+150 1 280
CK-16 Spare
CK-17 Work table with undershelf 450x750x850+150 1 240
CK-18 Soup steamer 900x750x850+450 1 800
CK-19 Work table with undershelf 450x750x850+150 1 240
CK-20 Work table with crossbrasing 1350x600x850 1 360
CK-21 Mobile masala trolley 650x750x750 1 420
CK-22 Spare
CK-23 Work table with undershelf 1350x600x850 1 560
CK-24- Spare nos.
31
VEG-PREP SECTION
PR-01 Work table with sink and back splash on rear & 1800x600x850+150
right side. 1 700
CK-07 SS Garbage bin on wheel 1 160
PR-03 Vegetable trolley 500x600x750 2 960
PR-04 Work table 1800x600x850+150 1 560
PR-05 Vegetable cutter with 8 nos. blades & blade Imported,Make Robot Coupe / 1 2500
Stand Electrolux / Royal Italy Model
TM
PR-06 Onion / potato bin 900x600x750 1 640
PR-07 Potato peeler 10 Kg 1 1100
PR-08 Work table with 2 undershelf 1050x600x850+150 1 360
PR-09 Pulveriser 3 Hp 1 800
PR-10 Wet masala grinder-Tilting type 10 Ltrs 1 1000
Page | 10
PANTRY SECTION
PN-01 Work table with sink and back splash on rear & 1750x700x850+150 1 600
left side.
PN-02- Spare nos.
03
PN-04 Milk / water boiler Imported, 7 Ltrs., Make 1 900
Fiamma Portugal / Animo
PN-05 Two door vertical refrigerator-Auto defrost Imported,750x750x2100 Make 1 1800
System Electrolux/ Fagor / Sinowar
PN-06 Sandwich griller Imported, Model Jumbo, Make 1 600
Sirman / Roller Grill/ Kingwin
PN-07 Two door vertical refrigerator-Auto defrost Imported,750x750x2100 Make 1 2300
System Electrolux/ Fagor / Sinowar
PN-08 Work table with 2 undershelf 1200x700x850+150 2 1000
PN-09 Wall shelf 1200x300 2 240
PN-10 Commercial microwave oven Imported, 38 Ltrs. Make 1 1300
Fiamma Portugal / Amana
PN-11- Spare nos.
12
DISH WASH SECTION
DW-01 Dish landing table with garbage shute 1275x750x850+150 1 480
DW-02 Over head glass rack shelf 1275x550x600 1 240
CK-07 Spare
DW-04 Pre wash two sink unit 1200x750x850+150 1 600
DW-05 Pre rinse sink 1 520
DW-06 Hood type dish washer Imported, Make Winterhalter / 1 5500
DW-07 Unloading table 950x750x850+150 1 300
DW-08 Pot rack 1200x600x1800 1 560
DW-09 Spare
STORE SECTION
ST-01 Four door refrigerator-Auto defrost system Imported,1350x800x2100, 1 2500
Make Electrolux/ Fagor /
Sinowar
ST-02 Storage bin 400x600x750 2 240
ST-03 Storage rack 900x450x1800 6 2220
EXHAUST HOOD
EX-01 SS Insulated double skin exhaust hood with SS filter 2100X2100x500 1
2100
EX-02 SS Insulated double skin exhaust hood with SS filter 1800x 1100x 500
1 1200
EX-03 SS Insulated double skin exhaust hood with SS filter 2700x1100x500
1 1800
EX-04 Spare
1 GI exhaust ducting 300 Sq.ft (Approx) 300 600
Page | 11
Sq ft
2 ID blower 10000 CFM, Make Crompton 1 1900
/ ABB / Havels Motor
3 LPG gas bank for 12 nos. cylinders manifold For 12 nos. Cylinders 1 600
with complete fitting and accessories manifold
4 LPG gas piping with 15 nos. gas connection 50 RFt., Make Jindal & Tata 50 1000
points with complete fitting and accessories RFt. .
5 Patient hot food trolley- insulated top bain 1250x700x900 (Approx) 2
maire with storage and 7 nos. container on top 2400
(6nos. 200 dia and 1 no. 1/1x150mm). Electric
operated with thermostate controller
Utensils
1 Dekchi Aluminium 22 inch with lid 2
43
2 Dekchi
Aluminium 24
inch with lid 2
54
3 Ata Cholni 4 in 1
SS
1
6
4 Basket SS 2
36
5 Belan Wooden 8
29
6 Breakfast Plate Begani 100
130
7 Bucket SS (1.24) 6
179
8 Caserol 5 Ltr 1
42
9 Cholni S/S 1
2
10 Chopping Board SS 3
69
11 Cooker SS 22 Ltr 1
108
12 Desert Spoon SS 100
300
13 Dibba SS 18 inches 6
90
14 Fish cutting knife SS 2
6
15 Fry Pan SS 1
12
16 Fry Pan Heavy SS 2
24
17 Glass for water SS 400
680
18 Jara Iron Medium Iron 2
10
19 Jalebi Tali Iron 1
16
20 Jhara Iron 1
6
Page | 12
21 Jhara Iron Big Iron 1
7
22 Kadahi Big Iron 1
31
23 Kidahi Big Big 20 " 1
41
24 Kadahi Iron Big 24" 2
88
25 Kaddukash SS 2
11
26 Kalchul SS Big 10
24
27 Kalchul Ex Big 1
5
28 Kadahi SS 20 " 2
66
29 Khal -Mushal Iron 1
8
30 Knife big SS 2
12
31 Knife Ex Big SS 1
7
32 Knife Small SS 1
3
33 Palta Iron 1
3
34 Palta
SS Ex big 30
inches 1
16
35 Pawali 20"x24" 1
25
36 Ration Dabba Big 6
124
37 Ration Dabba Small 6
54
38 Rectangular service tray SS 6
54
39 Rice collection SS Big 2
40
40 Rice Spoon Five finger 5
4
41 Rumali Roti Tawa SS/Iron 2
35
42 Sauce Pan Alu SS 1
6
43 Service Pan spoon SS 400
960
44 Soup Trainer SS 1
8
45 Steel Chimta SS Big 2
2
46 Tawa Big Iron Big 1
13
Page | 13
47 Tawa small Iron Small 1
6
48 Tawa (Dosa) Iron 1
29
49 Tea container SS 10 Ltr 1
33
50 Tea Strainer SS Big 1
2
51 Tea Strainer Small 1
2
52 Tiffin Plate SS 150
1890
53 Tope Alu with Lid
Aluminium 10
Lit 2
36
54 Tope Alu with Lid
Aluminium 15
Lit 1
23
55 Tope Alu with Lid
Aluminium 6
Lit 1
16
56 Tope with Lid 4 Lit 4
72
57 Tope with Lid 5 ltr 4
82
58 Tope with Lid S/S 25 Lit 1
48
59 Tray Iron 2
84
60 Wash Tub Alu Aluminium 6
167
61 Wash Tub Heavy Iron 1
18
62 Water Jug SS 12
58
63 Service Trolley SS 2
960
64 Waste Plate Trolley SS 1
550
65 Thali SS 250
825
Page | 14
TERMS & CONDITIONS OF THE CONTRACT
1. Manner of Submission of Tender: The bidding should be done on two bid method
viz 1) Technical Bid & 2) Commercial / Price Bid. The bidders should ensure that the
Technical bid complete in all respect and containing the required enclosures
(attested Photocopy) is sealed in a separate envelop and the commercial bid sealed
in a separate envelop & both the sealed envelopes are kept and sealed in a suitable
size of envelop. All envelop will be address to The Medical Superintendent, AIIMS,
Patna. The Sealed Technical bid Envelop of all bidders will be opened first. Only the
Commercial bids of those who have furnished all the valid documents will be
opened.
2. Language: The language of the Tender shall be in English.
3. Documents to Accompany Tender: The Tenderer shall submit the Documents
mentioned in the clause 16 of General Instructions to the Tender.
4. The bidders must have at least 05 (Five) years experience in this job and
credentials of Rs. 50 Lacks annually in this business in the last three years done in
any Govt. Hospital directly. Credential Certificate in this regard must be furnished
by the bidders along with their Tender.
5. The firm / agency must have requisite trade and other licenses to do the business
of Surgical & Medical Equipment & Instrument for which the bid is being made.
6. Earnest Money Deposit: Each Tender must be accompanied with “Earnest Money
Deposit” in the form of Demand Draft, as mentioned in the Notice Inviting Tender.
7. Forfeiture of Earnest Money:-
a) If the Bidders withdraw their Bids after opening of the same or the
successful bidders withdraw their Bids after approval of their rates.
b) If the successful bidders fails supply or refused either partial or total offer
(Acceptance) made by The Medical Superintendent, AIIMS, Patna.
8. Return of Earnest Money :-
a) After finalization of the Tender, the deposited Earnest Money will be
returned back to the unsuccessful bidders.
b) On receipt of Security Deposit, the deposited Earnest Money will be
returned back to the successful Bidders.
9. Deposition of Security Money: - The Selected bidders must deposit the requisite
amount of Security Money (10% of the approximates value of accepted items)
within the stipulated date specified in the acceptance letter. The approved firm
shall deposit the Security Money in the form of Demand Draft/Bank Guarantee
payable at Patna duly pledged in favour of AIIMS, Patna.
Page | 15
10. Forfeiture of Security Money :-
a) In the event of failure to supply or maintain the equipment / instruments as
per Work Order within the stipulated period, the security deposit may be
forfeited.
b) In that event, supply of the said equipment may be taken from the next
lowest bidder vide the same Work Order at contractors risk and cost
without any farther reference, so that the loss incurred would be
recoverable from the Security Deposit of the said contractor or from any
sum due of which may become due to the contractors.
c) If any equipment/ instrument is damaged by the approved firm, cost
of the same will be deducted from the deposited Security money of the
contractor.
11. Refund of Security Deposit - After successful completion of entire supply and
period of maintenance Security Deposit will be refunded within the six months if
not extended for further period.
12. Submission of Documents:-
a) Each Tender must accompany attested photocopy of Pan Card, Trade
License, Sales Tax Clearance Certificate / VAT Registration Certificate,
Service Tax Registration Certificate, and Experience Certificate.
b) The bidder must submit attested photocopy of Income Tax, Sales Tax / VAT
and Service Tax return of last three years.
c) In case of SSI unit, current SSI certificate must be deposited by the bidder
along with his Tender which is issued in favour of the bidder for this type of
jobs.
d) In case of Co-operative Society Limited, Companies etc. this type of jobs
must be included in the object of their By-laws or MoA as the case may be.
13. Submission of the Tender:-
a) Bidder at their own cost shall have to submit Tender at the office of Medical
Superintendent, AIIMS Patna within the schedule date and time as
mentioned in the Tender Notification No. AIIMS/Pat/Tender/Kitchen
Equipments/2014 Dated 08/01/2014.
b) The said sealed documental bids will be opened by the Tender Purchase
Committee in presence of the Bidders or representative of the Bidders who
may be present in the opening date & time.
14. Rates :-
a) Rates should be clearly quoted in both in figures and words in respect of
each item. Rate should be quoted inclusive of all Taxes. VAT & Service tax .
All corrections must be initialled.
Page | 16
b) Rate should be quoted for all equipment / instrument in details as
described in the tender schedule otherwise tender will be rejected.
15. In the event of the tender being submitted by a firm, it must be signed separately
by each member thereof, or in the event of absence of any partners, it must be
signed on his behalf by a person holding “Power of Attorney” authorizing him to do
so. Such “Power of Attorney” is to be produced with the Tender and in the case of
the firm, carried on by one member of Joint Family, it must be disclosed that the
firm is duly registered under the ‘Indian Partnership Act”.
16. Necessary proof as to the financial status of the individual and firm tendering is to
be attested and submitted.
17. Tender Form with all the relevant papers in details shall be essential part of the
Tender.
18. Before submission of the Tender, the bidder shall sign each page of his Tender and
all of its relevant papers with date. The additional alternative and or subtractive
clause (if any) shall also to be signed by the bidder.
19. Warranty: - The goods/stores/articles/furniture/equipments supplied by result of
this contract/supply order shall be of the best quality and workmanship and new in
all respects and shall be strictly in accordance with the specifications and
particulars contained /mentioned against each item in the tender document/supply
order. The seller guarantees that the said goods/stores/articles/
furniture/equipments would continue to confirm to the description and quality
aforesaid for a period of 12 months from the date of delivery/installation of the
said goods/stores/articles/furniture/equipments to the buyer or 15 months from
the date of shipment/dispatch from the sellers work, whichever is earlier.
20. Option Clause: - During the currency of the contract, the buyer (AIIMS Patna) can
exercise an option to procure an additional 50% of the original contracted quantity
in accordance with the same terms & conditions of the present contract. This will
be applicable within currency of contract. The Bidder is to confirm the acceptance
of the same for inclusion in the contract. It will be entirely the discretion of the
Buyer to exercise this option or not.
21. Repeat Order Clause:- The buyer (AIIMS Patna) can order up to 50% quantity of
the items under the present contract within six months from the date of
supply/successful completion of the work, the cost, terms & conditions remaining
the same. The bidder is to confirm acceptance of this clause. It would be entirely
the discretion of the buyer to place the repeat order or not.
22. Apportionment of Quantity: If there is apprehension that the L 1 may not have the
capacity to supply the entire requisite quantity within the defined time the order
may be placed on L 2, L 3 and so on for the balance quantity at L 1 rates, provided
this is acceptable to them. The ratio of splitting of supply order will be worked as
per the capability of the L 1 firm.
Page | 17
23. The quantity as per the Annexure “2” may be revised upward/downward subject
to the requirement of the Institute. Any minor deviation or variation will bear no
financial effect. The vendor will work in association with civil contractors of the
institute to ensure proper connectivity to all fittings and fixtures.
24. Disputes: - In the event of any dispute or disagreement arising between the
contractors and any other department of AIIMS Patna with regards to the
interpretation of “Terms & Conditions” stipulated herein or in the contract done,
the same shall be referred to the Director, AIIMS Patna whose decision will be final
and binding upon the contractor.
25. Rate must be valid for entire tender period (Up to 31st December, 2014), which, if
the Institute authority desires, may be extended for further period issuing proper
notification.
26. Acceptance of lowest tender is not obligatory.
27. The AIIMS Patna reserves all rights to accept or reject any Tender without showing
any reason.
28. The Tender, submitted by the firm who have already been declared as Black Listed
or whose contract was terminated for dissatisfactory supply or repairing works or
who was unable to execute any repairing order in this hospital or in any other
Hospital run by the state or central government., will not be considered even
his being the lowest rate.
29. Regarding Supply and Charges for repairing, Abnormal Low Rate or Abnormal High
Rates (in comparison to the market Rate) will not be considered.
30. The approved firm, after supplying the equipments, have to deposit the spares (if
any) to the in-charge of the respective user Department which should be shown
clearly in the Service Reports duplicate copy of which must be furnished to the
AIIMS Store. The repairing bill may be submitted after execution of the work order
satisfactorily along with the Service Report duly certified by the in-charge of the
respective user Department.
(A.K.Pandey)
Medical Superintendent
SIGNATURE OF THE BIDDER
Page | 18
ANNEXURE “1”
TECHNICAL BID FORMAT:
1 Name of the firm/ Society/ Company/
Proprietary Concern
2 Address of registered office
3 Address of the office at Patna
4 Telephone Nos./Fax/E-mail at Patna
5 Earnest Deposits money (EMD) Yes/No
6 EMD Details
FRD/Bank Draft No.
Dated
Amount (In Figures)
Amount (In Words)
7
Banker of Company/ Firm/agency with full
address (Attach certified copy of statement of
A/c for the last year)
Telephone Number of Banker
8 PAN / GIR No.
(Attach attested copy)
9 VAT/SALE TAX Reg. No.
(Attach attested copy)
10 Service Tax Registration No.
(Attach attested copy)
Page | 19
11 Details of clients along with address, telephone
and Fax numbers, Amount of contract,
Duration of contract (Attach a separate sheet)
12
Proof of financial status in form of Audit
Report, Balance Sheet, Profit & Loss A/c along
with all the schedules etc. For the last three
financial years. Average Annual turnover of at
least Rs. 1 Crore.
13 Acceptance of terms & conditions attached
(Yes/No). Please sign each page of terms and
conditions as token of acceptance and submit as
part of tender document.
14 Have you/your expert physically inspected/
surveyed the hospitals premises before
submitting the tender. (Yes/No)
15 Enclose an affidavit duly certified by
(enclosed/Not enclosed) the notary at the
location of the Agencies/Head quarters Patna
that the tenderer has never been black listed
or punished by any court for any criminal
offence/breach of contract and that no
police/vigilance enquiry/criminal case is
pending.
(Signatures of the authorized signatory with seal of tendering firm)
Date: Name:-
Place: Address:-
Mob. No. -
Page | 20
ANNEXURE “2”
PRICE BID FORM
To,
The Medical Superintendent, AIIMS Patna.
Dear Sir,
1. I/We .......................................................................................submitted the bid
for Tender No. AIIMS/Pat/Tender/Kitchen Equipments/2014 dated
08.01.2014 for “Set-up of Laboratory” at AIIMS Patna.
2. I/We thoroughly examined and understood instructions to tenders,
scope of work, terms & conditions of contract given in the tender
document and those contained appendix of Terms & Conditions of
contract and agree to abide by them.
3. I/We hereby offer to supply of Medical Equipments at the following rates.
I/We undertake that I/We are not entitled to claim any enhancement of
rates on any account during the tenure of the contract.
Sl. No. Item Name Specification Qty
Unit Rate Inclusive of all Taxes Total Amount
KITCHEN SECTION
CK-01 Spreader table with undershelf 450x750x850+150 1
CK-02 SS Mobile tandoor 750x750x850+150 1
CK-03 Salamender Imported, for 1/1 GN pans 1 size, Make Electrolux / Sirman
/ Kingwin
CK-04 Two burner range with pipe undershelf 1200x750x850+150 2
CK-05 Work table with undershelf 450x750x850+150 1
CK-06 Sink unit 550x675x850+150 1
CK-07 SS Garbage bin on wheel 1
CK-08 Chapati rolling table 1050x600x850+150 1
CK-09 Chapati puffer plate with pipe undershelf 1500x675x850+150 1
CK-10 Spare
CK-11 Chapati dumping table 600x600x850+150 1
CK-12 Bussing cart 750x600x850 1
CK-13 Work table with undershelf 350x750x850+150 1
CK-14 Four burner range 750x750x850+150 1
CK-15 Sink unit 400x750x850+150 1
CK-16 Spare
CK-17 Work table with undershelf 450x750x850+150 1
CK-18 Soup steamer 900x750x850+450 1
Page | 21
CK-19 Work table with undershelf 450x750x850+150 1
CK-20 Work table with crossbrasing 1350x600x850 1
CK-21 Mobile masala trolley 650x750x750 1
CK-22 Spare
CK-23 Work table with undershelf 1350x600x850 1
CK-24- Spare nos.
31
VEG-PREP SECTION
PR-01 Work table with sink and back splash on rear & 1800x600x850+150 1 right side.
CK-07 SS Garbage bin on wheel 1
PR-03 Vegetable trolley 500x600x750 2
PR-04 Work table 1800x600x850+150 1
PR-05 Vegetable cutter with 8 nos. blades & blade Imported,Make Robot Coupe / 1 Stand Electrolux / Royal Italy Model
TM
PR-06 Onion / potato bin 900x600x750 1
PR-07 Potato peeler 10 Kg 1
PR-08 Work table with 2 undershelf 1050x600x850+150 1
PR-09 Pulveriser 3 Hp 1
PR-10 Wet masala grinder-Tilting type 10 Ltrs 1
PANTRY SECTION
PN-01 Work table with sink and back splash on rear & 1750x700x850+150 1 left side.
PN-02- Spare nos.
03
PN-04 Milk / water boiler Imported, 7 Ltrs., Make 1 Fiamma Portugal / Animo
PN-05 Two door vertical refrigerator-Auto defrost Imported,750x750x2100 Make 1 System Electrolux/ Fagor / Sinowar
PN-06 Sandwich griller Imported, Model Jumbo, Make 1 Sirman / Roller Grill/ Kingwin
PN-07 Two door vertical refrigerator-Auto defrost Imported,750x750x2100 Make 1 System Electrolux/ Fagor / Sinowar
PN-08 Work table with 2 undershelf 1200x700x850+150 2
PN-09 Wall shelf 1200x300 2
PN-10 Commercial microwave oven Imported, 38 Ltrs. Make 1 Fiamma Portugal / Amana
PN-11- Spare nos.
12
DISH WASH SECTION
DW-01 Dish landing table with garbage shute 1275x750x850+150 1
DW-02 Over head glass rack shelf 1275x550x600 1
Page | 22
CK-07 Spare
DW-04 Pre wash two sink unit 1200x750x850+150 1
DW-05 Pre rinse sink 1
DW-06 Hood type dish washer Imported, Make Winterhalter / 1
DW-07 Unloading table 950x750x850+150 1
DW-08 Pot rack 1200x600x1800 1
DW-09 Spare
STORE SECTION
ST-01 Four door refrigerator-Auto defrost system Imported,1350x800x2100, 1
Make Electrolux/ Fagor /
Sinowar
ST-02 Storage bin 400x600x750 2
ST-03 Storage rack 900x450x1800 6
EXHAUST HOOD
EX-01 SS Insulated double skin exhaust hood with SS
filter 2100X2100x500 1
EX-02 SS Insulated double skin exhaust hood with SS filter 1800x 1100x 500 1
EX-03 SS Insulated double skin exhaust hood with SS filter 2700x1100x500 1
EX-04 Spare
1 GI exhaust ducting 300 Sq.ft (Approx) 300 Sq ft
2 ID blower 10000 CFM, Make Crompton 1 / ABB / Havels Motor
3 LPG gas bank for 12 nos. cylinders manifold For 12 nos. Cylinders 1 with complete fitting and accessories manifold
4 LPG gas piping with 15 nos. gas connection 50 RFt., Make Jindal & Tata 50 points with complete fitting and accessories RFt. .
5 Patient hot food trolley- insulated top bain 1250x700x900 (Approx) 2 maire with storage and 7 nos. container on top
(6nos. 200 dia and 1 no. 1/1x150mm). Electric
operated with thermostate controller
Utensils
1 Dekchi
Aluminium
22 inch with
lid 2
2 Dekchi
Aluminium 24
inch with lid 2
3 Ata Cholni 4 in 1
SS
1
4 Basket SS 2
5 Belan Wooden 8
Page | 23
6 Breakfast Plate Begani 100
7 Bucket SS (1.24) 6
8 Caserol 5 Ltr 1
9 Cholni S/S 1
10 Chopping Board SS 3
11 Cooker SS 22 Ltr 1
12 Desert Spoon SS 100
13 Dibba SS 18 inches 6
14 Fish cutting knife SS 2
15 Fry Pan SS 1
16 Fry Pan Heavy SS 2
17 Glass for water SS 400
18 Jara Iron Medium Iron 2
19 Jalebi Tali Iron 1
20 Jhara Iron 1
21 Jhara Iron Big Iron 1
22 Kadahi Big Iron 1
23 Kidahi Big Big 20 " 1
24 Kadahi Iron Big 24" 2
25 Kaddukash SS 2
26 Kalchul SS Big 10
27 Kalchul Ex Big 1
28 Kadahi SS 20 " 2
29 Khal -Mushal Iron 1
30 Knife big SS 2
31 Knife Ex Big SS 1
Page | 24
32 Knife Small SS 1
33 Palta Iron 1
34 Palta
SS Ex big 30
inches 1
35 Pawali 20"x24" 1
36 Ration Dabba Big 6
37 Ration Dabba Small 6
38 Rectangular service tray SS 6
39 Rice collection SS Big 2
40 Rice Spoon Five finger 5
41 Rumali Roti Tawa SS/Iron 2
42 Sauce Pan Alu SS 1
43 Service Pan spoon SS 400
44 Soup Trainer SS 1
45 Steel Chimta SS Big 2
46 Tawa Big Iron Big 1
47 Tawa small Iron Small 1
48 Tawa (Dosa) Iron 1
49 Tea container SS 10 Ltr 1
50 Tea Strainer SS Big 1
51 Tea Strainer Small 1
52 Tiffin Plate SS 150
53 Tope Alu with Lid
Aluminium 10
Lit 2
54 Tope Alu with Lid
Aluminium 15
Lit 1
55 Tope Alu with Lid
Aluminium 6
Lit 1
56 Tope with Lid 4 Lit 4
57 Tope with Lid 5 ltr 4
58 Tope with Lid S/S 25 Lit 1
Page | 25
59 Tray Iron 2
60 Wash Tub Alu Aluminium 6
61 Wash Tub Heavy Iron 1
62 Water Jug SS 12
63 Service Trolley SS 2
64 Waste Plate Trolley SS 1
65 Thali SS 250
Total
(Signature of Authorised Person)
(Name)
(Designation)
Name of Firm/Company/Agency
Contact Details
Page | 26
ANNEXURE “3”
Format of Experience certificate
Project Name
Name of the Employer*
Description of work
Contract No.
Value of Contract (Rs. In Lakhs)
Date of issue of work order
Stipulated period of completion
Actual date of completion
Remarks explaining reasons for delay & work completed)
* Attach certificate(s) of payments.
** Immediately preceding the financial year in which bids are received.
Page | 27
ANNEXURE “4”
DETAILS OF SIMILAR WORKS EXECUTED DURING THE LAST 3 (THREE) YEARS
Name of the Agency.........................................
1 2 3 4 5 6 7
Contract no./Supply order No.
Name of Organisation
Description of Contract/Supply
No. of Items Supplied
Value Year of contract
Continuing (YES/NO)
Page | 28
ANNEXURE “5”
D E C L A R A T I O N From:- M/s...............................................
......................................................
......................................................
To
Medical Superintendent,
All India Institute of Medical Sciences,
Medical College Building,
Phulwarisharif, Patna – 801505
1. I, ____________________________________Son / Daughter / Wife of Shri_______________________________ Proprietor/Director authorized signatory of the agency/Firm, mentioned above, is competent to sign this declaration and execute this tender document; 2. I have carefully read and understood all the terms and conditions of the tender and undertake to abide by them; 3. The information / documents furnished along with the above application are true and authentic to the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false information / fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law. 4. I/We further undertake that none of the Proprietor/Partners/Directors of
the organization was or is Proprietor or Partner or Director of any organization
with whom the Government have banned /suspended business dealings. I/We
further undertake to report to the Medical Superintendent, AIIMS, Patna
immediately after we are informed but in any case not later 15 days, if any Agency
in which Proprietor/Partners/Directors are Proprietor or Partner or Director of
such a Agency which is banned/suspended in future during the currency of the
Contract with you.
Yours faithfully,
(Signature of the Bidder)
Date: Name:
Place: Designation
Seal of the Agency Address:
Page | 29
ANNEXURE – “6”
BANK GUARANTEE FORM FOR EMD
Whereas ______________________________ (hereinafter called the “Bidder”) has submitted its
quotation dated ___________________ for the supply of
_____________________________(hereinafter called the “tender”) against the purchaser’s tender
enquiry No.__________________________________ Know all persons by these presents that we
______________________________ of _______________________________ (Hereinafter called
the “Bank”) having our registered office at ________________________________ are bound unto
____________________________ (hereinafter called the “Purchaser) in the sum of
_________________________ for which payment will and truly to be made to the said Purchaser,
the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of
the said Bank this _____________________ day of _______ 20____. The conditions of this
obligation are:
(1) If the Bidder withdraws or amends, impairs or derogates from the tender in any respect
within the period of validity of this tender.
(2) If the Bidder having been notified of the acceptance of his tender by the Purchaser during
the period of its validity:-
a) fails or refuses to furnish the performance security for the due performance of the
contract,
or,
b) fails or refuses to accept/execute the contract,
or
c) if it comes to notice that the information/documents furnished in its tender is incorrect,
false, misleading or forged.
We undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand the
Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or
both the two conditions, specifying the occurred condition(s).
This guarantee will remain in force for a period of 45 days after the period of tender validity and
any demand in respect thereof should reach the Bank not later than the above date.
(Signature of the authorised officer of the Bank)
Name and designation of the officer
Seal, name & address of the Bank and address of the Branch
Page | 30
ANNEXURE “7”
FORMAT FOR BANK GUARANTEE TOWARDS PERFORMANCE SECURITY
(To be executed by any scheduled bank, on a non-judicial stamp paper under bank's covering letter mentioning address of the bank) To, All India Institute of Medical Sciences, Patna
Phulwarisharif, Patna - 801505
In consideration of All India Institute of Medical Sciences, Patna [hereinafter referred to as AIIMS', which expression unless repugnant to the context and meaning thereof shall include its successors and assigns] having agreed to exempt M/s__________________________________________________ [hereinafter referred to as 'supplier /contractor' which expression unless repugnant to the context and meaning thereof shall include its successors and assigns] from depositing with AIIMS a sum of Rs._____________ (Rupees _______________________) towards security / performance guarantee in lieu of the said contractor having agreed to furnish a bank guarantee for the said sum of Rs. ___________________ (Rupees ________________________) as required under the terms and conditions of contract / work order no dated ________________ [ hereinafter referred as the order'] placed by AIIMS on the said supplier /contractor. We,______________ the bank [hereinafter referred to as 'the bank' which expression shall include its successors and assigns] do hereby undertake to pay AIIMS an amount not exceeding Rs. ____________ (Rupees ___________________________) on the demand made by AIIMS on us due to a breach committed by the said supplier /contractor of the terms and conditions of the contract /order.
1. We_____________________ the bank hereby undertake to pay the amount under the guarantee without any demur merely on a demand from AIIMS stating that there is a breach by the supplier / contractor of any of the terms and conditions contained in the order or by the reasons of the supplier's / contractor's failure to comply with the terms and conditions as stipulated in the order or amendment(s) thereto. The demand made on the bank shall be conclusive as to the breach of the terms and conditions of the order and as regard to the amount due and payable by the bank under this guarantee, notwithstanding any dispute or disputes raised by the said supplier / contractor regarding the validity of such breach and we agree to pay the amount so demanded by AIIMS without any demur. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs._________________________ (Rupees _______________________).
2. We, the bank further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said order and that it shall continue to be enforceable till the dues of AIIMS under or by virtue of the said order have been fully paid and its claim satisfied or discharged or till AIIMS certifies that the terms and conditions of the order have been fully and properly carried out by the supplier / contractor and accordingly discharge the guarantee.
Page | 31
3. We the bank, undertake to pay to AIIMS any money so demanded notwithstanding any dispute or disputes raised by the said supplier /contractor in any suit or proceedings pending before any court or tribunal relating thereto as our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the said supplier / contractor shall have no claim against us for making such payment. 4. We ________________ the bank further agree that AIIMS shall have full liberty, without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the order / contract or to extend time of performance by the said supplier / contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by the AIIMS against the said supplier / contractor and to forbear or enforce any of the terms and conditions relating to the order and shall not be relieved from our liability by reason of any such variation or extension being granted to the said supplier / contractor or for any forbearance, act or omission on the part of AIIMS or any indulgence by AIIMS to the supplier / contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us. 5. Our liability under this guarantee is restricted to Rs. ________________ (Rupees _________________) and shall remain in force up to ___________ unless demand or claim under this guarantee is made on us in writing within 6 months from the date of expiry viz. ________. We shall be discharged from all liabilities under this guarantee thereafter. 6. This guarantee will not discharge due to change in the constitution in the bank or the said supplier / contractor. 7. The bank hereby agrees to address all the future correspondence in regard to this bank guarantee to The Medical Superintendent, All India Institute of Medical Sciences, Patna. 8. We, _____________ the bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the AIIMS in writing. Signed on the _________________ day of _______________
Signature For the Bank Witness: Name(s) & Designation(s)
Name & Address