106
ALL INDIA INSTITUTE OF MEDICAL SCIENCES, ANSARI NAGAR, NEW DELHI- 110 029, INDIA . S.NO. OF TENDER : _______ FILE NO. : XX-376/SO(DO)/Ortho/2013-14/FSC-I Name of the party in whose : _______________________________ Favour the Tender form has ____________________________________ been issued: ____________________________________ ____________________________________ (SEAL OF THE OFFICER) TENDER ENQUIRY DOCUMENT FOR PURCHASE, INSTALLATION & COMMISSIONING OF MODULAR PREFABRICATED OPERATION THEATERS WITH VARIOUS SERVICES FOR OT COMPLEX AND SITE PREPARATION- 5 NOS.

View Tend Doc

Embed Size (px)

DESCRIPTION

document

Citation preview

Page 1: View Tend Doc

ALL INDIA INSTITUTE OF MEDICAL

SCIENCES, ANSARI NAGAR, NEW DELHI-

110 029, INDIA.

S.NO. OF TENDER : _______

FILE NO. : XX-376/SO(DO)/Ortho/2013-14/FSC-I

Name of the party in whose : _______________________________

Favour the Tender form has ____________________________________

been issued: ____________________________________

____________________________________

(SEAL OF THE OFFICER)

TENDER ENQUIRY DOCUMENT FOR PURCHASE, INSTALLATION &

COMMISSIONING OF MODULAR

PREFABRICATED OPERATION THEATERS

WITH VARIOUS SERVICES FOR OT COMPLEX

AND SITE PREPARATION- 5 NOS.

Page 2: View Tend Doc

INDEX

Section Topic Page No.

Section I – Notice Inviting Tender (NIT) -------------------------------------------------------------- 03

Section II – General Instructions to Tenderer (GIT) --------------------------------------------------------- 07

Section III – Special Instructions to Tenderer (SIT) ----------------------------------------------------------- 25

Section IV – General Conditions of Contract (GCC) ---------------------------------------------------------- 27

Section V – Special Conditions of Contract (SCC) -------------------------------------------------------------42

Section VI – Schedule of Requirements ----------------------------------------------------------------------------- 43

Section VII – Important Terms and conditions ------------------------------------------------------------------ 45

Section VIII – Quality Control Requirements --------------------------------------------------------------------- 47

Section IX – Qualification Criteria ---------------------------------------------------------------------------------- 48

Section X – Tender Form ----------------------------------------------------------------------------------------------- 50

Section XI – A-Price Schedules for domestic equipment------------------------------------------------------ 51

-- B-Price Schedules for imported equipment------------------------------------------------------- 52

-- C-Price Schedule for CMC ---------------------------------------------------------------------------- 53

-- D-Price Schedule for turnkey------------------------------------------------------------------------- 54

Section XII – Questionnaire --------------------------------------------------------------------------------------------- 55

Section XIII – Bank Guarantee Form for EMD ------------------------------------------------------------------ 56

Section XIV – Manufacturer‟s Authorisation Form ------------------------------------------------------------- 57

Section XV – Bank Guarantee Form for Performance Security /CMC Security ------------------- 58

Section XVI – Check List for the Bidders --------------------------------------------------------------------------- 59

Section XVII – Technical specifications ------------------------------------------------------------------------------- 62

Page 3: View Tend Doc

Page | 3

(1) F. NO.XVI-01/SO(DO)/2013-14 (Part-IX)

On behalf of Director, AIIMS, Ansari Nagar, New Delhi-110 029, Stores Officer (DO) invites sealed

tenders in two bid system (Technical bid and financial bid) from reputed, eligible and qualified

firms/manufacturer for supply of following Goods:

S.

No. Tender Enquiry Number

Brief Description of Goods

(Item name) Qty.

Tender

fee (in

Rs. or

for an

equivale

nt

amount

in

foreign

currency)

Amount of Bid

Security (in Rs.

or for an

equivalent

amount in

foreign

currency)

1. XX-376/SO(DO)/Ortho/2013-14/FSC-I

Purchase, Installation & Commissioning of Modular

Prefabricated Operation Theaters with various Services

for OT Complex and Site preparation 05 2,000/- Rs.22,00,000/-

Date of pre-bid

conference/meeting with

prospective bidders/ (Venue

for meeting: Committee Room

of Stores Section (DO), 1st

Floor, Animal House Building,

Near Biotechnology Building,

AIIMS, New Delhi: 110 029.)

05.05.2014 at 10.30 a.m.

Last date for sale of TE

documents

09.06.2014 upto 12.30 p.m.

Closing date & Time for

Receipt of Bids:

On or before 10.06.2014 (upto 12.30. p.m.)

Date, Time and place for

opening of technical bids:

11.06.2014 at 10.30 a.m.

Committee Room of Stores Section (DO), 1st Floor, Animal House

Building, Near Biotechnology Building, AIIMS, New Delhi-110 029.

(2) Tender Enquiry documents containing detailed specifications along with terms and conditions can be had from the office of Stores Officer (DO) from 14.30 hrs. to 16.30 hrs on all working days (Monday to Friday) and 11.00 hrs to 12.30 hrs on Saturday, till a day prior to the closing date of receipt of bid indicated above.

(3) Tender Enquiry Documents may be purchased on payment of non-refundable fee (as mentioned

above in Indian currency or for an equivalent amount in foreign currency) by way of Demand Draft drawn

favour of „Director‟, AIIMS, drawn payable at New Delhi. (Postal Orders/Cash are not acceptable).

(4) If requested, the Tender Enquiry Documents will be mailed by Registered Post/Speed Post

to the domestic bidders and by international airmail to the foreign bidders, for which extra charges

per set will be Rs.100/- for domestic post and Rs. 500/- or an equivalent amount in foreign

ALL INDIA INSTITUTE OF MEDICAL SCIENCES

ANSARI NAGAR, NEW DELHI-110 029

NOTICE INVITING TENDERS (NIT)

Page 4: View Tend Doc

Page | 4

currency for international airmail. The bidder is to add the applicable postage cost in the non-

refundable fee mentioned in Para 3 above.

(5) The bidders may also download the tender documents directly from the website available at

www.aiims.ac.in, www.aiims.edu. and www.tenders.gov.in. in such case, the bidders are required

to submit the tender cost fee of Rs.(as mentioned in NIT) (Non-refundable) by way of separate

demand draft drawn in favour of „Director‟, AIIMS payable at New Delhi for each tender

separately and the same should essentially be enclosed along with the techno commercial bid.

The bidders should specifically superscribe, “downloaded from the website” on the top left corner

of the outer envelope containing techno commercial bid & price bid separately. In no case, the

tender cost fee should be mixed with EMD amount. The tenders not following the above

procedure will be summarily rejected.

(6) It is the responsibility of the Bidders to ensure that their Bids, whether sent by post or by courier or by

person, are dropped in the Tender Box of Stores Section (DO), 1st Floor, Animal fHouse Building

(Near Biotechnology Building), AIIMS, Ansari Nagar, New Delhi-110 029” or received by the closing

date and time stipulated above in the Para 2 for receipt of Bid, failing which the bid would be considered

late and rejected. The bids dropped in the other section/departments/Centres of AIIMS, will not be

considered for submission and such bids will be summarily rejected.

(7) The bid security as mentioned above will have to be deposited through Bank

Guarantee./Demand Draft drawn in favour of the “Director, AIIMS” New Delhi along with the

tender (Technical Bid). No interest is payable on Bid Security.

(8) The Tender Enquiry document is not transferable.

(9) In the event of any of the above mentioned dates being declared as a holiday / closed day for

AIIMS, the tenders will be sold/received/opened on the next working day at the prescribed venue

and time.

Please visit our website at www.aiims.edu, www.aiims.ac.in, & www.tenders.gov.in. for further details of this tender.

(SR. STORES OFFICER)

Stores Section (DO)

1st Floor, Animal House Building,

Near Biotechnology Building,

AIIMS, Ansari Nagar, New Delhi: 110 029.

Ph: 011-26594476

Page 5: View Tend Doc

Page | 5

SECTION - II

GENERAL INSTRUCTIONS FOR TENDERERS (GIT)

CONTENTS

Sl.

No. Topic

Page

No.

A PREAMBLE

1 Definitions and Abbreviations 7

2 Introduction 8

3 Availability of Funds 9

4 Language of Tender 9

5 Eligible Bidders 9

6 Eligible Goods and Services 9

7 Tendering Expense 9

B GLOBAL TENDER ENQUIRY DOCUMENTS

8 Contents of Tender Enquiry Documents 9

9 Amendments to Tender Enquiry Documents 10

10 Clarification of Tender Enquiry Documents 10

C PREPARATION OF TENDERS

11 Documents Comprising the Tender 10

12 Tender Currencies 11

13 Tender Prices 11

14 Indian Agent 14

15 Firm Price / Variable Price 15

16 Alternative Tenders 15

17 Documents Establishing Bidder‟s Eligibility and

Qualifications 15

18 Documents Establishing Good‟s Conformity to

Tender Enquiry Document 16

19 Earnest Money Deposit (EMD) 16

20 Tender Validity 17

21 Signing and Sealing of Tender 17

D SUBMISSION OF TENDERS

22 Submission of Tenders 18

23 Late bid 18

24 Alteration and Withdrawal of Tender 18

Page 6: View Tend Doc

Page | 6

E TENDER OPENING

25 Opening of Tenders 18

F SCRUTINY AND EVALUATION OF TENDERS

26 Basic Principle 19

27 Preliminary Scrutiny of Tenders 19

28 Minor Infirmity/Irregularity/Non-Conformity 20

29 Discrepancy in Prices 20

30 Discrepancy between original and copies of Tender 20

31 Qualification Criteria 21

32 Conversion of Tender Currencies (foreign) to Indian Rupees

21

33 Schedule-wise Evaluation 21

34 Comparison of Tenders 21

35 Additional Factors and Parameters for Evaluation and Ranking of Responsive Tenders

21

36 Bidder‟s capability to perform the contract 21

37 Contacting the Purchaser 22

G AWARD OF CONTRACT

38 Director/Purchaser‟s has right to accept any tender and to reject any or all tenders at any time

22

39 Award Criteria 22

40 Variation of Quantities at the Time of Award 22

41 Notification of Award 22

42 Issue of Contract form 22

43 Non-receipt of Performance Security and Contract

by the Purchaser/Consignee 23

44 Return of EMD 23

45 Publication of Tender Result 23

46 Corrupt or Fraudulent Practices 23

Page 7: View Tend Doc

Page | 7

SECTION – II

GENERAL INSTRUCTIONS TO TENDERERS (GIT)

A. PREAMBLE

1. Definitions and Abbreviations

1.1 The following definitions and abbreviations, which have been used in these documents shall

have the meanings as indicated below:

1.2. Definitions:

(i) “Purchaser” means the organization purchasing goods and services as

incorporated in the Tender Enquiry document.

(ii) “Tender” means Bids / Quotation / Tender received from a Firm / Bidder / Manufacturer.

(iii) “Bidder” means Bidder/ the Individual or Firm submitting Bids / Quotation /

Tender.

(iii) “Supplier” means the individual or the firm supplying the goods and services as

incorporated in the contract.

(iv) “Goods” means the articles, material, commodities, livestock, furniture, fixtures, raw material, spares, instruments, machinery, equipment, medical equipment, industrial plant etc. which the supplier is required to supply to the

purchaser under the contract. (v) “Services” means services allied and incidental to the supply of goods, such as

transportation, installation, commissioning, provision of technical assistance, training, after sales service, maintenance service and other such obligations of

the supplier covered under the contract. (vi) “Earnest Money Deposit” (EMD) means Bid Security/ monetary or financial

guarantee to be furnished by a bidder along with its tender.

(vii) “Contract” means the written agreement entered into between the purchaser and/or consignee and the supplier, together with all the documents mentioned

therein and including all attachments, annexure etc. therein. (viii) “Performance Security” means monetary or financial guarantee to be furnished

by the successful bidder for due performance of the contract placed on it.

(ix) “Consignee” means the user department of Institute to whom the goods are

required to be delivered as specified in the Contract. If the goods are required to be delivered to a person as an interim consignee for the purpose of despatch to

another person as provided in the Contract then that “another” person is the consignee, also known as ultimate consignee.

(x) “Specification” means the document/standard that prescribes the requirement with which goods or service has to conform.

(xi) “Inspection” means activities such as measuring, examining, testing, gauging

one or more characteristics of the product or service and comparing the same with the specified requirement to determine conformity.

(xii) “Day” means calendar day.

Page 8: View Tend Doc

Page | 8

1.3 Abbreviations:

(i) “T E Document” means Tender Enquiry Document

(ii) “GNIT” means Global Notice Inviting Tenders. (iii) “GIT” means General Instructions for Tenderer

(iv) “SIT” means Special Instructions for Tenderer (v) “GCC” means General Conditions of Contract

(vi) “SCC” means Special Conditions of Contract (vii) “DGS&D” means Directorate General of Supplies and Disposals (viii) “PSU” means Public Sector Undertaking

(ix) “CPSU” means Central Public Sector Undertaking (x) “LC” means Letter of Credit

(xi) “DP” means Delivery Period (xii) “BG” means Bank Guarantee

(xiii) “ED” means Excise Duty (xiv) “CD” means Custom Duty (xv) “VAT” means Value Added Tax

(xvi) “CENVAT” means Central Value Added Tax

(xvii) “CST” means Central Sales Tax

(xviii) “RR” means Railway Receipt (xix) “BL” means Bill of Lading

(xx) “FOB” means Free on Board (xxi) “FCA” means Free Carrier (xxii) “FOR” means Free On Rail

(xxiii) “CIF” means Cost, Insurance and Freight (xxiv) “CIP (Destinations)” means Carriage and Insurance Paid up to named port of

destination. (xxv) “DDP” means Delivery Duty Paid named place of destination (consignee site)

(xxvi) “INCOTERMS” means International Commercial Terms as on the date of Tender opening.

(xxvii) “AIIMS” means All India Institute of Medical Sciences, Ansari Nagar, New Delhi-

29.

(xxviii) “CMC” means Comprehensive Maintenance Contract (Including all spares, labour and preventive maintenance).

(xxix) “RT” means Re-Tender.

2. Introduction

2.1 The Purchaser has issued these TE documents for purchase of goods and related services as mentioned in Section – VI – “Schedule of Requirements”, which also indicates, interalia, the

required delivery schedule, terms and place of delivery.

2.2 This section (Section II - “General Instruction for Tenderers”) provides the relevant information as well as instructions to assist the prospective bidders in preparation and

submission of tenders. It also includes the mode and procedure to be adopted by the purchaser for receipt and opening as well as scrutiny and evaluation of tenders and

subsequent placement of contract.

2.3 The bidders shall also read the Special Instructions to Tenderers (SIT) related to this

purchase, as contained in Section III of these documents and follow the same accordingly. Whenever there is a conflict between the GIT and the SIT, the provisions contained in the

SIT shall prevail over those in the GIT.

Page 9: View Tend Doc

Page | 9

2.4 Before formulating and submitting the tender to the purchaser, the bidder should read and

examine all the terms, conditions, instructions, checklist etc. contained in the TE documents.

Failure to provide and/or comply with the required information, instructions etc. incorporated in these TE documents may result in rejection of its tender.

3. Availability of Funds

3.1 Expenditure to be incurred for the proposed purchase will be met from the funds available with the purchaser/consignee.

4. Language of Tender

4.1 The tender submitted by the bidder and all subsequent correspondence and documents relating to the tender exchanged between the bidder and the purchaser, shall be written in the English language, unless otherwise specified in the Tender Enquiry. However, the language

of any printed literature furnished by the bidder in connection with its tender may be written in any other language provided the same is accompanied by an English version and, for

purposes of interpretation of the tender, the English translation shall prevail.

4.2 The tender submitted by the bidder and all subsequent correspondence and documents relating to the tender exchanged between the bidder and the purchaser, may also be written in

the Hindi language, provided that the same are accompanied by English version, in which case, for purpose of interpretation of the tender etc, the English version shall prevail.

5. Eligible Bidders

5.1 This Notice Inviting Tender is open to all suppliers who fulfil the eligibility criteria specified in these documents.

6. Eligible Goods and Services

6.1 All goods and related services to be supplied/provided under the contract shall have their

origin in India or any other country with which India has not banned trade relations. The term “origin” used in this clause means the place where the goods are mined, grown,

produced, or manufactured or from where the related services are arranged and provided.

7. Tendering Expense

7.1 The bidder shall bear all cost and expenditure incurred and/or to be incurred by in connection with tender including preparation, mailing and submission of tender and for subsequent processing. The purchaser will, in no case be responsible or liable for any such

cost, expenditure etc regardless of the conduct or outcome of the tendering process.

B. TENDER ENQUIRY DOCUMENTS

8. Content of Tender Enquiry Documents

8.1 In addition to Section I – “Global Notice Inviting Tender” (GNIT), the TE documents include:

Section II – General Instructions for Tenderer (GIT)

Section III – Special Instructions for Tenderer (SIT)

Section IV – General Conditions of Contract (GCC) Section V – Special Conditions of Contract (SCC) Section VI – Schedule of Requirements

Section VII – Important Terms and Conditions Section VIII – Quality Control Requirements

Section IX – Qualification Criteria

Page 10: View Tend Doc

Page | 10

Section X – Tender Form

Section XI – A-Price Schedules for domestic equipments – B-Price Schedules for imported equipments

– C-Price Schedules for CMC – D-Price Schedules for turnkey works Section XII – Questionnaire

Section XIII – Bank Guarantee Form for EMD Section XIV – Manufacturer‟s Authorisation Form

Section XV – Bank Guarantee Form for Performance Security/CMC Security Section XVI – Check List for the Bidders

Section XVII – Technical Specifications

8.2 The relevant details of the required goods and services, the terms, conditions and procedure for tendering, tender evaluation, placement of contract, the applicable contract terms and,

also, the standard formats to be used for this purpose are incorporated in the above-mentioned documents. The interested bidders should examine carefully all such details etc to proceed further.

9. Amendments to TE documents

9.1 At any time prior to the deadline for submission of tenders, the purchaser may, for any reason deemed fit by him, modify the TE documents by issuing suitable amendment(s) to TE

documents. The amendments will be published on institute website www.aiims.edu and

linked with www.tenders.gov.in.

9.2 Such an amendment will be notified in writing by registered/speed post or by fax/telex/e-mail, followed by copy of the same by registered post to all prospective bidders, which have

received/purchased the TE documents from office of the Stores Officer (DO).

9.3 In order to provide reasonable time to the prospective bidders to take necessary action in

preparing their tenders as per the amendment, the purchaser may, at its discretion extend the deadline for the submission of tenders and other allied time frames, which are linked with

that deadline.

10. Clarification of TE documents

10.1 A bidder requiring any clarification or elucidation on any issue of the TE documents may take up the same with the purchaser in writing. The purchaser will respond in writing to such

request provided the same is received by the purchaser not later than fifteen days (unless otherwise specified in the SIT) prior to the prescribed date of submission of tender.

C. PREPARATION OF TENDERS

11. Documents Comprising the Tender

11.1 The Two Bid System, i.e. “Techno – Commercial Bid” and “Price Bid (Financial bid)” prepared by the bidder shall comprise the following:

A) Techno – Commercial Bid (Un priced Tender)

i) Earnest money furnished in accordance with GIT clause 19.1. ii) Tender Form as per Section X (without indicating any prices).

iii) Documentary evidence, as necessary in terms of clauses 5 and 17 establishing that the bidder is eligible to submit the tender and, also, qualified to perform the contract if its tender is accepted.

iv) Bidder/Agent who quotes for goods manufactured by other manufacturer shall furnish valid Manufacturer‟s Authorisation Form.

Page 11: View Tend Doc

Page | 11

v) Power of Attorney in favour of signatory of TE documents and signatory of

Manufacturer‟s Authorisation Form.

vi) Documents and relevant details to establish in accordance with GIT clause 18 that the goods and the allied services to be supplied by the bidder conform to the requirement of

the TE documents.

vii) Performance Statement with relevant copies of orders and end users‟ satisfaction

certificate.

viii) Price Schedule(s) as per Section XI (A,B,C,D) filled up with all the details including

Make, Model Quantity etc. of the goods offered with prices blank (without indicating

any prices). The bid of the firm who declare the prices of equipment in the

technical bid shall be summarily rejected.

ix) Certificate of Incorporation in the country of origin.

x) Checklist as per Section XVI.

B) Price Bid (Financial Bid):

The information given at clause No. 11.1 A) ii) & viii) above should be reproduced with the

prices indicated.

N.B.

1. All pages of the Tender should be page numbered and indexed.

2. It is the responsibility of bidder to go through the TE document to ensure furnishing all required documents in addition to above, if any.

11.2 The authorized signatory of the bidder must sign the tender duly stamped at appropriate places and initial all the remaining pages of the tender.

11.3 A tender, who does not fulfil any of the above requirements and/or gives evasive information/reply against any such requirement, shall be liable to be ignored and rejected.

11.4 Tender sent by fax/telex/cable/electronically shall be ignored and not accepted at all.

12. Tender currencies

12.1 The bidder supplying indigenous goods or already imported goods shall quote only in Indian Rupees. Further, imported goods to be imported and supplied by the bidder are also required

to be quoted in Indian Rupee.

12.2 For imported goods if supplied directly from abroad, prices shall be quoted in any freely convertible currency say US Dollar, Canadian Dollor, Singapore Dollor, Euro, GBP, CHF or

Yen etc. As regards price(s) for allied services, if any required with the goods, the same shall be quoted in Indian Rupees only if such services are to be performed /undertaken in India. Commission for Indian Agent, if any and if payable shall be indicated in the space provided

for in the price schedule and will be payable in Indian Rupees only.

12.3 Tenders, where prices are quoted in any other way shall be treated as non -responsive and

rejected.

13 Tender Prices

13.1 The Bidder shall indicate on the Price Schedule provided under Section XI all the specified components of prices shown therein including the unit prices and total tender prices of the

goods and services it proposes to supply against the requirement. All the columns shown in the price schedule should be filled up as required. If any column does not apply to a bidder,

same should be clarified as “NA” by the bidder.

Page 12: View Tend Doc

Page | 12

13.2 If there is more than one item in the Schedule of Requirements, the bidder has the option to

submit its quotation for any one or more schedules. However, while quoting for a schedule, the bidder shall quote for the complete requirement of goods and services as specified in that

particular schedule.

13.3 The quoted prices for goods offered from within India and that for goods offered from abroad

are to be indicated separately in the applicable Price Schedules attached under Section XI.

13.4 While filling up the columns of the Price Schedule, the following aspects should be noted for

compliance:

13.4.1 For domestic goods or goods of foreign origin located within India or goods to be

imported and supplied against payment in Indian Rupees, the prices in the corresponding price schedule shall be entered separately in the following manner:

a) the price of the goods, quoted ex-factory/ ex-showroom/ ex-warehouse/ off-the-shelf, as applicable, including all taxes and duties like sales tax, CST, VAT, CENVAT, Custom Duty, Excise Duty etc. already paid or payable on the components and raw material used

in the manufacture or assembly of the goods quoted ex-factory etc. or on the previously imported goods of foreign origin quoted ex-showroom etc.

b) any sales or other taxes and any duties including excise duty, which will be payable on

the goods in India if the contract is awarded.

c) charges towards Packing & Forwarding, Inland Transportation, Insurance (local transportation and storage) would be borne by the Supplier from ware house to the consignee warehouse, Loading/Unloading and other local costs incidental to delivery of

the goods to their final destination as specified in the Schedule of Requirements and Price Schedule.

d) the price of Incidental Services, as mentioned in schedule of Requirements and Price Schedule;

e) the prices of Turnkey (if any), as mentioned in Schedule of Requirements, Technical Specification and Price Schedule; and

f) the price of annual CMC, as mentioned in Schedule of Requirements, Technical Specification and Price Schedule.

g) Payment of INR shall be made through Electronic Clearing System only and the charges

shall be deducted from the bill.

13.4.2 For goods offered from abroad, the prices in the corresponding price schedule shall be entered separately in the following manner:

a) the price of goods quoted FOB/FCA port of shipment, as indicated in the Schedule of

Requirements and Price Schedule;

b) the price of goods quoted CIP (name port of destination) in India as indicated in the

Schedule of Requirements.

c) the charges for Insurance (local transportation and storage) would be extended and borne by the Supplier from ware house to the consignee warehouse. Other local costs and

Incidental costs, as specified in the Schedule of Requirements and Price Schedule;

d) the charges for Incidental Services, as in the Schedule of Requirements and Price Schedule;

Page 13: View Tend Doc

Page | 13

e) the prices of Turnkey ( if any), as mentioned in Schedule of Requirements, Technical

Specification and Price Schedule; and

h) the price of annual CMC, as mentioned in Schedule of Requirements, Technical

Specification and Price Schedule.

13.4.3 Supply of equipment means-Installation and Commissioning at site. No separate charges will be paid separately on this account.

13.5 Additional information and instruction on Duties and Taxes:

13.5.1 If the Bidder desires to ask for excise duty, sales tax/ VAT, Service Tax, Works Contract Tax etc. to be paid extra, the same must be specifically stated. In the absence of any such stipulation the price will be taken inclusive of such duties and taxes and no claim for the

same will be entertained later.

13.5.2 Excise Duty:

a) If reimbursement of excise duty is intended as extra over the quoted prices, the supplier

must specifically say so also indicating the rate, quantum and nature of the duty applicable. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of excise duty will be entertained after

the opening of tenders.

b) If a Bidder chooses to quote a price inclusive of excise duty and also desires to be reimbursed for variation, if any, in the excise duty during the time of supply, the bidder must clearly mention the same and also indicate the rate and quantum of excise duty

included in its price. Failure to indicate all such details in clear terms may result in rejection of that tender.

c) Subject to sub clauses 13.5.2 (a) & (b) above, any change in excise duty upward/downward as a result of any statutory variation in excise duty taking place

within contract terms shall be allowed to the extent of actual quantum of excise duty paid by the supplier. In case of downward revision in excise duty, the actual quantum of

reduction of excise duty shall be reimbursed to the purchaser by the supplier. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any obtained

by the supplier.

13.5.3 Sales Tax/VAT:

If a bidder asks for sales tax/ VAT, Service Tax and Works Contract Tax to be paid extra,

the rate and nature of sales tax applicable should be shown separately. The sales tax / VAT,

Service Tax and Works Contract Tax will be paid as per the rate at which it is liable to be

assessed or has actually been assessed provided the transaction of sale is legally liable to Sales

Tax / VAT, Service Tax and Works Contract Tax and is payable as per the terms of the

contract. If any refund of Tax is received at a later date, the Supplier must return the amount

forth-with to the purchaser. The bidder should provide copy of VAT registration certificate. THE INSTITUTE IS NOT AUTHORIZED TO ISSUE ‘C/D FORMS’.

Page 14: View Tend Doc

Page | 14

13.5.4 Octroi Duty and Local Duties & Taxes:

Normally, goods to be supplied to government departments against government contracts are exempted from levy of town duty, Octroi duty, terminal tax and other levies of local bodies.

However, on some occasions, the local bodies (like town body, municipal body etc.) as per their regulations allow such exemptions only on production of certificate to this effect from the concerned government department. Keeping this in view, the supplier shall ensure that

the stores to be supplied by the supplier against the contract placed by the purchaser are exempted from levy of any such duty or tax and, wherever necessary, obtain the exemption

certificate from the purchaser.

However, if a local body still insists upon payment of such local duties and taxes, the same

should be paid by the supplier to the local body to avoid delay in supplies and possible demurrage charges and obtain a receipt for the same. The supplier should forward the receipt

obtained for such payment to the purchaser to enable the purchaser reimburse the supplier and take other necessary action in the matter.

13.5.5 Customs Duty:

The bidder may note that:

The Purchaser will provide Custom Duty Exemption Certificate (CDEC) as per prevailing

Custom Tariff and pay the applicable customs duty, for Goods offered from abroad for delivery at CIP/CIF (Port of Entry) in India basis to avail concessional rate of duty.

For the Goods to be imported and supplied against payment in Indian Rupees, the

Purchaser/Institute shall provide Custom Duty Exemption Certificate (CDEC) to successful bidder for availing concessional rate of duty as per prevailing Custom Tariff. In

case, the bidder required CDEC certificate, then the same should be specifically mentioned in the bid.

13.6 For transportation of imported goods offered from abroad, relevant instructions as

incorporated under GCC Clause 10 shall be followed.

13.7 For insurance of goods to be supplied, relevant instructions as provided under GCC Clause

11 shall be followed.

13.8 Unless otherwise specifically indicated in this TE document, the terms FCA, FOB, FAS, CIF, CIP, DDP etc. for imported goods offered from abroad, shall be governed by the rules

& regulations prescribed in the current edition of INCOTERMS, published by the International Chamber of Commerce.

13.9 The need for indication of all such price components by the bidders, as required in this clause (viz., GIT clause 13) is for the purpose of comparison of the tenders by the purchaser and will

no way restrict the purchaser‟s right to award the contract on the selected bidder on any of the terms offered.

14. Indian Agent

14.1 A foreign bidder engaging an agent in India in connection with its tender, the foreign bidder,

in addition to indicating Indian agent‟s commission, if any, in a manner described under GIT sub clause 12.2 above, shall also furnish the following information:

a) The complete name and address of the Indian Agent and its permanent income tax

account number as allotted by the Indian Income Tax authority.

Page 15: View Tend Doc

Page | 15

b) The details of the services to be rendered by the agent for the subject requirement.

c) Details of Service outlets in India, nearest to the consignee(s), to render services during Warranty and CMC period.

d) Agency Commission will be paid to Indian agents in Indian Rupees at the exchange

rate prevalent on the date of issue of supply order after satisfactory installation of the

equipment.

e) The tenderers shall clarify/state whether he/they are manufacturer, accredited agent

or sole representative indicating principal‟s name & address. The offers of firms who

are not manufacturer or direct authorized agent will be summarily rejected. Sub-

distributors will not be accepted.

f) Only manufacturers or their authorized distributors/agents for AIIMS are entitled to

quote. The tenderers shall clarify/state whether he/they are manufacturer, accredited agent or sole representative indicating principal‟s name & address. The

distributor/agents quoting on behalf of their manufacturer must attach valid authorization letter as per Annexure-XIV of the bid documents, otherwise their bid shall

be summarily rejected. Either the Foreign Principals or their subsidiaries in

India/Manufacturers or their authorized distributor/agent should participate

in the tender but not both. Also one principal cannot authorize two

distributors/suppliers to quote on their behalf in the same tender. If an agent

submits bids on behalf of principal/OEM, the same agent shall not submit a bid

on behalf of another principal/OEM in the same tender for the same

item/product. The distributor/agent authorized for AIIMS should be equipped and

able to carry out the required contractual functions and duties of the supply including

after sale service, maintenance & repair etc. of the goods in question, stocking of spare parts and fast moving components and other obligations, if any, specified in the

conditions of contract and/or technical specifications.

15. Firm Price

15.1 Unless otherwise specified in the SIT, prices quoted by the bidder shall remain firm and fixed during the currency of the contract and not subject to variation on any account.

15.2 However, as regards taxes and duties, if any, chargeable on the goods and payable, the

conditions stipulated in GIT clause 13 will apply.

16. Alternative Tenders

16.1 Alternative Tenders for individual schedule(s) of the Schedule of Requirements, are not permitted.

16.2 However the Bidders can quote alternate models meeting the tender specifications of same manufacturer with single EMD.

17 Documents Establishing Bidder’s Eligibility and Qualifications

17.1 Pursuant to GIT clause 11, the bidder shall furnish, as part of its tender, relevant details and

documents establishing its eligibility to quote and its qualifications to perform the contract if its tender is accepted.

17.2 The documentary evidence needed to establish the bidder‟s qualifications shall fulfil the following requirements:

a) in case the bidder offers to supply goods, which are manufactured by some other firm, the bidder has been duly authorised by the goods manufacturer to quote for and supply the

goods to the purchaser. The bidder shall submit the manufacturer‟s authorization letter to this effect as per the standard form provided under Section XIV in this document.

Page 16: View Tend Doc

Page | 16

b) the bidder has the required financial, technical and production capability necessary to perform the contract and, further, it meets the qualification criteria incorporated in the Section IX in these documents.

c) The distributor/sole agent authorized for AIIMS should be equipped and able to carry out the required contractual functions and duties of the supply including after sale service,

maintenance & repair etc. of the goods in question, stocking of spare parts and fast moving components and other obligations, if any, specified in the conditions of contract

and/or technical specifications.

d) in case the bidder is an Indian agent/authorized representative quoting on behalf of a

foreign manufacturer for the restricted item, the Indian agent/authorized representative

is already enlisted under the Compulsory Enlistment Scheme of Ministry of Finance, Govt. of India, operated through Directorate General of Supplies & Disposals (DGS&D),

New Delhi.

18. Documents establishing good’s Conformity to TE document.

18.1 The bidder shall provide in its tender the required as well as the relevant documents like

technical data, literature, drawings etc. to establish that the goods and services offered in

the tender fully confirm to the goods and services specified by the purchaser in the TE

documents. For this purpose the bidder shall also provide a clause-by-clause commentary

on the technical specifications and other technical details incorporated by the purchaser in

the TE documents to establish technical responsiveness of the goods and services offered

in its tender duly indicating relevant page numbers in the product literature. 18.2 In case there is any variation and/or deviation between the goods & services prescribed by the

purchaser and that offered by the bidder, the bidder shall list out the same in a chart form without ambiguity and provide the same along with its tender.

18.3 If a bidder furnishes wrong and/or misguiding data, statement(s) etc. about technical acceptability of the goods and services offered by it, its tender will be liable to be ignored and rejected in addition to other remedies available to the purchaser in this regard.

18.4 All information in the tender document must be supported with the manufacturer‟s original product data sheet, without which the bid shall not be considered. Computer print outs and photocopy of literature will not be accepted.

18.5 All information asked for must be provided by the bidder, in the same order as in the specifications. Ambiguous and incomplete information will not be accepted.

18.6 THE TENDERERS MAY BE REQUIRED TO DEMONSTRATE THE QUOTED MODEL OF THE

EQUIPMENT DURING THE TECHNICAL EVALUATION, IF REQUIRED, FAILING WHICH

THEIR BIDS/OFFER SHALL BE REJECTED. The firms are intimated that they should get ready

for demonstration and only one-week time will be provided for arrangement of demonstration and

no request for extending time for demonstration will be entertained. Failure to demonstrate, their

offer will be summarily rejected.

19. Earnest Money Deposit (EMD)

19.1 Pursuant to GIT clauses 8.1 and 11.1 the bidder shall furnish along with its tender, earnest money for amount as shown in the Schedule of Requirements/GNIT. The earnest money is

required to protect the purchaser against the risk of the bidder‟s unwarranted conduct as amplified under sub-clause 19.7 below.

19.2 The earnest money shall be denominated in Indian Rupees or for an equivalent amount in

foreign currency. The earnest money shall be furnished in one of the following forms: i) Account Payee Demand Draft

ii) Banker‟s cheque iii) Bank Guarantee and

iv) FDR

Page 17: View Tend Doc

Page | 17

19.3 The demand draft or banker‟s cheque or FDR shall be drawn on any scheduled bank in India

or a commercial bank in the country of the bidder, in favour of the “Director, AIIMS, payable at

New Delhi. In case of bank guarantee, the same is to be provided from any scheduled bank in India

or by a commercial bank in the country of the tenderer as per the format specified under Section XIII in these documents.

19.4 The earnest money shall be valid for a period of one year from the date of opening of

Technical bid. As validity period of Tender as per Clause 20 of GIT is 9 months, the EMD shall be valid for 365 days from Techno – Commercial Tender opening date.

19.5 Unsuccessful bidders‟ earnest money will be returned to them without any interest, after expiry of the tender validity period, but not later than thirty days after conclusion of the resultant contract. Successful bidder‟s earnest money will be returned without any interest,

after receipt of performance security from that bidder. 19.6 Earnest Money is required to protect the purchaser against the risk of the Bidder‟s conduct,

which would warrant the forfeiture of the EMD. Earnest money of a bidder will be forfeited, if the bidder withdraws or amends its tender or impairs or derogates from the tender in any

respect within the period of validity of its tender or if it comes to notice that the information/documents furnished in its tender is incorrect, false, misleading or forged without prejudice to other rights of the purchaser. The successful bidder‟s earnest money will

be forfeited without prejudice to other rights of Purchaser if it fails to furnish the required performance security within the specified period.

19.7 In the case of Bank Guarantee furnished from banks outside India (i.e. foreign Banks), it

should be authenticated and countersigned by any nationalised bank in India by way of back-to-back counter guarantee.

20. Tender Validity

20.1 If not mentioned otherwise in the SIT, the tenders shall remain valid for acceptance for a period of 9 months from the date of tender opening prescribed in the TE document. Any

tender valid for a shorter period shall be treated as unresponsive and rejected.

20.2 In exceptional cases, the bidders may be requested by the purchaser to extend the validity of

their tenders up to a specified period. Such request(s) and responses thereto shall be conveyed by surface mail or by fax followed by surface mail. The bidders, who agree to extend the tender validity, are to extend the same without any change or modification of their original

tender and they are also to extend the validity period of the EMD accordingly. A bidder, however, may not agree to extend its tender validity without forfeiting its EMD.

20.3 In case the day up to which the tenders are to remain valid falls on/ subsequently declared a

holiday or closed day for the purchaser, the tender validity shall automatically be extended up to the next working day.

21. Signing and Sealing of Tender

THE TENDERERS MUST QUOTE THEIR MODEL STRICTLY AS PER TENDER

SPECIFICATIONS.

21.1 The bidders shall submit their tenders as per the instructions contained in GIT Clause 11.

21.2 The bidder shall submit their tender enquiry documents marking them as “Original”. Original bid may contain all pages including Technical Literature/Catalogues etc.

21.3 The original tender shall either be typed or written in indelible ink and the same shall be

signed by the bidder or by a person(s) who has been duly authorized to bind the bidder to the contract. The letter of authorization shall be by a written power of attorney, which shall also

be furnished along with the tender.

Page 18: View Tend Doc

Page | 18

21.4 All the tender should be paginated (page numbered) and shall be duly signed at the

appropriate places as indicated in the TE documents and all other pages of the tender including printed literature, if any shall be initialled by the same person(s) signing the tender.

The tender shall not contain any erasure or overwriting, except as necessary to correct any error made by the bidder and, if there is any such correction; the same shall be initialled by the person(s) signing the tender.

21.5 The bidder is to seal the original duly marking the same as “Original”, and writing the address of the purchaser and the tender reference number on the envelopes. The sentence “NOT TO BE OPENED” before __________ (The bidder is to put the date & time of tender

opening), BID FOR ITEM & SCHEDULE NO. ____________ (The bidder is to put the “Brief

Description of Goods” and the Schedule No. Of the Schedule of requirement where for the bid is being

submitted)” are to be written on these envelopes. The inner envelopes are then to be put in a

bigger outer envelope, which will also be duly sealed, marked etc. as above. If the outer

envelope is not sealed and marked properly as above, the purchaser will not assume any responsibility for its misplacement, premature opening, late opening etc.

21.6 TE document seeks quotation following two Tender System, in two parts. First part will be

known as ‘Techno - Commercial Tender’, and the second part ‘Price Tender’ as specified in

clause 11 of GIT. Bidder shall seal ‘Techno - Commercial Tender’ and ‘Price Tender’ separately and covers will be suitably super scribed. Both these sealed covers shall be put in a

bigger cover and sealed and procedure prescribed in Paras 21.1 to 21.5 followed.

D. SUBMISSION OF TENDERS

22. Submission of Tenders

22.1 Unless otherwise specified, the bidders are to drop the tenders in the tender box of

office of Stores Officer (DO), Stores Section, 1st Floor, Animal House Building,

Near Biotechnology Building, at AIIMS New Delhi-110 029 or the same shall be

submitted by the tenderer by hand to concerned dealing hand or nominee of Stores Officer

(DO) on above mentioned address. The officer receiving the tender will give the tenderer an official receipt duly signed with date and time.

22.2 The bidders must ensure that they deposit their tenders not later than the closing time and

date specified for submission of tenders. It is the responsibility of the bidder to ensure that their Tenders whether sent by post or by courier or by person, are dropped in the Tender Box

by the specified clearing date and time. In the event of the specified date for submission of tender falls on / is subsequently declared a holiday or closed day for the purchaser, the tenders will be received up to the appointed time on the next working day.

23. Late bid

23.1 A tender, which is received after the specified date and time for receipt of tenders will be

treated as “late” tender and will be ignored. 24. Alteration and Withdrawal of Tender

24.1 The bidder, after submitting its tender, is permitted to alter / modify its tender so long as such alterations / modifications are received duly signed, sealed and marked like the original

tender, within the deadline for submission of tenders. Alterations / modifications to tenders received after the prescribed deadline will not be considered.

24.2 No tender should be withdrawn after the deadline for submission of tender and before expiry

of the tender validity period. If a bidder withdraws the tender during this period, it will result in forfeiture of the earnest money furnished by the bidder in its tender.

Page 19: View Tend Doc

Page | 19

E. TENDER OPENING

25. Opening of Tenders

25.1 The purchaser will open the tenders at the specified date, time and place as indicated in the GNIT.

In case the specified date of tender opening falls on / is subsequently declared a holiday or closed day in Institute, the tenders will be opened at the appointed time and place on the next

working day. 25.2 Authorized representatives of the bidders, who have submitted tenders on time may attend

the tender opening provided they bring with them letters of authority from the corresponding

bidders. The tender opening official(s) will prepare a list of the representatives attending the tender opening. The list will contain the representatives‟ names & signatures and

corresponding bidders‟ names and addresses.

25.3 Two - Tender system as mentioned in Para 21.6 above will be as follows. The Techno -

Commercial Tenders are to be opened in the first instance, at the prescribed time and date as indicated in GNIT. These Tenders shall be scrutinized and evaluated by the competent

committee/ authority with reference to parameters prescribed in the TE document. During the Techno - Commercial Tender opening, the tender opening official(s) will read the salient features of the tenders like brief description of the goods offered, delivery period, Earnest

Money Deposit and any other special features of the tenders, as deemed fit by the tender opening official(s). Thereafter, in the second stage, the Price Tenders of only the Techno -

Commercially acceptable offers (as decided in the first stage) shall be opened for further scrutiny and evaluation on a date notified after the evaluation of the Techno – Commercial

tender. The prices, special discount if any of the goods offered etc., as deemed fit by tender opening official(s) will be read out.

F. SCRUTINY AND EVALUATION OF TENDERS

26. Basic Principle

26.1 Tenders will be evaluated on the basis of the terms & conditions already incorporated in the TE document, based on which tenders have been received and the terms, conditions etc. mentioned by the bidders in their tenders. No new condition will be brought in while

scrutinizing and evaluating the tenders.

27. Preliminary Scrutiny of Tenders

27.1 The Purchaser will examine the Tenders to determine whether they are complete, whether

any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed stamped and whether the Tenders are generally in order.

27.2 Prior to the detailed evaluation of Price Tenders, pursuant to GIT Clause 34, the Purchaser will determine the substantial responsiveness of each Tender to the TE Document. For purposes of these clauses, a substantially responsive Tender is one, which conforms to all the

terms and conditions of the TE Documents without material deviations. Deviations from, or objections or reservations to critical provisions such as those concerning Performance

Security (GCC Clause 5), Warranty (GCC Clause 15), EMD (GIT Clause 19), Taxes & Duties (GCC Clause 20), Force Majeure (GCC Clause 26) and Applicable law (GCC Clause

31) will be deemed to be a material deviation. The Purchaser‟s determination of a Tender‟s responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence.

Page 20: View Tend Doc

Page | 20

27.3 If a Tender is not substantially responsive, it will be rejected by the Purchaser and cannot subsequently be made responsive by the Bidder by correction of the nonconformity.

27.4 The tenders will be scrutinized to determine whether they are complete and meet the

essential and important requirements, conditions etc. as prescribed in the TE document. The tenders, which do not the meet the basic requirements, are liable to be treated as non –

responsive and will be summarily ignored.

27.5 The following are some of the important aspects, for which a tender shall be declared non –

responsive and will be summarily rejected. (i) Tender form as per Section X (signed and stamped) not enclosed.

(ii) Tender is unsigned.

(iii) Tender validity is shorter than the required period.

(iv) Required EMD (Amount, validity etc.).

(v) Bidder has quoted for goods manufactured by other manufacturer(s) without the

required Manufacturer‟s Authorisation Form as per Section XIV.

(vi) Bidder has not agreed to give the required performance security.

(vii) Goods offered are not meeting the tender enquiry specification.

(viii) Bidder has not agreed to other essential condition(s) specially incorporated in the

tender enquiry like terms of payment, liquidated damages clause, warranty clause,

dispute resolution mechanism applicable law.

(ix) Poor/ unsatisfactory past performance.

(x) Bidders who stand deregistered/banned/blacklisted by any Govt. Authorities,

depending on merits.

(xi) Bidder is not eligible as per GIT Clauses 5.1 & 17.1.

(xii) Bidder has not quoted for the entire quantity as specified in the Schedule of

Requirements in the quoted schedule.

28. Minor Infirmity/Irregularity/Non-Conformity

28.1 If during the preliminary examination, the purchaser find any minor informality and/or irregularity and/or non-conformity in a tender, the purchaser may waive the same provided it

does not constitute any material deviation and financial impact and, also, does not prejudice or affect the ranking order of the bidders. Wherever necessary, the purchaser will convey its

observation on such „minor‟ issues to the bidder by registered/speed post etc. asking the bidder to respond by a specified date. If the bidder does not reply by the specified date or

gives evasive reply without clarifying the point at issue in clear terms, that tender will be

liable to be ignored.

29 Discrepancies in Prices

29.1 If, in the price structure quoted by a bidder, there is discrepancy between the unit price and the total price (which is obtained by multiplying the unit price by the quantity), the unit price

shall prevail and the total price corrected accordingly, unless the purchaser feels that the

Page 21: View Tend Doc

Page | 21

bidder has made a mistake in placing the decimal point in the unit price, in which case the total price as quoted shall prevail over the unit price and the unit price corrected accordingly.

29.2 If there is an error in a total price, which has been worked out through addition and/or

subtraction of subtotals, the subtotals shall prevail and the total corrected; and

29.3 If there is a discrepancy between the amount expressed in words and figures, the amount in

words shall prevail, subject to sub clause 29.1 and 29.2 above.

29.4 If, as per the judgement of the purchaser, there is any such arithmetical discrepancy in a

tender, the same will be suitably conveyed to the bidder by registered / speed post. If the bidder does not agree to the observation of the purchaser, the tender is liable to be ignored.

30. Discrepancy between original and copies of Tender

30.1 In case any discrepancy is observed between the text etc. of the original copy and that in the other copies of the same tender set, the text etc. of the original copy shall prevail. Here also,

the purchaser will convey its observation suitably to the bidder by register / speed post and, if the bidder does not accept the purchaser‟s observation, that tender will be liable to be

ignored.

31. Qualification Criteria

31.1 Tenders of the bidders, who do not meet the required Qualification Criteria prescribed in Section IX, will be treated as non - responsive and will not be considered further.

32. Conversion of tender currencies to Indian Rupees

32.1 In case the TE document permits the bidders to quote their prices in different currencies, all such quoted prices of the responsive bidders will be converted to a single currency viz.,

Indian Rupees for the purpose of equitable comparison and evaluation, as per the exchange rates established by the Reserve Bank of India for similar transactions, as on the date of „Price

Tender‟ opening.

33. Schedule-wise Evaluation

33.1 In case the Requirements contain more than one schedule, the responsive tenders will be evaluated and compared separately for each schedule. The tender for a schedule will not be considered if the complete requirements prescribed in that schedule are not included in the

tender.

34. Comparison of Tenders

34.1 Unless mentioned otherwise in Section – III – Special Instructions to Tenderers and Section–

VI– Schedule of Requirements, the comparison of the responsive tenders shall be carried out on Delivery at Consignee site basis, inclusive of applicable taxes, duties, incidental services. In case of Goods offered from abroad, the quoted CIP (New Delhi International

Airport/ICD Tuglakabad/Patparganj basis as stipulated in bid document) shall be loaded with applicable custom duty as per Customs Tariff Act and inland transportation, loading

unloading and incidental service charges @ one (1) % to arrive at delivery at consignee site price.

34.2 The quoted turnkey prices, if any and Comprehensive AMC (as stipulated in the technical

specification for the respective schedule) prices after comprehensive warranty will also be added for comparison/ranking purpose for evaluation.

35. Additional Factors and Parameters for Evaluation and Ranking of Responsive Tenders

Page 22: View Tend Doc

Page | 22

35.1 The purchaser‟s evaluation of tender will also take into account the additional factors, if any, incorporated in SIT in the manner and to the extent indicated therein.

36. Bidder’s capability to perform the contract

36.1 The purchaser, through the above process of tender scrutiny and tender evaluation will determine to its satisfaction whether the bidder, whose tender has been determined as the lowest evaluated responsive tender is eligible, qualified and capable in all respects to perform

the contract satisfactorily.

36.2 The above-mentioned determination will, interalia, take into account the bidder‟s financial, technical and production capabilities for satisfying all the requirements of the purchaser as

incorporated in the TE document. Such determination will be based upon scrutiny and examination of all relevant data and details submitted by the bidder in its tender as well as such other allied information as deemed appropriate by the purchaser.

37. Contacting the Purchaser

37.1 From the time of submission of tender to the time of awarding the contract, if a bidder needs

to contact the purchaser for any reason relating to this tender enquiry and / or its tender, it should do so only in writing.

37.2 In case a bidder attempts to influence the purchaser in the purchaser‟s decision on scrutiny, comparison & evaluation of tenders and awarding the contract, the tender of the bidder shall be liable for rejection in addition to appropriate administrative actions being taken against

that bidder, as deemed fit by the purchaser.

G. AWARD OF CONTRACT

38. Purchaser’s Right to accept any tender and to reject any or all tenders

38.1 The purchaser reserves the right to accept in part or in full any tender or reject any or more tender(s) without assigning any reason or to cancel the tendering process and reject all

tenders at any time prior to award of contract, without incurring any liability, whatsoever to the affected bidder or bidders.

39. Award Criteria

39.1 Subject to GIT clause 38 above, the contract will be awarded to the lowest evaluated

responsive bidder decided by the purchaser in terms of GIT Clause 36.

40. Variation of Quantities at the Time of Award/ Currency of Contract

40.1 At the time of awarding the contract, the purchaser reserves the right to increase or decrease up to twenty five (25) %, the quantity of goods and services mentioned in the schedule (s) in

the “Schedule of Requirements” (rounded of to next whole number) without any change in the unit price and other terms & conditions quoted by the bidder.

40.2 If the quantity has not been increased at the time of the awarding the contract, the purchaser

reserves the right to increase up to twenty five (25) %, the quantity of goods and services

mentioned in the contract (rounded of to next whole number) without any change in the unit price and other terms & conditions mentioned in the contract, during the currency of the

contract after one year from the Date of Notification of Award.

41. Notification of Award

Page 23: View Tend Doc

Page | 23

41.1 Before expiry of the tender validity period, the purchaser will notify the successful bidder(s) in writing, by registered / speed post or by fax/ telex/cable (to be confirmed by registered /

speed post) that its tender for goods & services, which have been selected by the purchaser, has been accepted, also briefly indicating therein the essential details like description, specification and quantity of the goods & services and corresponding prices accepted. The

successful bidder must furnish to the purchaser the required performance security within thirty days from the date of dispatch of this notification, failing which the EMD will forfeited

and the award will be cancelled. Relevant details about the performance security have been provided under GCC Clause 5 under Section IV.

41.2 The Notification of Award shall constitute the conclusion of the Contract.

42. Issue of Contract Form

42.1 Promptly after notification of award, the Purchaser/Consignee will mail the contract form duly completed and signed, to the successful bidder by registered/speed post.

42.2 Within twenty one days from the date of issue of contract form, the successful bidder shall return the original copy of the contract (in case of any correction/amendment), duly signed

and dated, to the Purchaser/Consignee by registered / speed post. 42.3 The Purchaser/Consignee reserve the right to issue the Notification of Award item wise.

43. Non-receipt of Performance Security and Contract by the Purchaser/Consignee

43.1 Failure of the successful bidder in providing performance security and / or returning contract copy duly signed in terms of GIT clauses 41 and 42 above shall make the bidder liable for

forfeiture of its EMD and, also, for further actions by the Purchaser/Consignee against it as per the clause 24 of GCC – Termination of default.

44. Return of E M D

44.1 The earnest money of the successful bidder and the unsuccessful bidders will be returned to them without any interest, whatsoever, in terms of GIT Clause 19.6.

45. Publication of Tender Result

45.1 The name of the successful bidder(s) receiving the contract(s) will be published on the

Institutes web site.

46. Corrupt or Fraudulent Practices

46.1 It is required by all concerned namely the Consignee/Bidders/Suppliers etc to observe the highest standard of ethics during the procurement and execution of such contracts. In

pursuance of this policy, the Purchaser: - (a) defines, for the purposes of this provision, the terms set forth below

as follows:

(i) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in

contract execution; and (ii) “fraudulent practice” means a misrepresentation of facts in order to influence a

procurement process or the execution of a contract to the detriment of the Purchaser, and includes collusive practice among Bidders (prior to or after Tender submission) designed to establish Tender prices at artificial non-competitive levels and to deprive

the Purchaser of the benefits of free and open competition; (b) will reject a proposal for award if it determines that the Bidder recommended for award

has engaged in corrupt or fraudulent practices in competing for the contract in question;

Page 24: View Tend Doc

Page | 24

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be

awarded a contract by the purchaser if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing the contract.

47. The tenderer shall furnish a non-blacklisting certificate that the firm has not been blacklisted

in the past by any government/Private institution.

48. The tenderer/supplier has to give an affidavit on non-judicial stamp paper of Rs.10/- that there is no vigilance/CBI case pending against the firm/supplier and the firm has not been

black-listed in the past by any Govt. or Private Organization.

Page 25: View Tend Doc

Page | 25

SECTION - III

SPECIAL INSTRUCTIONS TO TENDERERS

(SIT)

Sl.

No.

GIT Clause

No.

Topic SIT Provision Page

No.

A 1 to 7 Preamble No Change 8-10

B 8 to 10 Tender Enquiry (TE) documents No Change 10-11

C 11 to 21 Preparation of Tenders No Change 11-17

D 22 to24 Submission of Tenders No Change 18

E 25 Tender Opening No Change 18

F 26 to 37 Scrutiny and Evaluation of Tenders No Change 19-21

G 38 to 46 Award of Contract No Change 22-23

Page 26: View Tend Doc

Page | 26

SECTION - IV

GENERAL CONDITIONS OF CONTRACT (GCC)

TABLE OF CLAUSES Sl No. Topic Page

No. 1 Application 27

2 Use of contract documents and information 27

3 Patent Rights 27

4 Country of Origin 27

5 Performance Security 27

6 Technical Specifications and Standards 28

7 Packing and Marking 28

8 Inspection, Testing and Quality Control 29

9 Terms of Delivery 29

10 Transportation of Goods 30

11 Insurance 30

12 Spare parts 30

13 Incidental services 31

14 Distribution of Dispatch Documents for Clearance/Receipt of Goods 31

15 Warranty 32

16 Assignment 33

17 Sub Contracts 33

18 Modification of contract 33

19 Prices 34

20 Taxes and Duties 34

21 Terms and mode of Payment 34

22 Delay in the supplier‟s performance 37

23 Liquidated Damages 38

24 Termination for default 38

25 Termination for insolvency 38

26 Force Majeure 39

27 Termination for convenience 39

28 Governing language 40

29 Notices 40

30 Resolution of disputes 40

31 Applicable Law 40

32 General/Miscellaneous Clauses 41

Page 27: View Tend Doc

Page | 27

SECTION - IV

GENERAL CONDITIONS OF CONTRACT (GCC) 1. Application

1.1 The General Conditions of Contract incorporated in this section shall be applicable for this

purchase to the extent the same are not superseded by the Special Conditions of Contract prescribed under Section V, Schedule of requirements under Section VI and Important Terms

and conditions under Section VII of this document.

2. Use of contract documents and information

2.1 The supplier shall not, without the purchaser‟s prior written consent, disclose the contract or

any provision thereof including any specification, drawing, sample or any information furnished by or on behalf of the purchaser in connection therewith, to any person other than the person(s) employed by the supplier in the performance of the contract emanating from

this TE document. Further, any such disclosure to any such employed person shall be made in confidence and only so far as necessary for the purposes of such performance for this

contract.

2.2 Further, the supplier shall not, without the purchaser‟s prior written consent, make use of any

document or information mentioned in GCC sub-clause 2.1 above except for the sole purpose of performing this contract.

2.3 Except the contract issued to the supplier, each and every other document mentioned in

GCC sub-clause 2.1 above shall remain the property of the purchaser and, if advised by the purchaser, all copies of all such documents shall be returned to the purchaser on completion of the supplier‟s performance and obligations under this contract.

3. Patent Rights

3.1 The supplier shall, at all times, indemnify and keep indemnified the purchaser, free of cost, against all claims which may arise in respect of goods & services to be provided by the supplier under the contract for infringement of any intellectual property rights or any other

right protected by patent, registration of designs or trademarks. In the event of any such claim in respect of alleged breach of patent, registered designs, trade marks etc. being made against

the purchaser, the purchaser shall notify the supplier of the same and the supplier shall, at his own expenses take care of the same for settlement without any liability to the purchaser.

4. Country of Origin

4.1 The word “origin” incorporated in this clause means the place from where the goods are

mined, cultivated, grown, manufactured, produced or processed or from where the services are arranged.

4.2 The country of origin may be specified in the Technical bid and Price Schedule/bid.

5. Performance Security

5.1 The bidder have to submit a Performance Bank Guarantee within fifteen days (15) days from the date of the issue of supply order of an amount equal to ten percent (10%) of the total

value of the contract, valid up to sixty (60) days beyond after the date of completion of all contractual obligations by the supplier, including the warranty obligations initially valid for a period of minimum 68 months from the date of Notification of Award.

5.2 The Performance security shall be denominated in Indian Rupees or in the foreign currency of equal amount of the contract as detailed below:

Page 28: View Tend Doc

Page | 28

a) It shall be in any one of the forms namely Fixed Deposit Receipt (FDR) drawn from any Scheduled bank in India or Bank Guarantee issued by a Scheduled bank

in India, in the prescribed form as provided in section XV of this document in favour of the Purchaser/Consignee. The validity of the Fixed Deposit receipt or

Bank Guarantee will be for a period up to sixty (60) days beyond of Warranty Period.

5.3 In the event of any failure /default of the supplier with or with out any quantifiable loss to the government including furnishing of consignee wise Bank Guarantee for CMC security as

per Proforma in Section XV, the amount of the performance security is liable to be forfeited. The Administration Department may do the needful to cover any failure/default of the supplier with or without any quantifiable loss to the Government.

5.4 In the event of any amendment issued to the contract, the supplier shall, within twenty-one

(21) days of issue of the amendment, furnish the corresponding amendment to the Performance Security (as necessary), rendering the same valid in all respects in terms of the contract, as amended.

5.5 The supplier shall enter into Annual Comprehensive Maintenance Contract with respective consignees, 3 (three) months prior to the completion of Warranty Period. The CMC will

commence from the date of expiry of the Warranty Period.

5.6 Subject to GCC sub – clause 5.3 above, the Institute will release the Performance Security without any interest to the supplier on completion of the supplier‟s all contractual obligations

including the warranty obligations & after receipt of Consignee wise Bank Guarantee for CMC security in favour of “Director‟ AIIMS of the consignee as per the format in Section

XV.

6. Technical Specifications and Standards

6.1 The Goods & Services to be supplied/provided by the supplier under this contract shall conform to the technical specifications and quality control parameters mentioned in

„Important Terms and conditions‟ and „Quality Control Requirements‟ under Sections VII and VIII of this document.

7. Packing and Marking

7.1 The packing for the goods to be provided by the supplier should be strong and durable

enough to withstand, without limitation, the entire journey during transit including transhipment (if any), rough handling, open storage etc. without any damage, deterioration

etc. As and if necessary, the size, weights and volumes of the packing cases shall also take into consideration, the remoteness of the final destination of the goods and availability or

otherwise of transport and handling facilities at all points during transit up to final destination as per the contract.

7.2 The quality of packing, the manner of marking within & outside the packages and provision

of accompanying documentation shall strictly comply with the requirements as provided in „Important Terms and conditions‟ and „Quality Control Requirements‟ under Sections VII

and VIII and in SCC under Section V. In case the packing requirements are amended due to issue of any amendment to the contract, the same shall also be taken care of by the supplier

accordingly.

Page 29: View Tend Doc

Page | 29

7.3 Packing instructions:

Unless otherwise mentioned in the „Important Terms and conditions‟ and Quality Control Requirements under Sections VII and VIII and in SCC under Section V, the supplier shall make separate packages for each consignee (in case there is more than one consignee

mentioned in the contract) and mark each package on three sides with the following with indelible paint of proper quality:

a. contract number and date b. brief description of goods including quantity

c. packing list reference number d. country of origin of goods e. consignee‟s name and full address and

f. supplier‟s name and address

8. Inspection, Testing and Quality Control

8.01 The Purchaser or its representatives shall have the right to inspect and/or to test the goods

to confirm their conformity to the Contract Specification at no extra cost to the Purchaser.

The „‘Important Terms and conditions‟ in Section „VII‟ and Inspection Authority to be designated by the Purchaser shall specify what inspections and tests the Purchaser requires

and where they are to be conducted. The Purchaser shall notify the Supplier in writing in a timely manner of the identity of any representatives retained for these purpose.

8.02 The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of delivery and/or at the goods final destination. If conducted on

the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data shall be furnished to the inspectors at no charge to the Purchaser.

8.03 Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject the Goods and the Supplier shall either replace the rejected Goods or make all

alterations necessary to meet specification requirements free of cost to the Purchaser, within a period of 45(forty five) days of intimating such rejection.

8.04 The Purchaser‟s right to inspect, test and, where necessary, reject the Goods after the Good‟s

arrival at the final destination shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by Purchaser or its representatives prior to the Goods‟ shipment.

8.05 Nothing in Clause 08 shall in any way release the Supplier from any warranty or other obligations under the Contract.

8.06 The Director, AIIMS New Delhi shall be the final authority to reject full or any part of the

supply which is not confirming to the specification and other terms and conditions.

8.07 No payment shall be made for rejected Stores. Rejected items must be removed by the tenderers within two weeks of the date of rejection at their own cost and replace

immediately. In case these are not removed, these will be auctioned at the risk and responsibility of the suppliers without any further notice.

9. Terms of Delivery

9.1 Goods shall be delivered by the supplier in accordance with the terms of delivery specified in the contract.

Page 30: View Tend Doc

Page | 30

10. Transportation of Goods

10.1 Instructions for transportation of imported goods offered from abroad:

The supplier shall not arrange part-shipments and/or transhipment without the express/prior written consent of the purchaser. The supplier is required under the contract to deliver the

goods under CIP (Named port of destination) terms; the shipment shall be made by Indian flag vessel or by vessels belonging to the conference lines in which India is a member country through India‟s forwarding agents/coordinators. In case the forwarding agent/coordinators

are unable to provide timely adequate space in Indian flag vessel or by vessels belonging to the conference lines, the supplier shall arrange shipment through any available vessel to

adhere to the delivery schedule given in the contract. In case of airlifting of imported goods offered from abroad, the same will be done only

through the National Carrier i.e. Air India wherever applicable. In case the National Carrier is not available, any other airlines available for early delivery may be arranged.

10.2 Instructions for transportation of domestic goods including goods already imported by the

supplier under its own arrangement:

In case no instruction is provided in this regard in the SCC, the supplier will arrange

transportation of the ordered goods as per its own procedure.

11. Insurance:

11.1 Unless otherwise instructed in the SCC, the supplier shall make arrangements for insuring the

goods against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the following manner:

i) in case of supply of domestic goods on Consignee site basis, the supplier shall be

responsible till the entire stores contracted for arrival in good condition at destination. The transit risk in this respect shall be covered by the Supplier by getting the stores

duly insured.

ii) in case of supply of the imported goods on CIP Named port of Destination Basis, the

additional extended Insurance (local transportation and storage) would be borne by the Supplier from the port of entry to the consignee warehouse.

If the equipment is not commissioned and handed over to the consignee within 3 months, the

insurance will be got extended by the supplier at their cost till the successful installation, testing, commissioning and handing over of the goods to the consignee. In case the delay in the installation and commissioning is due to handing over of the site to the supplier by the

consignee, such extensions of the insurance will still be done by the supplier, but the insurance extension charges at actual will be reimbursed.

12. Spare parts

12.1 The separate price list of all spares and accessories and consumables, if any, (Including minor) required for maintenance and repairs in future after guarantee/warrantee period must

be attached/enclosed along with the sealed quotation failing which quotation will not be considered.

If any spares & accessories other than the price list attached/enclosed by the firm are required for future repair it will be borne by the firm only.

Page 31: View Tend Doc

Page | 31

The tenderers are required to furnish the list of spares along with their cost in the Financial Bid failing which their bids are liable to be rejected.

b) In case the production of the spare parts is discontinued:

i) Sufficient advance notice to the Purchaser/Consignee before such

discontinuation to provide adequate time to the purchaser to purchase the required spare parts etc., and

ii) Immediately following such discontinuation, providing the Purchaser/Consignee, free of cost, the designs, drawings, layouts and

specifications of the spare parts, as and if requested by the Purchaser/Consignee.

12.2 Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the goods so that the same are supplied to the Purchaser/Consignee promptly on receipt of order from the Purchaser/Consignee.

13. Incidental services

13.1 Subject to the stipulation, if any, in the SCC (Section – V), Schedule of Requirements (Section – VI) and the „Important Terms and conditions‟ (Section – VII), the supplier shall be

required to perform the following services.

i) Installation & commissioning, Supervision and Demonstration of the goods

ii) Providing required jigs and tools for assembly, minor civil works required for the completion of the installation.

iii) Training of Consignee‟s Doctors, Staff, operators etc. for operating and maintaining the goods

iv) Supplying required number of operation & maintenance manual for the goods

14. Distribution of Dispatch Documents for Clearance/Receipt of Goods

The supplier shall send all the relevant despatch documents well in time to the Purchaser/Consignee to enable the Purchaser/Consignee clear or receive (as the case may be) the goods in terms of the contract.

Unless otherwise specified in the SCC, the usual documents involved and the drill to be followed in general for this purpose are as follows.

A) For Domestic Goods Or Goods of Foreign Origin Located Within India/Goods to

be imported and supplied against payment in Indian Rupees

Within 24 hours of despatch or prior, the supplier shall notify the purchaser, consignee, and others concerned if mentioned in the contract, the complete details of despatch and also

supply the following documents to them by registered post / speed post (or as instructed in the contract):

(i) Four copies of supplier‟s invoice showing contract number, goods description, quantity, unit price and total amount;

(ii) Two copies of packing list identifying contents of each package; (iii) Inspection certificate by the nominated inspection agency, if applicable as per the

contract

(iv) Certificate of origin; (v) Manufacturers/Supplier‟s warranty certificate & In-house inspection certificate.

Page 32: View Tend Doc

Page | 32

B) For goods imported from abroad

Within 24 hours of despatch or prior, the supplier shall notify the purchaser, consignee, and

others concerned if mentioned in the contract, the complete details of despatch and also supply the following documents to them by registered post / speed post (or as instructed in

the contract). Any delay or demurrage occurred during the customs clearance on account of the non-availability of technical support/ clarifications /documents from the supplier shall be borne by the supplier:

(i) Seven copies of supplier‟s invoice showing Tender/Contract number, goods description, quantity, unit price and total amount;

(ii) Original and copies of the negotiable clean, on-board Bill of Lading/Airway bill, marked freight pre paid and copies of non-negotiable Bill of Lading/Airway bill;

(iii) Packing list identifying contents of each package; (iv) Insurance Certificate as per GCC Clause 11. (v) Manufacturer‟s/Supplier‟s warranty certificate;

(vi) Inspection Certificate for the despatched equipments issued by recognized/ reputed agency like SGS, Lloyd or equivalent (acceptable to the purchaser) prior to despatch

(vii) Manufacturer‟s own factory inspection report; (viii) Certificate of origin

(ix) Port of Loading; (x) Port of Discharge and (xi) Expected date of arrival.

15. Warranty

15.1 The supplier warrants comprehensively that the goods supplied under the contract is new,

unused and incorporate all recent improvements in design and materials unless prescribed otherwise by the purchaser in the contract. The supplier further warrants that the goods

supplied under the contract shall have no defect arising from design, materials (except when the

design adopted and / or the material used are as per the Purchaser’s/Consignee’s specifications) or

workmanship or from any act or omission of the supplier, that may develop under normal

use of the supplied goods under the conditions prevailing in India.

15.2 THE TENDERERS MUST QUOTE FOR FIVE YEARS COMPREHENSIVE WARRANTY FOR MODULAR OT

INCLUDING LAMINAR AIR FLOW AND ITS CONSUMABLES FROM THE DATE OF COMPLETION

OF THE SATISFACTORY INSTALLATION. REST OF THE CONSTRUCTION WORK SHOULD BE

QUOTED WITH ONE YEAR WARANTY. THE WARRANTY CHARGES SHALL NOT BE QUOTED

SEPARATELY OTHERWISE THE OFFER SHALL BE SUMMARILY REJECTED.

THE BIDDERS MUST SUBMIT THEIR QUOTE ALSO (RATES) FOR SUBSEQUENT FIVE YEARS

COMPREHENSIVE AMC (INCLUDING ALL SPARES, CONSUMABLES AND LABOR) IN THEIR PRICE BID.

FAILURE TO COMPLY THIS CONDITION WILL ENTAIL THE REJECTION OF THE BIDS.

The cost of CMC will be added for Ranking/Evaluation purpose.

No conditional warranty like mishandling, manufacturing defects etc. will be acceptable.

Comprehensive Warranty as well as Comprehensive Maintenance contract will be inclusive of all accessories and Turnkey work.

Replacement and repair will be under taken for the defective goods.

Proper marking has to be made for all spares for identification like printing of

installation and repair dates.

Page 33: View Tend Doc

Page | 33

15.3 In case of any claim arising out of this warranty, the Purchaser/Consignee shall promptly

notify the same in writing to the supplier. The period of the warranty will be as per G.C.C

clause number 15.2 above irrespective of any other period mentioned elsewhere in the Tender enquiry documents.

15.4 Upon receipt of such notice, the supplier shall, within 48 hours on a 24(hrs) X 7 (days) X 365 (days) basis respond to take action to repair or replace the defective goods or parts thereof,

free of cost, at the ultimate destination. The supplier shall take over the replaced parts/goods after providing their replacements and no claim, whatsoever shall lie on the purchaser for such replaced parts/goods thereafter. The penalty clause for non rectification will be

applicable as per tender conditions.

15.5 If the supplier, having been notified, fails to respond to take action to repair or replace the

defect(s) within 48 hours on a 24 (hrs) X 7 (days) X 365 (days) basis, the purchaser may proceed to take such remedial action(s) as deemed fit by the purchaser, at the risk and

expense of the supplier and without prejudice to other contractual rights and remedies, which the purchaser may have against the supplier.

15.6 During Warranty period, the supplier is required to visit at each consignee‟s site at least once in 6 months commencing from the date of the installation for preventive maintenance of the

goods.

15.7 The Purchaser/Consignee reserve the rights to enter into Annual Comprehensive Maintenance Contract between Consignee and the Supplier for the period as mentioned in Section VII, Technical Specifications after the completion of warranty period.

15.8 The supplier along with its Indian Agent and the CMC provider shall ensure continued supply of the spare parts for the machines and equipments supplied by them to the purchaser for 10 years from the date of installation and handing over.

15.9 The Supplier along with its Indian Agent and the CMC provider shall always accord most

favoured client status to the Purchaser vis-à-vis its other Clients/Purchasers of its equipments/machines/goods etc. and shall always give the most competitive price for its machines/equipments supplied to the Purchaser/Consignee.

16. Assignment

16.1 The Supplier shall not assign, either in whole or in part, its contractual duties, responsibilities

and obligations to perform the contract, except with the Purchaser‟s prior written permission.

17. Sub Contracts

17.1 The Supplier shall notify the Purchaser in writing of all sub contracts awarded under the

contract if not already specified in its tender. Such notification, in its original tender or later, shall not relieve the Supplier from any of its liability or obligation under the terms and

conditions of the contract.

17.2 Sub contract shall be only for bought out items and sub-assemblies.

17.3 Sub contracts shall also comply with the provisions of GCC Clause 4 (“Country of Origin”).

18. Modification of contract

Page 34: View Tend Doc

Page | 34

18.1 If necessary, the purchaser may, by a written order given to the supplier at any time during

the currency of the contract, amend the contract by making alterations and modifications within the general scope of contract in any one or more of the following:

a) Specifications, drawings, designs etc. where goods to be supplied under the contract are to be specially manufactured for the purchaser,

b) Mode of packing, c) Incidental services to be provided by the supplier

d) Mode of despatch, e) Place of delivery, and f) Any other area(s) of the contract, as felt necessary by the purchaser depending on

the merits of the case.

18.2 In the event of any such modification/alteration causing increase or decrease in the cost of goods and services to be supplied and provided, or in the time required by the supplier to perform any obligation under the contract, an equitable adjustment shall be made in the

contract price and/or contract delivery schedule, as the case may be, and the contract amended accordingly. If the supplier doesn‟t agree to the adjustment made by the

Purchaser/Consignee, the supplier shall convey its views to the Purchaser/Consignee within

twenty-one days from the date of the supplier‟s receipt of the Purchaser‟s/Consignee‟s

amendment / modification of the contract.

19. Prices

19.1 Prices to be charged by the supplier for supply of goods and provision of services in terms of the contract shall not vary from the corresponding prices quoted by the supplier in its tender

and incorporated in the contract except for any price adjustment authorised in the SCC.

20. Taxes and Duties

20.1 Supplier shall be entirely responsible for all taxes, duties, fees, levies etc. incurred until delivery of the contracted goods to the purchaser.

20.2 Further instruction, if any, shall be as provided in the SCC.

21. Terms and Mode of Payment

21.1 Payment Terms

Payment shall be made through electronic transfer in NEFT/RTGS subject to recoveries,

if any, by way of liquidated damages or any other charges as per terms & conditions of contract in the following manner.

A) Payment for Domestic Goods Or Goods of Foreign Origin Located Within India/Goods

to be imported and supplied against payment in Indian Rupees

Payment shall be made in Indian Rupees as specified in the contract in the following manner:

a) On delivery:

100% (Hundred) % payment of the contract price shall be paid on receipt of goods in

good condition and upon the submission of the following documents: (i) Four copies of supplier‟s invoice showing contract number, goods description,

quantity, unit price and total amount; (ii) Final Acceptanc as per Section VII in original issued by the authorized representative

of the consignee;

(iii) Two copies of packing list identifying contents of each package; (iv) Inspection certificate issued by the user concerned department, if applicable as per the

contract.

Page 35: View Tend Doc

Page | 35

(v) Performance Bank Guarantee of 10% order value from any scheduled bank valid upto

60 days beyond of date of expiry of warranty period.

B) Payment for Imported Goods:

Payment for foreign currency portion shall be made in the currency as specified in the

contract in the following manner:

a) On Shipment:

100% payment shall be released against presentation of shipping documents against submission of performance Bank Guarantee of 10% order value valid for a period of 68

months from the date of supply order and the same should be essentially submitted within 15 days of issue of supply order.

Or

90% payment will be released against presentation of shipping documents & balance 10%

payment will be released after satisfactory Installation certificate issued by the user department and against submission of Performance Bank Guarantee of 10% order value valid for a period of 62 months from the dated of satisfactory Installation certificate issued

by the user department.

The bidders also submit the documents specified hereunder:

(i) Four copies of supplier‟s invoice showing contract number, goods description, quantity, unit price and total amount;

(ii) Original and four copies of the negotiable clean, on-board Bill of Lading/ Airway bill , marked freight pre paid and four copies of non-negotiable Bill of Lading/Airway bill;

(iii) Four Copies of packing list identifying contents of each package; (iv) Insurance Certificate as per GCC Clause 11 and documents also to be submitted for

payment of LC confirming that dispatch documents has already been sent to all concerned as per the contract within 24 hours;

(v) Manufacturer‟s/Supplier‟s warranty certificate; (vi) Inspection certificate issued by the nominated inspection agency, if applicable as per

contract;

(vii) Manufacturer‟s own factory inspection report and (viii) Certificate of country of origin issued by Chamber of Commerce or counter signed

by Chamber of Commerce.

b) Payment of Incidental Costs till consignee site & Incidental Services (including Installation & Commissioning, Supervision, Demonstration and Training) will be paid in

Indian Rupees to the Indian Agent after issue of final acceptance certificate by the consignee.

c) Payment of Indian Agency Commission:

Indian Agency commission will be paid to the manufacturer‟s agent in the local currency for an amount in Indian rupees indicated in the relevant Price Schedule (as per prevailing

rate of exchange ruling on the date of Contract) and shall not be subject to further escalation / exchange variation. Payment shall be paid in Indian Rupees to the Indian

Agent after issue of final acceptance certificate by the consignee. The Indian Agency Commission will be paid to the Indian agents only after submission of

demurrage & delivery order charges, if applicable.

Page 36: View Tend Doc

Page | 36

C) Payment of Turnkey, if any: Turnkey payment will be made to the manufacturer‟s agent in Indian rupees indicated in the

relevant Price Schedule (as per prevailing rate of exchange ruling on the date of Contract) and shall not be subject to further escalation / exchange variation. Payment shall be made in Indian Rupees to the Indian Agent after issue of final acceptance certificate by the consignee.

D) Payment for Annual Comprehensive Maintenance Contract Charges: The consignee will enter into CMC with the supplier at the rates as stipulated in the contract. The payment of CMC will be made on annual basis after satisfactory completion of said

contract period, duly certified by the consignee on receipt of bank guarantee for an amount equivalent to 2.5 % of the cost of the equipment as per contract in the prescribed format given

in Section XV valid till 2 months after expiry of entire CMC period. The B.G. for CMC will be applicable in case of equipment cost is more than Rs.10 lakhs.

21.2 The supplier shall not claim any interest on payments under the contract.

21.3 Where there is a statutory requirement for tax deduction at source, such deduction towards

income tax and other tax as applicable will be made from the bills payable to the Supplier at

rates as notified from time to time.

21.4 Irrevocable & non – transferable LC shall be opened, However, if the supplier requests specifically to open confirmed LC, the extra charges would be borne by the supplier. If LC is

required to be extended and/or amended for reasons not attributable to the purchaser/consignee, the charges thereof shall be borne by the supplier.

21.5 The payment shall be made in the currency / currencies authorised in the contract.

21.6 The supplier shall send its claim for payment in writing, when contractually due, along with

relevant documents etc., duly signed with date, to respective consignees.

21.7 While claiming payment, the supplier is also to certify in the bill that the payment being claimed is strictly in terms of the contract and all the obligations on the part of the supplier

for claiming that payment has been fulfilled as required under the contract.

21.8 While claiming reimbursement of duties, taxes etc. (like sales tax, excise duty, custom duty)

from the Purchaser/Consignee, as and if permitted under the contract, the supplier shall also certify that, in case it gets any refund out of such taxes and duties from the concerned

authorities at a later date, it (the supplier) shall refund to the Purchaser/Consignee forthwith.

21.9 In case where the supplier is not in a position to submit its bill for the balance payment for

want of receipted copies of Inspection Note from the consignee and the consignee has not complained about the non-receipt, shortage, or defects in the supplies made, balance amount

will be paid by the paying authority without consignee‟s receipt certificate after three months from the date of the preceding part payment for the goods in question, subject to the

following conditions:

(a) The supplier will make good any defect or deficiency that the consignee (s) may report within six months from the date of despatch of goods.

(b) Delay in supplies, if any, has been regularized. (c) The contract price where it is subject to variation has been finalized.

(d) The supplier furnishes the following undertakings:

Page 37: View Tend Doc

Page | 37

“I/We, __________ certify that I/We have not received back the Inspection Note duly receipted by the consignee or any communication from the purchaser or the consignee about non-receipt,

shortage or defects in the goods supplied. I/We ______ agree to make good any defect or deficiency that the consignee may report within three months from the date of receipt of this balance payment.

21.10 THE TENDERERS ARE REQUESTED TO SUBMIT THE FOLLOWING INFORMATION

INVARIABLY TO MAKE PAYMENT THROUGH RTGS/NEFT. “The payment in

pursuance of stores supplied/services rendered/work done will be made through

RTGS/NEFT & charges incurred for affecting such electronic transfers will be borne by the

vendors. The details of present charges for NEFT/RTGS are as under: NEFT: Up to Rs.1 lakh – Rs.5/- per transaction

Rs. 1 lakh and above

RTGS: & Upto Rs.5 lakh – Rs.25/- per transaction

Rs.5 lakh and above -- Rs.50/- per transaction

To make payment through above said mode, the vendor/supplier/contracts have to submit the following

information invariably:

i. Name of the Beneficiary

ii. Bank Account No. of the beneficiary

iii. IFCS Code of the Bank/Branch.

iv. Permanent Account Number (PAN)

Failing which their quotation is liable to be rejected

22. Delay in the supplier’s performance

22.1 The supplier shall deliver of the goods and perform the services under the contract within the time schedule specified by the Purchaser/Consignee in the Schedule of Requirements and as

incorporated in the contract.

22.2 Subject to the provision under GCC clause 26, any unexcused delay by the supplier in maintaining its contractual obligations towards delivery of goods and performance of services

shall render the supplier liable to any or all of the following sanctions:

(i) imposition of liquidated damages,

(ii) forfeiture of its performance security and (iii) termination of the contract for default.

22.3 If at any time during the currency of the contract, the supplier encounters conditions

hindering timely delivery of the goods and performance of services, the supplier shall promptly inform the Purchaser/Consignee in writing about the same and its likely duration

and make a request to the Purchaser/Consignee for extension of the delivery schedule accordingly. On receiving the supplier‟s communication, the Purchaser/Consignee shall

examine the situation as soon as possible and, at its discretion, may agree to extend the delivery schedule, with or without liquidated damages for completion of supplier‟s contractual obligations by issuing an amendment to the contract.

22.4 When the period of delivery is extended due to unexcused delay by the supplier, the

amendment letter extending the delivery period shall, interalia contain the following

conditions:

(a) The Purchaser/Consignee shall recover from the supplier, under the provisions of the clause 23 of the General Conditions of Contract, liquidated damages on the goods

and services, which the Supplier has failed to deliver within the delivery period stipulated in the contract.

Page 38: View Tend Doc

Page | 38

(b) That no increase in price on account of any ground, whatsoever, including any

stipulation in the contract for increase in price on any other ground and, also including statutory increase in or fresh imposition of customs duty, excise duty, sales

tax/ VAT, Service Tax and Works Contract Tax or on account of any other tax or duty which may be levied in respect of the goods and services specified in the contract,

which takes place after the date of delivery stipulated in the contract shall be admissible on such of the said goods and services as are delivered and performed after the date of the delivery stipulated in the contract.

(c) But nevertheless, the Purchaser/Consignee shall be entitled to the benefit of any

decrease in price on account of reduction in or remission of customs duty, excise duty, sales tax/ VAT, Service Tax and Works Contract Tax or any other duty or tax or levy

or on account of any other grounds, which takes place after the expiry of the date of delivery stipulated in the contract.

22.5 The supplier shall not dispatch the goods after expiry of the delivery period. The supplier is required to apply to the Purchaser/Consignee for extension of delivery period and obtain the same before despatch. In case the supplier dispatches the goods without obtaining an

extension, it would be doing so at its own risk and no claim for payment for such supply and /or any other expense related to such supply shall lie against the purchaser.

23. Liquidated damages

23.1 Subject to GCC clause 26, if the supplier fails to deliver any or all of the goods or fails to

perform the services within the time frame(s) incorporated in the contract, the

Purchaser/Consignee shall, without prejudice to other rights and remedies available to the

Purchaser/Consignee under the contract, deduct from the contract price, as liquidated

damages, a sum equivalent to 0.5% per week of delay or part thereof on delayed supply of

goods and/or services until actual delivery or performance subject to a maximum of 10%

of the contract price. Once the maximum is reached Purchaser/Consignee may consider termination of the contract as per GCC 24.

During the above-mentioned delayed period of supply and / or performance, the conditions incorporated under GCC sub-clause 22.4 above shall also apply.

24. Termination for default

24.1 The Purchaser/Consignee , without prejudice to any other contractual rights and remedies available to it (the Purchaser/Consignee ), may, by written notice of default sent to the

supplier, terminate the contract in whole or in part, if the supplier fails to deliver any or all of the goods or fails to perform any other contractual obligation(s) within the time period specified in the contract, or within any extension thereof granted by the Purchaser/Consignee

pursuant to GCC sub-clauses 22.3 and 22.4.

24.2 In the event of the Purchaser/Consignee terminates the contract in whole or in part, pursuant to GCC sub-clause 24.1 above, the Purchaser/Consignee may procure goods and/or services similar to those cancelled, with such terms and conditions and in such manner as it deems fit

and the supplier shall be liable to the Purchaser/Consignee for the extra expenditure, if any, incurred by the Purchaser/Consignee for arranging such procurement.

24.3 Unless otherwise instructed by the Purchaser/Consignee, the supplier shall continue to

perform the contract to the extent not terminated.

Page 39: View Tend Doc

Page | 39

25. Termination for insolvency

25.1 If the supplier becomes bankrupt or otherwise insolvent, the purchaser reserves the right to terminate the contract at any time, by serving written notice to the supplier without any compensation, whatsoever, to the supplier, subject to further condition that such termination

will not prejudice or affect the rights and remedies which have accrued and / or will accrue thereafter to the Purchaser/Consignee.

26. Force Majeure

26.1 Notwithstanding the provisions contained in GCC clauses 22, 23 and 24, the supplier shall not be liable for imposition of any such sanction so long the delay and/or failure of the

supplier in fulfilling its obligations under the contract is the result of an event of Force Majeure.

26.2 For purposes of this clause, Force Majeure means an event beyond the control of the supplier

and not involving the supplier‟s fault or negligence and which is not foreseeable and not brought about at the instance of , the party claiming to be affected by such event and which

has caused the non – performance or delay in performance. Such events may include, but are not restricted to, acts of the Purchaser/Consignee either in its sovereign or contractual capacity, wars or revolutions, hostility, acts of public enemy, civil commotion, sabotage,

fires, floods, explosions, epidemics, quarantine restrictions, strikes excluding by its employees, lockouts excluding by its management, and freight embargoes.

26.3 If a Force Majeure situation arises, the supplier shall promptly notify the

Purchaser/Consignee in writing of such conditions and the cause thereof within twenty one days of occurrence of such event. Unless otherwise directed by the Purchaser/Consignee in writing, the supplier shall continue to perform its obligations under the contract as far as

reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

26.4 If the performance in whole or in part or any obligation under this contract is prevented or delayed by any reason of Force Majeure for a period exceeding sixty days, either party may

at its option terminate the contract without any financial repercussion on either side.

26.5 In case due to a Force Majeure event the Purchaser/Consignee is unable to fulfil its

contractual commitment and responsibility, the Purchaser/Consignee will notify the supplier accordingly and subsequent actions taken on similar lines described in above sub-paragraphs.

27.1 Termination for convenience

27.2 The Purchaser/Consignee reserves the right to terminate the contract, in whole or in part for

its (Purchaser‟s/Consignee ‟s) convenience, by serving written notice on the supplier at any time during the currency of the contract. The notice shall specify that the termination is for

the convenience of the Purchaser/Consignee. The notice shall also indicate interalia, the extent to which the supplier‟s performance under the contract is terminated, and the date

with effect from which such termination will become effective.

27.3 The goods and services which are complete and ready in terms of the contract for delivery and performance within thirty days after the supplier‟s receipt of the notice of termination shall be accepted by the Purchaser/Consignee following the contract terms, conditions and

prices. For the remaining goods and services, the Purchaser/Consignee may decide:

Page 40: View Tend Doc

Page | 40

a) To get any portion of the balance completed and delivered at the contract terms, conditions and prices; and / or

b) To cancel the remaining portion of the goods and services and compensate the

supplier by paying an agreed amount for the cost incurred by the supplier towards the remaining portion of the goods and services.

28. Governing language

28.1 The contract shall be written in English language following the provision as contained in GIT clause 4. All correspondence and other documents pertaining to the contract, which the

parties exchange, shall also be written accordingly in that language.

29. Notices

29.1 Notice, if any, relating to the contract given by one party to the other, shall be sent in writing or by cable or telex or facsimile and confirmed in writing. The procedure will also provide the sender of the notice, the proof of receipt of the notice by the receiver. The addresses of the

parties for exchanging such notices will be the addresses as incorporated in the contract.

29.2 The effective date of a notice shall be either the date when delivered to the recipient or the

effective date specifically mentioned in the notice, whichever is later.

30. Resolution of disputes

30.1 If dispute or difference of any kind shall arise between the Purchaser/Consignee and the supplier in connection with or relating to the contract, the parties shall make every effort to resolve the same amicably by mutual consultations.

30.2 If the parties fail to resolve their dispute or difference by such mutual consultation within twenty-one days of its occurrence, then, unless otherwise provided in the SCC, either the Purchaser/Consignee or the supplier may give notice to the other party of its intention to

commence arbitration, as hereinafter provided the applicable arbitration procedure will be as per the Arbitration and Conciliation Act, 1996 of India. In the case of a dispute or difference

arising between the Purchaser/Consignee and a domestic Supplier relating to any matter arising out of or connected with the contract, such dispute or difference shall be referred to

the sole arbitration of an officer in the Ministry of Law and Justice, appointed to be the arbitrator by the Director, AIIMS. The award of the arbitrator shall be final and binding on the parties to the contract subject to the provision that the Arbitrator shall give reasoned

award in case the value of claim in reference exceeds Rupees One lakhs (Rs.1,00,000/-).

30.3 Venue of Arbitration: The venue of arbitration shall be New Delhi, India.

31. Applicable Law

The contract shall be governed by and interpreted in accordance with the laws of India for the time being in force.

32. General/ Miscellaneous Clauses Genuine equipments and instruments etc., should be supplied. Tenderers should indicate the

source of supply i.e. name & address of the manufacturers from whom the items are to be

imported, country of origin, country of Shipment etc.

32.1 Nothing contained in this Contract shall be constructed as establishing or creating between

the parties, i.e. the Supplier/its Indian Agent/CMC Provider on the one side and the Purchaser on the other side, a relationship of master and servant or principal and agent.

Page 41: View Tend Doc

Page | 41

32.2 Any failure on the part of any Party to exercise right or power under this Contract shall not

operate as waiver thereof.

32.3 The Supplier shall notify the Purchaser/Consignee /the Government of India of any material

change would impact on performance of its obligations under this Contract.

32.4 Each member/constituent of the Supplier/its Indian Agent/CMC Provider, in case of

consortium shall be jointly and severally liable to and responsible for all obligations towards the Purchaser/Consignee/Government for performance of contract/services including that

of its Associates/Sub Contractors under the Contract.

32.5 The Supplier/its Indian Agent/CMC Provider shall at all times, indemnify and keep

indemnified the Purchaser/Government of India against all claims/damages etc. for any infringement of any Intellectual Property Rights (IPR) while providing its services under

CMC or the Contract.

32.6 The Supplier/its Agent/CMC Provider shall, at all times, indemnify and keep indemnified the Purchaser/Consignee/Government of India against any claims in respect of any damages or compensation payable in consequences of any accident or injury sustained or suffered by

its employees or agents or by any other third party resulting from or by any action, omission or operation conducted by or on behalf of the supplier/its associate/affiliate etc.

32.7 All claims regarding indemnity shall survive the termination or expiry of the contract.

Page 42: View Tend Doc

Page | 42

SECTION – V

SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special Conditions of Contract (SCC) will apply for this purchase. The

corresponding clauses of General Conditions of Contract (GCC) relating to the SCC

stipulations have also been incorporated below.

These Special Conditions will modify/substitute/supplement the corresponding (GCC)

clauses.

Whenever there is any conflict between the provision in the GCC and that in the SCC,

the provision contained in the SCC shall prevail.

********************

Page 43: View Tend Doc

Page | 43

SECTION - VI

SCHEDULE OF REQUIREMENTS

Part I

Schedule

No.

Brief Description of Goods Quantity Consignee Amount of Bid

Security (in

Rs. or for an

equivalent

amount in

foreign

currency)

1

Purchase, Installation and Commissioning of Modular

Prefabricated Operation Theaters with various Services for OT Complex

and Site preparation- 5 Nos.

05 HOD,

Orthopedics Rs.22,00,000/-

Legend:

All India Institute of Medical Sciences, Ansari Nagar, New Delhi-110 029

INDIA.

Page 44: View Tend Doc

Page | 44

Part II: Required Delivery Schedule:

a) For Indigenous goods or for imported goods if supplied from India or Good to be

imported and supplied against payment in Indian Rupees:

4-6 weeks from the date of place of order to deliver at consignee site. The date of

delivery means delivery at consignee site (Bidders may quote earlier delivery period).

b) For Imported goods directly from abroad:

Six (6) months from the date of opening of irrevocable Letter of Credit for shipment.

The installation/commissioning (as per the requirement given in technical specifications at

Section VII) of ordered good(s) shall be carried out by the successful bidder within two

months time from the date of delivery of equipment/receipt of the equipment and the date

of making available the site (by the Consignee), whichever is later.

Part III: Scope of Incidental Services:

Installation & Commissioning, Supervision, Demonstration, Trial run and Training etc. as specified in GCC Clause 13

Part IV:

Turnkey (if any) as per details in Technical Specification.

Part V:

Comprehensive Maintenance Contract (CMC) as per details in Technical Specification.

Part VI: Required Terms of Delivery and Destination.

a) For Domestic Goods Or of Foreign Origin Located Within India/Goods to be

imported and offered against payment in Indian Rupees:

The bidders are required to quote their rates for the indigenous Goods or for the

imported to be supplied from India on delivery at Consignee Site – Specified in the

List of Requirements. Insurance (local transportation and storage) would be borne by the Supplier from ware house to the consignee warehouse.

b) For Imported goods directly from abroad:

The bidders are required to quote their rates for the Goods to be imported from outside

India, on CIP [New Delhi International Airport/ ICD Tuglakabad/Patparganj basis] giving breakup of the price as per the Proforma prescribed in the Price Schedule.

Insurance (local transportation and storage) would be extended and borne by the

Supplier from ware house to the consignee warehouse

Page 45: View Tend Doc

Page | 45

SECTION-VII

IMPORTANT TERMS AND CONDITIONS

GENERAL POINTS:

1. Warranty:

a) The bidders must quote for FIVE YEARS COMPREHENSIVE WARRANTY FOR MODULAR OT

INCLUDING LAMINAR AIR FLOW AND ITS CONSUMABLES FROM THE DATE OF

COMPLETION OF THE SATISFACTORY INSTALLATION. REST OF THE CONSTRUCTION

WORK SHOULD BE QUOTED WITH ONE YEAR WARANTY as per Conditions of Contract/Specifications of the TE document for complete equipment (as mentioned in

the specifications) and Turnkey Work (as per specifications) from the date of satisfactory

installation, commissioning, trial run & handing over of equipment to the concerned

user department.

b) The warranty charges shall not be quoted separately.

c) 95% up time Warranty of complete equipment with extension of Warranty period by double the downtime period on 24 (hrs) X 7 (days) X 365 (days) basis.

d) All software updates should be provided free of cost during Comprehensive Warranty period.

2. After Sales Service:

After sales service centre should be available at the city of Institution on 24 (hrs) X 7 (days) X 365 (days) basis. Complaints should be attended properly, maximum within 8 hrs. The

service should be provided directly by Bidder/Indian Agent. Undertaking by the Principals that the spares for the equipment shall be available for at least 10 years from the

date of supply of equipment.

3. Training:

On Site training to Doctors/ Technicians/ staff is to be provided by Principal/Indian

Agents (if they have the requisite know-how) for operation and maintenance of the equipment to the satisfaction of the user department.

4. Annual Comprehensive Maintenance Contract (CMC) of subject equipment:

a) The cost of Comprehensive Maintenance Contract (CMC) which includes preventive

maintenance including testing & calibration as per technical/ service /operational manual of the manufacturer, labour and spares, after satisfactory completion of

Warranty period may be quoted for next 5 years on yearly basis for complete

equipment (including all spares and labour).

b) The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening. The taxes to be paid extra, to be specifically stated. In the absence of any

such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later.

c) Cost of CMC will also be added for Ranking/Evaluation purpose.

Page 46: View Tend Doc

Page | 46

d) Before commencement of CMC period, the suppliers shall furnish a Performance Bank Guarantee for 2.5 % of the cost of the equipment (as per Section XV) valid till 2 months

extra after expiry of entire CMC period. The payment of CMC will be made on yearly basis after satisfactory completion of said period duly certified by end user. The

Performance Bank Guarantee for CMC will be applicable in case of equipment cost is more than Rs.10 lakhs.

e) There will be 95% uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365

(days) basis, with penalty, to extend CMC period by double the downtime period.

f) All software updates should be provided free of cost during CMC.

g) Failure of the above [4. f)] by the supplier, may lead to the forfeiture of the Bank

Guarantee for Annual CMC.

h) The payment of CMC will be made on annual basis after satisfactorily completion of said period.

Turnkey:

Turnkey is indicated in the technical specification of the respective items, wherever

required. The Bidder shall examine the existing site where the equipment is to be installed,

in consultation with HOD of concerned user department. Turnkey details of each

equipment are given at the end of Technical Specification, if applicable. The Bidders to

quote prices indicating break-up of prices of the Machine and Turnkey Job of each

equipment. The Turnkey costs may be quoted in Indian Rupee and the same will also be

added for Ranking Purpose.

The taxes to be paid extra, to be specifically stated. In the absence of any such stipulation

the price will be taken inclusive of such duties and taxes and no claim for the same will be

entertained later.

The Turnkey Work should completely comply with AERB requirement, if any.

Page 47: View Tend Doc

Page | 47

Section – VIII

Quality Control Requirements

(Proforma for equipment and quality control employed by the manufacturer(s)

Tender Reference No. Date of opening Time

Name and address of the Bidder: Note: All the following details shall relate to the manufacturer(s) for the goods quoted for.

01 Name of the manufacturer a. full postal address

b. full address of the premises c. telegraphic address

d. telex number

e. telephone number f. fax number

02 Plant and machinery details

03 Manufacturing process details 04 Monthly (single shift) production capacity of goods quoted for

a. normal b. maximum

05 Total annual turn-over (value in Rupees) 06 Quality control arrangement details

a. for incoming materials and bought-out components b. for process control

c. for final product evaluation 07 Test certificate held

a type test

b BIS/ISO certification c CE/FDA approved

d any other 08 Details of staff

a. technical b skilled c unskilled

Signature and seal of the Bidder

Page 48: View Tend Doc

Page | 48

Section – IX

Qualification Criteria

1. The Bidder must be a Manufacturer or its authorized Agent. Sub-authorization is not

acceptable.

2. The Bidder shall furnish a brief write-up, packed with adequate data explaining and establishing

his available capacity/capability (both technical and financial) to perform the Contract (if

awarded) within the stipulated time period, after meeting all its current/present commitments.

The Bidder shall also furnish details of Equipment and Quality Control in the enclosed Section

VIII.

3. Notwithstanding anything stated above, the Purchaser reserves the right to assess the Bidder‟s

capability and capacity to perform the contract satisfactorily before deciding on award of

Contract, should circumstances warrant such an assessment in the overall interest of the

Purchaser.

4. The Purchaser reserves the right to ask for a free demonstration of the quoted equipment at a

pre determined place acceptable to the purchaser for technical acceptability as per the tender

specifications, before the opening of the Price bid failing which their bid shall be liable to be

rejected.

Page 49: View Tend Doc

Page | 49

PROFORMA ‘A’

PROFORMA FOR PERFORMANCE STATEMENT

(For the period of last five years)

Tender Reference No. : _________________________________

Date of opening : _________________________________

Time : _________________________________

Name and address of the Bidder : _________________________________

Name and address of the manufacturer : _________________________________

Order

placed by (full

address of Purchaser/Consignee)

Order

number and date

Description

and quantity of ordered

goods and services

Value

of order

(Rs.)

Date of

completion of Contract

Remarks

indicating reasons

for delay if any

Have the

goods been functioning

Satisfactorily (attach documentary

proof)**

As per contract

Actual

1 2 3 4 5 6 7 8

Signature and seal of the Bidder

** The documentary proof will be a certificate from the consignee/end user with cross-reference

of order no. and date in the certificate along with a notarized certification authenticating the

correctness of the information furnished. If at any time, information furnished is proved to be

false or incorrect, the earnest money furnished will be forfeited.

Page 50: View Tend Doc

Page 50 of 63

SECTION – X

TENDER FORM Date__________

To,

The ‘Director’,

All India Institute of Medical Sciences

Ansari Nagar,

New Delhi-110 029.

Ref. Your TE document No.___________________________dated _________________________

I/We, the undersigned hereby agree to all the terms and conditions, stipulated by the AIIMS, in this connection including delivery, warranty, penalty etc. against above said No. __________, dated ________ (if any). We now offer to supply and deliver___________ (Description of goods

and services) in conformity with your above referred document.

If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, in accordance with the delivery schedule specified in the List of Requirements.

We further confirm that, if our tender is accepted, we shall provide you with a performance security of required amount in an acceptable form in terms of GCC clause 5, read with

modification, if any, in Section - V – “Special Conditions of Contract”, for due performance of the contract.

We agree to keep our tender valid for acceptance as required in the GIT clause 20, read with modification, if any in Section - III – “Special Instructions to Tenderer” or for subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by this tender up to

the aforesaid period and this tender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formal contract is executed, this tender read with your

written acceptance thereof within the aforesaid period shall constitute a binding contract between us.

We further understand that you are not bound to accept the lowest or any tender you may receive against your above-referred tender enquiry.

We confirm that we do not stand deregistered/banned/blacklisted by any Govt. Authorities/organization.

We confirm that we fully agree to the terms and conditions specified in above mentioned TE

document, including amendment/ corrigendum, delivery, warranty, penalty etc if any.

(Signature with date)

(Name and designation) Duly authorised to sign tender for and on behalf of

Page 51: View Tend Doc

Page 51

SECTION – XI PRICE SCHEDULE

A) PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED WITHIN INDIA

OR GOODS TO BE IMPORTED AND SUPPLIED AGAINST PAYMENT IN INDIAN RUPEES

1 2 3 4 5 6

Schedule Brief

Descriptio

n of Goods

Country of

Origin

Quantity

(Nos.)

Price per unit (Rs.) Total Price

(at

Consignee

Site) basis

(Rs.)

4 x 5(g)

Ex - factory/

Ex -

warehouse

/Ex-

showroom

/Off - the

shelf

(a)

Excise

Duty

(if any)

[%age

&

value]

(b)

Sales Tax/

VAT(if

any) [%age

& value]

(c)

Packing and

Forwarding

charges

(d)

Inland Transportation,

loading/ unloading

and Incidental costs till

consignee‟s site

(e)

Incidental Services

(including

Installation &

Commissioning,

Supervision,

Demonstration and

Training) at the

Consignee‟s site

(f)

Unit Price (at

Consignee Site)

basis

(g)

=a+b+c+d+e+f

Total Tender price in Rupees: ________________________________________________________________________________________________

In words: ____________________________________________________________________________________________________________________________

Note: - 1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail. 2. The charges for Annual CMC after warranty shall be quoted separately as per Section – XI – Price Schedule C

3. The Bidder must quote price for “GOODS TO BE IMPORTED AND SUPPLIED AGAINST PAYMENT IN INDIAN RUPEES” after having taken in to account, the provision of Custom Duty Exemption Certificate (CDEC) by the Purchaser, as per Customs Tariff Act.

Name________________________

Business Address________________________

Place: ___________________________ Signature of Tenderer________________________

Date: _________________________ Seal of the Tenderer________________________

Page 52: View Tend Doc

Page 52

SECTION – XI PRICE SCHEDULE B) PRICE SCHEDULE FOR GOODS TO BE IMPORTED FROM ABROAD

1 2 3 4 5 6

Schedule Brief

Description

of Goods

Country

of Origin

Quantity

(Nos.) Price per unit (Currency) Total price on

CIP Named

Port of

Destination +

Insurance (local

transportation

and storage)

4X 5 (d)

FOB price at

port/ airport

of Lading

(a)

Carriage &

Insurance (port of

loading to port of

entry) and other

Incidental costs**

(b)

Incidental Services (including

Installation & Commissioning,

Supervision, Demonstration and

Training) at the Consignee‟s site**

(c)

Unit Price on CIP Named Port

of Destination + Extended

Insurance (local transportation

and storage)

(d) = a+b+c

** To be paid in Indian Currency (Rs.) Total Tender price in foreign currency: _____________________________________________________________________________________________

In words: _______________________________________________________________________________________________________________________

Note: - 1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail. 2. The charges for Annual CMC after warranty shall be quoted separately as per Section – XI – Price Schedule C

3. The Tenderer will be fully responsible for the safe arrival of the goods at the named port of entry in good condition as per terms of CIP as per INCOTERMS, if applicable.

Indian Agent:

Indian Agency Commission - ___% of FOB

Signature of Tenderer_______________________

Name________________________

Business Address________________________

Place: ___________________________ Signature of Tenderer________________________

Date: ____________________________ Seal of the Tenderer________________________

Page 53: View Tend Doc

Page 53

SECTION – XI PRICE SCHEDULE

C) PRICE SCHEDULE FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT AFTER WARRANTY PERIOD:

1 2 3 4 5

Tender

No.

DESCRIPTION OF

GOODS

QUANTITY.

(Nos.)

Annual Comprehensive

Maintenance Contract Cost for

Each Unit year wise*. Total Annual Comprehensive

Maintenance Contract Cost for 5 Years

[3 x (4a+4b+4c+4d+4e)] 1st 2nd 3rd 4th 5th

a b c d e

* After completion of Warranty period. Service Tax: Whether extra or inclusive, if extra, indicates the rate______.

NOTE:- 1. In case of discrepancy between unit price and total prices, THE UNIT PRICE shall prevail. 2. The cost of Comprehensive Maintenance Contract (CMC) which includes preventive maintenance including testing & calibration as per

technical/ service /operational manual, labour and spares, after satisfactory completion of Warranty period may be quoted for next 5

years on yearly basis for complete equipment and Turnkey (if any). 3. The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening. The taxes to be paid extra, to be specifically

stated. In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later.

4. Cost of CMC will be added for Ranking/Evaluation purpose. 5. The payment of CMC will be made as per clause GCC clause 21.1 (D). 6. The uptime warranty will be 98 % on 24 (hrs) X 7 (days) X 365 (days) basis or as stated in Technical Specification of the TE document.

7. All software updates should be provided free of cost during CMC period. 8. The stipulations in Technical Specification will supersede above provisions

9. The supplier shall keep sufficient stock of spares required during Annual Comprehensive Maintenance Contract period. In case the spares are required to be imported, it would be the responsibility of the supplier to import and get them custom cleared and pay all necessary

duties.

Name________________________

Business Address________________________

Place: ___________________________ Signature of Bidder________________________

Date: ___________________________ Seal of the Bidder________________________

Page 54: View Tend Doc

Page 54

SECTION – XI PRICE SCHEDULE

D) PRICE SCHEDULE FOR TURNKEY

Schedule

No.

BRIEF TURNKEY

DESCRIPTION OF

GOODS

CONSIGNEE

Turnkey price

Service Tax: Whether extra or inclusive, if extra, indicates the rate______.

Note: -

1. The cost of Turnkey as per Technical Specification (Section VII) may be quoted on lump sum along with taxes applicable on the date of Tender

Opening. The taxes to be paid extra, to be specifically stated. In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later.

2. Cost of Turnkey will be added for Ranking/Evaluation purpose. 3. The payment of Turnkey will be made as per clause GCC clause 21.1 (c). 4. The stipulations in Technical Specification will supersede above provisions.

Name________________________

Business Address________________________

Place: ___________________________ Signature of Bidder________________________

Date: ____________________________ Seal of the Bidder________________________

Page 55: View Tend Doc

Page No. 55

SECTION – XII

QUESTIONNAIRE

Fill up the Section XVI – Check List for Bidders and enclose with the Tender

1. The bidder should furnish specific answers to all the questions/issues mentioned in the

Checklist. In case a question/issue does not apply to a bidder, the same should be

answered with the remark “not applicable”.

2. Wherever necessary and applicable, the bidder shall enclose certified copy as

documentary proof/ evidence to substantiate the corresponding statement.

3. In case a bidder furnishes a wrong or evasive answer against any of the question/issues

mentioned in the Checklist, its tender will be liable to be ignored.

Page 56: View Tend Doc

Page No. 56

SECTION – XIII

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 forty-five 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 57: View Tend Doc

Page No. 57

SECTION – XIV

MANUFACTURER’S AUTHORISATION FORM

To

The ‘Director’

All India Institute of Medical Sciences

Ansari Nagar,

New Delhi-29

India. Dear Sirs,

Ref. Your TE document No ____________, dated _____________ We, ___________________________________ who are proven and reputable manufacturers of___________________________(name and description of the goods offered in the tender) having

factories at_______________________________, hereby authorise Messrs______________________________(name and address of the agent) to submit a tender, process

the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured by us.

We further confirm that no supplier or firm or individual other than Messrs. __________________________ (name and address of the above agent) is authorised to submit a tender,

process the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured by us. We also hereby extend our full warranty, CMC as applicable as per clause 15 of the General

Conditions of Contract, read with modification, if any, in the Special Conditions of Contract for the goods and services offered for supply by the above firm against this TE document.

Yours faithfully,

[Signature with date, name and designation]

for and on behalf of Messrs___________________________

[Name & address of the manufacturers]

Note: 1.This letter of authorisation should be on the letter head of the manufacturing firm and should be signed by a person competent and having the power of attorney to legally bind the manufacturer.

2. Original letter may be sent.

Page 58: View Tend Doc

Page No. 58

SECTION – XV

BANK GUARANTEE FORM FOR PERFORMANCE SECURITY/ CMC

SECURITY

To

The ‘Director’,

All India Institute of Medical Sciences

Ansari Nagar,

New Delhi-29. WHEREAS _____________________________ (Name and address of the supplier) (Hereinafter called “the supplier”) has undertaken, in pursuance of contract no________________________

dated _____________ to supply (description of goods and services) (herein after called “the

contract”).

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognised by you for the sum

specified therein as security for compliance with its obligations in accordance with the contract; AND WHEREAS we have agreed to give the supplier such a bank guarantee; NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf

of the supplier, up to a total of. ________________________ (Amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the supplier

to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show grounds

or reasons for your demand or the sum specified therein. We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between

you and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid up to 62 months from the date of satisfactory installation of the equipment i.e. up to ----------- (indicate date).

……………………………. (Signature with date 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 59: View Tend Doc

Page No. 59

SECTION – XVI

CHECKLIST

Name of Bidder:

Name of Manufacturer:

Sl

No.

Activity Yes/ No/

NA

Page No. in

the TE

document

Remarks

1. a. Have you enclosed EMD of required

amount for the quoted item?

b. In case EMD is furnished in the form of

Bank Guarantee, has it been furnished as

per Section XIII?

c. In case Bank Guarantee is furnished, have

you kept its validity of one year from the

date of opening of Techno Commercial

bid?

2. a. Have you enclosed duly filled Tender

Form as per format in Section X?

b. Have you enclosed Power of Attorney in

favour of the signatory?

3. a. Have you enclosed clause-by-clause

technical compliance statement for the

quoted goods vis-à-vis the Technical

specifications?

b. In case of Technical deviations in the

compliance statement, have you identified

and marked the deviations?

4. a. Have you submitted satisfactory

performance certificate as per the

Proforma for performance statement in

Sec. IX of TE document in respect of all

orders?

b. Have you submitted copy of the order(s)

and end user certificate?

Page 60: View Tend Doc

Page No. 60

Sl

No.

Activity Yes/ No/

NA

Page No. in

the TE

document

Remarks

5. Have you submitted manufacturer‟s

authorization as per Section XIV?

6. Have you enclosed equipment catalogue,

leaflet, and brochure with full details of

quoted equipment?

7. Have you submitted prices of goods,

turnkey (if any), CMC etc. in the Price

Schedule as per Section XI?

8. Have you kept validity of their bid 9

months from the date of opening of

Technical bid?

9. a. In case of Indian Bidder, have you

furnished Income Tax Account No. as

allotted by the Income Tax Department of

Government of India?

9 b. In case of Foreign Bidder, have you

furnished Income Tax Account No. of

your Indian Agent as allotted by the

Income Tax Department of Government

of India?

10. Have you mentioned the name and full

address of your Banker (s) along with your Account Number, IFCS Code of the

Bank/Branch?

11. Have you fully accepted payment terms as

per TE document?

12. Have you fully accepted delivery period as

per TE document?

13. Have you submitted the certificate of incorporation?

14. Have you accepted the warranty terms as

per TE document?

15. Have you accepted terms and conditions

of TE document?

16. Have you furnished documents

establishing your eligibility & qualification criteria as per TE documents?

Page 61: View Tend Doc

Page No. 61

Sl

No.

Activity Yes/ No/

NA

Page No. in

the TE

document

Remarks

17. Have you furnished Annual Report (Balance Sheet and Profit & Loss

Account) for last three years prior to the date of Tender opening?

18. Have you submitted an affidavit that the firm

has not been black listed in the past by any

hospital/Organization?

19. Have you submitted an affidavit that the firm

has no vigilance case/CBI/FEMA case

pending against him/supplier (principal).

N.B.

1. All pages of the Tender should be page numbered and indexed. 2. The Bidder may go through the checklist and ensure that all the

documents/confirmations listed above are enclosed in the tender and

no column is left blank. If any column is not applicable, it may be filled

up as NA. 3. It is the responsibility of tendered to go through the TE document to ensure furnishing all

required documents in addition to above, if any.

(Signature with date)

(Full name, designation & address of the person duly authorised sign on behalf of the

Bidder)

For and on behalf of

(Name, address and stamp of the tendering firm)

Page 62: View Tend Doc

Page No. 62

SECTION –XVII

ALL INDIA INSTITUTE OF MEDICAL SCIENCES

ANSARI NAGAR: NEW DELHI: 110 029

F. No. XX-376/SO(DO)/Ortho/2013-14/FSC-I

Name of the Item: Purchase, Installation and Commissioning of Modular

Prefabricated Operation Theaters with various Services for OT Complex and Site preparation- 5 Nos.

Technical Specification: Modular Prefabricated Operation Theaters with various

services for OT Complex and site preparation.

Main Building: C Block First Floor at AIIMS Orthopaedics Department.

ANNEXURE–I

Three Bid Tender System:

1) Prequalification Eligibility Bid Documents, Tender Fee and EMD 1st envelope.

2) Technical Bid in 2nd envelope.

3) Financial Bid in 3rd envelope. (Prices with one year warranty and five year warranty + 5 years CMC rates in 3rd envelope )

Completion Time Period: Within 8 Months from the date of Notice of Award.

Tenderer/Bidders should quote prices as under:

- Five year warranty to be quoted for modular OT including laminar air flow and its consumables. Rest of the construction work should be quoted with one year warranty.

- Five year warranty with CAMC to be quoted for Equipments (with consumables) and five years with AMC.

All the Tenderer/Bidders should submit copy of valid CE certificate or UL Listed no. for all the imported medical gas pipe line products. (CE Certificate must have CE no. specified on it.)

All the Tenderer/Bidders should submit copy of valid CE certificate or FDA certificate for imported OT Light and imported OT Pendants. (CE Certificate must have CE no. specified on it.)

Entire Project Coordination & timely execution will be the sole responsibility of the successful bidder.

Hospital scope of work to be provided before start of tender execution work.

1. Hospital will provide power supply 220 volts single phase and 3 phase 440 volts with cable inside OT complex at one point with DB at the entrance of OT.

2. Hospital will provide power supply 220 volts single phase and 3 phase 440 volts with cable and outside complex where Duplex AGSS Pump will be installed.

Page 63: View Tend Doc

Page No. 63

3. Hospital will provide telephone connectivity outside the OT complex at one point. Internal wiring and intercom facility will be responsibility of the vendor.

4. Hospital will provide DG supply at a point outside the OT while UPS along with Cable will be responsibility of the vendor.

5. Hospital will provide DB outside OT complex with Cable. 6. The design and drawing of the HVAC system and to maintain the required temperature

condition shall be the responsibility of the contractor. However, AIIMS shall provide chilled water supply at the range of 45± 2 deg F.{Temperature (inside OT) range : 68

± 2 deg F ( 20 ± 1 deg C);Temperature (rest of areas) range : 72 ± 2 deg F ( 22 ± 1 deg C); Humidity : 55 ± 10 %}

7. OT Light for 2 semi modular OT will be provided by the Hospital from existing OTs. 8. Store Room with proper lock and key for material storage. 9. Extension of Medical Gas Pipe Line must be done by the Bidder from the pipe lines

coming outside OT complex for Oxygen, N2O, MA4 Air, SA7 Air and Vacuum. 10. Permission to work day and night as per site requirement 11. Necessary permission to bring the material in and out as and when required by the

bidder. 12. Shut down of medical gas pipeline for oxygen, nitrous oxide and vacuum will be

provided by the hospital.

Liquidated Damages for the Delay:

AIIMS reserves its right to impose liquidated damages at the rate of 1% (of the total quoted cost) per week for delay attributed to the vendor with the upper cap of 5% of the total quoted cost.

ANEXURE–II

Minimum eligibility requirement for the bidders of modular prefabricated operation theater complex.

A) Tenderer/Bidder must have past experience of modular prefabricated operation theater complex in any Government/ Reputed private sector*/ Charitable* Hospitals in India and must have successfully completed similar work in India during past 7 years (ending February 2014). Eligible bidder must submit copy of the completion certificate alongwith the bid documents and failing which bid will be rejected.

Tenderer/Bidder must have successfully completed One modular prefabricated operation theater complex for the 80 % of the estimated value or above in the past seven years (ending February 2014) in any Government/ Reputed private sector*/ Charitable* Hospitals in India only. Eligible bidder must submit copy of the completion certificate alongwith the bid documents and failing which bid will be rejected. OR Tenderer/Bidder must have successfully completed Two modular prefabricated operation theater complex for 50 % of the estimated value or above in the past seven years (ending February 2014) in any Government/ Reputed private sector*/ Charitable* Hospitals in India only. Eligible bidder must submit copy of the completion certificate alongwith the bid documents and failing which bid will be rejected. OR Tenderer/Bidder must have successfully completed Three modular prefabricated operation theater complex for 40 % of the estimated value or above in the past seven years (ending

Page 64: View Tend Doc

Page No. 64

February 2014) in any Government/ Reputed private sector*/ Charitable* Hospitals in India only. Eligible bidder must submit copy of the completion certificate alongwith the bid documents and failing which bid will be rejected.

*In case, the qualifying experience certificate is from Private sector/ Charitable Hospital, the vendor should submit the TDS certificate as a proof of having executed the said work.

B) Tenderer/Bidder must have an annual average turnover for 100% of the tender estimated amount in the continuous past five years. Copy of audit balance sheet and CA certificate for the past five years with profit and loss account must be submitted and failing which bid will be rejected.

C) Tenderer/Bidder must have a bank solvency of 40% of the tender estimated amount a nationalized bank and failing which bid will be rejected.

D) Tenderer/Bidder should submit an affidavit that they will quote and bid for similar manufacturer product for which they have past experience and have successfully executed similar product/work in the past seven years.

E) Tenderer /Bidder should submit a mandatory exclusive letter of authority from the Foreign Principal / Manufacturer for the quoted products.

F) Tenderer /Bidder must be an authorized distributor for modular operation theater and medical gas pipe line system products manufacturing similar company for continuous last five years for the quoted products (without break)

G) Tenderer /Bidder should submit a notarized affidavit confirming that their company is not blacklisted by any state or central government hospital / department in India.

H) Tenderer /Bidder should submit copy of valid ISO certificate and failing which bid will be rejected.

I) If required tenderer /bidder should provide demonstration of Modular Prefabricated Operation Theaters in any of the Government hospital in Delhi NCR-India.

J) The firm should be registered with the department of trade and taxes and shall submit the last return filed with the sales tax department.

K) Tenderer /Bidder should submit a copy of PAN certificate. L) Any false information /certificate submitted will get them debarred and blacklisted from

AIIMS. Hence attested true and genuine information and documents should be submitted.

ANNEXURE III

TENDER TECHNICAL SPECIFICATIONS OBJECTIVES The Main Objectives :

To dilute the bacteria generated by the patient and operating staff in the OT. To prevent less clean air from neighboring rooms entering the OT. Ensure maximum standard of safety. Allow flexibility. Minimizes maintenance. Ensure functional separation of spaces. Regulates flow of traffic Reduce Noscominal Infections Hygienic atmosphere Homogenous unidirectional laminar air ceiling system

Page 65: View Tend Doc

Page No. 65

The entire work should be executed by one company only. Scope of work:

1) Design for the entire OT complex as per the concept plan enclosed. 2) Civil work – dismantling, modernization, renovation, and re-construction of

Walls, toilets, partitions and flooring works inside the OT complex. 3) Plumbing and sanitary work inside the OT complex. 4) Imported Modular Monoblock Wall Panels for 3 OT. 5) Imported Modular Ceiling Panels for 3 OT. 6) Prefabricated Wall Panels for 2 Semi Modular OT, 1 Pre Operative and 1

Recovery Room. 7) Prefabricated Ceiling Panels for 2 Semi Modular OT, 1 Pre Operative and 1

Recovery Room. 8) Double Dome LED OT Light with HD Camera and HD Monitor for 3 Modular OT. 9) Double Arm Motorized Surgeon Pendant for 3 Modular OT & 2 Semi Modular

OT. 10) Double Arm Motorized Anesthesia Pendant for 3 Modular OT & 2 Semi Modular

OT. 11) Clean Room Luminaries for 3 Modular OT, 2 Semi Modular OT, 1 Pre Operative

and 1 Recovery. 12) Peripheral Ceiling Light with Dimmer Control panel for Recovery Room, Preoperative

Room and Sterile Corridor

13) Unidirectional Low Turbulence Laminar Air Flow Ceiling for 3 Modular OT, 2 Semi Modular OT.

14) X-Ray View Screen, Writing Board, PRD for 3 Modular OT, 2 Semi Modular OT, 1 Pre Operative and 1 Recovery Room.

15) Surgeon Control Panel 6 Tile for 3 Modular OT & 2 Semi Modular OT. 16) Electrical wiring and fixtures for 3 Modular OT, 2 Semi Modular OT, 1 Pre

Operative and 1 Recovery Room. 17) Hermetically Sealed Sliding Automatic Doors for 3 Modular OT, 2 Semi Modular

OT, 1 Pre Operative and 1 Recovery Room. 18) Aluminum Doors in the OT complex. 19) 1000mm X 1000mm View Windows with motorized blind for 3 Modular OT, 2

Semi Modular OT, 1 Pre Operative and 1 Recovery Room. 20) Antistatic Conductive Tile Flooring for 3 Modular OT, 2 Semi Modular OT, 1 Pre

Operative and 1 Recovery Room. 21) PVC Vinyl Flooring inside OT complex. 22) Medical Gas Pipe Line System for O2, N2O, MA4 Air, SA7, Vacuum, AGSS. 23) Imported Duplex Medical Air Plant and Duplex AGSS System to be installed

outside OT complex. 24) Suction and Oxygen Therapy System. 25) 3 X Scrub Sinks to be fitted outside OT. 26) 5 x 5000 CFM AHU for each OT to be installed outside OT complex 27) 1 X 8000-10000 CFM AHU for recovery, Preoperative and other areas in OT

Complex 28) New Medical Air Plant with twin air Compressors for compressed air 4 bar and 7

bar supply along with medical grade pipeline to all the OT’s, recovery room and

Page 66: View Tend Doc

Page No. 66

preoperative room will be provided by the vendor. Compressed air to be supplied at a pressure of 700 Kilopascal with the air flow rate of 1800-1850 Liters per minute.

29) Walls and ceiling of air compressor plant and AGSS plant room should be done by the bidder with suitable material. 3 phase and single phase power supply with cable will be provided by the hospital inside the plant room.

30) Sufficient capacity of 7 X 10 KW UPS must be provided by the vendor for all the 5xOT, 1xRecovery Room, 1xPre Operative Room.

31) Motorized Fire Damper for AHU’s shall be the responsibility of the vendor. 32) After dismantle and breakage of the material (excluding Equipment), same shall

be taken away by the vendor on buy back basis and the cost quoted would be deemed to include the credit for the same.

33) All the necessary works pertaining to fire detection and fire fighting in the designated area of work shall be the responsibility of the vendor.

34) 10 X Medical Ceiling supply unit for 6 bedded recovery and preoperative room. 35) 9 X High care electric recovery and preoperative room beds and accessories 36) 1 X high care bed for recovery room 37) 1 X Sterilizer Low Temperature and 1 X Flash Sterilizer. 38) Wall Guard and Corner Guard in the OT complex. 39) Stainless Steel Instrument Table and Mayo Table. 40) Stainless Steel Storage Cupboards and Surgeon Stools. 41) Hydraulic stool with Trendelenberg move hand control 42) 3 X Stretcher Transport Trolley. 43) Various Specialized HVAC Work to install various accessories and Equipment

inside the OT. 44) Various Specialized Electrical Cabling and Distribution work to install various

accessories. 45) Fire Detection Sensors inside OT corridors 46) Pressure sensors for surgeon control panel inside OT in the ceiling 47) 2x1 size Peripheral Light dimmer control panel in the preoperative room,

recovery and sterile corridor. 48) Small size light in the nurse change room, utility storage room, equipment

storage room, sterile storage room, faculty room, corridor, Passage, Female Room, male room, Female Dr. Room, Male Dr. Room.

49) Glazed Rectified Tiles 300x450mm of reputed make in all the toilets. 50) Glazed Vitrified Tiles 600x600mm of reputed make in the faculty room and

staff room. 51) Vitrified Tiles 600x600mm of reputed make in the nurse change room, utility

storage room, equipment storage room, sterile storage room area. 52) Granite slab of approved shade inside the entry corridor and passage.

Page 67: View Tend Doc

Page No. 67

Tender Technical Specifications 1) Imported Wall Panels for inside 3 Modular OT Monoblock free standing sandwich wall construction, in an axial strip grid design, wall thickness 50 mm, Wall height approx. 3,00 m insulation by high density mineral fibre mats, fire class A2 according to DIN 4102, weight approx. 20-25 kg/m². Surface clean room side Stainless steel 1.4301 (AISI 304), powder coated, color white, RAL 9010 with silverprotec antimicrobiological coating Surface outside galvanized steel sheet, powder coated, color white RAL 9010 telescopic floor connection made of aluminum system profiles, base flush on both sides, absorbed tolerance 30 mm Ceiling connection: disconnected telescope ceiling connection, overlapping, aluminum system section, absorbed tolerance 30 mm Made up of stainless steel sheet ( 304 GRADE, 1.60 mm thick) with a thickness of 50 mm, post-coated with baked epoxy polyester finish with a minimum thickness of the covering film of 0.08 mm (80 microns) +/- 10%, suitably bent on the perimeter. In order to increase both the mechanical strength and the heat insulation and soundproofing, The whole inner surface of the panel should be provided with a foam polystyrene slab with high density (polystyrene) with a density of at least 30kg/mc and thickness of 15-16 mm, closed on the back by an additional galvanized sheet with thickness of approx. 0.7 mm, glued to the slab and secured to the painted panel by tearing rivets. All panels should be coated with baked antibacterial epoxy polyester finish with non-toxic inert powder, which should be polymerized in thermal tunnel at 180° with a final surface with excellent mechanical strength and low flame propagation in case of fire. The paneling should be painted according to the available RAL tonalities. The painted surface should be resistant to disinfectants which are used in hospitals and especially in operating room. On the inner sides of the panels there should be slotted holes for their anchorage to the support hooks fixed to the structure uprights. This fastening system allows obtaining all the following results: the panel should be self-centering with consequent joint alignment between panel and panel, ensuring aesthetic balance; the connection between hook and panel should be designed so that the panel, due to its weight, is compressed against the PVC gaskets coating the entire structure, helping to reduce noise transmission. For more safety and stability, the fixing system of the panels to the structure should ensure that there is no accidental breakaway of the panel, even if it is subjected to stress. 2) Imported False Ceiling for inside 3 Modular OT Clamping cassette ceiling, Dipling-type clamping cassette ceiling, galv. sheet steel approx. 0.6 mm, non-perforated White wet-coated surface Coffered ceiling grid approx. 625 x 625 mm. including substructure and nonius pendant. Fire reaction class A1 according to EN 13501-1 referred to raw material. Panels meet the European rule EN 13964:2004, for CE process, according to system 3. This system should allow disassembling each panel, to permit the access in each part of the ceiling. On the perimeter, Panels should be cut in site and lay to special shaped profile sizes made in galvanized steel painted like panels. On this profile should be insert a “Z” profile in galvanized steel used as spring to press the panels. 3) Wall panels for inside 2 Semi Modular OT, 1 Pre Operative and 1 Recovery Room. The 50mmthk wall panels will be constructed using 0.8mm 304 Grade Stainless Steel sandwich panel with core consisting of rigid polyurethane foam, which has been injected under high pressure, with a minimum density of 40 kg/m3. The individual wall panels shall use the tongue and groove technology for joining two panels, no welding should be allowed. The gaps between panels shall be suitably filled with metal filler/epoxy and sanded flush. Stainless Steel plate finished to fine

Page 68: View Tend Doc

Page No. 68

grain surface, treated properly to take antifungal paint. Anti bacterial paint should be coated on the wall panels. 4) Ceiling panels for inside 2 Semi Modular OT, 1 Pre Operative and 1 Recovery Room. The 30mmthk ceiling panels will be constructed using 0.8mm 304 Grade Stainless Steel sandwich panel with core consisting of rigid polyurethane foam, which has been injected under high pressure, with a minimum density of 40 kg/m3. The individual ceiling panels shall use the tongue and groove technology for joining two panels, no welding should be allowed. The gaps between panels shall be suitably filled with metal filler/epoxy and sanded flush. Stainless Steel plate finished to fine grain surface, treated properly to take antifungal paint. Anti bacterial paint should be coated on the ceiling. 5)Antibacterial Paint on wall and ceiling panels for inside 2 Semi Modular OT, 1 Pre Operative and 1 Recovery Room. Anti-Microbial Protection: These product hygiene coatings start the biocidal action as soon as the microorganism land on the surface, and prevents the growth of mould, bacteria and yeasts for at least 5 years. This Hygiene coating should be independently tested by leading universities to demonstrate resistance. Lily Cycle Savings: The unparalleled durability of our hygiene coatings helps to extend the maintenance cycle and to minimize all related material, labor and shut down costs. The speed with which they can be installed and the ease of subsequent maintenance also create significant cost savings. Chemical Resistance: These hygiene coatings should be highly resistant to abrasives, detergents and weak acids and alkalis used in cleaning regimes. Furthermore, they can be regularly steam cleaned without any loss of performance or adhesion to the substrate.

5a)Antibacterial Paint on POP walls inside various other areas of OT complex. Anti-Microbial Protection: These product hygiene coatings start the biocidal action as soon as the microorganism land on the surface, and prevents the growth of mould, bacteria and yeasts for at least 5 years. This Hygiene coating should be independently tested by leading universities to demonstrate resistance. Lily Cycle Savings: The unparalleled durability of our hygiene coatings helps to extend the maintenance cycle and to minimize all related material, labor and shut down costs. The speed with which they can be installed and the ease of subsequent maintenance also create significant cost savings. Chemical Resistance: These hygiene coatings should be highly resistant to abrasives, detergents and weak acids and alkalis used in cleaning regimes. Furthermore, they can be regularly steam cleaned without any loss of performance or adhesion to the substrate.

6) Automatic Hermetically Sealed Sliding Doors and Frames.

Size 1800mmx 2100mm size with 300mm x 300mm vision panel,

Size 1500mmx 2100mm size with 300mm x 300mm vision panel,

Size 1000mmx 2100mm size with 300mm x 300mm vision panel,

It should be flush door leaf, blind fixed, approx. 60 mm. thick. The door core of 45-50 mm. polyurethane, approx. 2x 5.1 mm. MDF and approx. 2x 0,9 mm. Formica hard plastic finish unique track system: Guiding under a 45° angle with 6-8 mm. deep indentations at the closed position. By means of the own weight of the door blade and the 45° angle, the door closes to the wall and floor

Page 69: View Tend Doc

Page No. 69

and is hermetically sealed. Door canopy over the full length of track with a sloping top for the perfect hygiene. Door lever handle should a special inside and outside lever handle lifts out the door of its hermetic closing position and allows even heavy doors to be opened easily. Door top rollers should have special nylon top rollers with double roller bearings are designed for a smooth and silent running. Door stability should have a 5 mm. thick aluminum surrounding which stabilizes the door blade and prevents damage. Door blade finish should have standard large range of hard plastic laminate finishing’s from formica or perstrop. It should have microprocessor-controlled and regulated electromechanical sliding door drive. Door operating automatic – automation with two magic switches. Door should have vision panel of 300 x 300mm. It should have espagnolet lock for automatic sliding door. The lock can be locked & unlocked on both sides by means of a euronorm cylinder and should have hermetic sealing designed and tested on hermetically sealing at an overpressure of 100Pa, the air tightness should be 99,9986% airtight. The door should be designed in consultation with doctors/architects and technical bureaus who design operating theatres and clean rooms. The wall frame opening should be 3-sided finished with approx. 9 mm. mend board and finished on the visible side with 0,9 mm. hard plastic laminate. The color should be the same as the color of the door blade. The wall frame should be on both sides finished with the 3-sided aluminum angle profile and is blind fixed on the cladding. Tightness should be ensured by means of expanded EPDM sealing strips assembled on the aluminium profiles covering the whole perimeter of the leaf. The lowering and translation movement allow the sealing strips to compress on the strikers thus providing hermetic tightness. LAMINATED LEAF : The laminate sliding leaf has a thickness of 47 mm and it is made up of internal structural frame, class 1 fire resistant panels in MDF — 4 mm thick — and class 1 fire resistant plates in HPL with self-extinguishing polystyrene. All this is assembled on aluminium boundary profiles with rounded edges for accident prevention through coplanar non-toxic sealing. Aluminium profiles on which the sealing strips are inserted are assembled on the wall/frame side and beneath the base to ensure hermetic tightness. The specific sliding guide embedded into the base and the front "cam" allow the leaf to slide and they contribute to achieve a hermetic closure when the leaf is closed. AUTOMATISM : Automatism on transom sect. 180x135 mm, open able guard made up of aluminium alloy and side plugs. Fastening on load bearing surface. Sliding track in natural oxidized aluminium alloy separated from the transom by noise-proof polyzene profile. Ratio motor unit 40 Vdc, reversible to continuous duty, maintenance-free, with Encoder for position, speed and acceleration detection. Drive by antistatic timing belt. Carriages with anti-derailment device. Control unit with microprocessor and self-learning, with automatic management of safety procedures: anti-crushing, direction reversal, low speed safety movement. It should have embedded, external or leverage handles for manual opening. It should have active infrared sensors. It should have hand and foot or elbow switch It should have photocells. It should have mechanical /digital control selectors with programming and event display functions. 7.) Conductive Tile Flooring: ESD-Control Tile Flooring for 3 modular OT, 2 Semi Modular OT, 1 Pre Operative and 1 Recovery Room. :

Page 70: View Tend Doc

Page No. 70

Imported Flooring seamless with perfectly curved flash-coving, resistance to mechanical stress and dynamic loads and having ESD /EMI (conductive) protection characteristics, 2 mm thick, washable. Conductive flooring with carbon backing total thickness 2.00 mm, total weight 3400 g/m2 EN-430 polyurethane reinforced ,scratch resistant, fire resistant, chemical resistant , slip resistant, anti fungi & bacterial growth , dimensional stability. Installation : The flooring would be installed on a smooth, clean sub floor which should be free from any undulation .A copper strip/mesh should be layer under the tiles, with one earthing point for every 150 sft of area and good quality water based adhesive for fixing as per as manufacturers recommendation. Thermal Welding : The joints must be welds by the heat fusion process to get a seamless floor. The joints in the flooring should be sealed by using a PVC welding bar of matching colour to be supplied by the manufacturer, using a hot air gun for fusion of welding bar with flooring. Normal PVC Flooring shall be installed in general areas i.e. Corridor and Doctor / Staff Areas. 8.) Self leveling compound 3mm Self leveling compound : The hyper-fluid self-leveling product with prolonged work ability, extra rapid hardening, compensated shrinkage, suitable for high-resistant adjustment from 2 to 4mm of irregular non-planer substrates before laying homogenous tiles with very low TVOC emission and hypo-allergenic cements. The cement based adhesive with SAS Technology, reactive-epoxide and polyurethane two component products, dispersed in water solution and solvent.

9.) Pressure Relief Dampers All operation rooms should be supplied with multi bladed damper specifically designed to control room air pressures and protection the Doors should be provided within the modular panel. Each stabilizer comprises of a matching slip over rear flange coated in white color and exterior grille. The pressure dampers will contain three grade 304 SS Blades which pivot upon sealed for life bearing assemblies. 10.) Distribution Board Electrical Distribution Board will have all high voltage equipment should be installed in a separate enclosure. The remote cabinet should house the operating lamp transformers, mains failure relays, electrical distribution equipment and circuit protection equipment for all circuits within the operating theatre. All internal wiring should terminate in connectors with screw and clamp spring connections of the Clip-on type mounted, on a DIN rail. Individual fuses or miniature circuit breakers should protect all internal circuits. 11.) Surgeon Control Panel (6 Tile) for 3 Modular OT, 2 X Semi Modular OT

Control panel should have all the controls within the theatre will be located on a membrane type control panel mounted in the theatre wall. The panel will incorporate all the necessary controls for the correct operation and monitoring of the equipment and services within the operating theatre. The time elapsed digital clock and real time digital clocks shall have high brightness characters, The medical gas alarm will indicate High and Low gas pressure for each gas service present in the operating theatre and will have an audible buzzer with mute facility. The medical gas alarms will be connected to local pressure switches located downstream of the last isolation valves. Each control

Page 71: View Tend Doc

Page No. 71

panel will be of 6tile and will have display for Time elapse clock, Standard Clock, Temperature and Humidity, Clean room luminaries, Telephone, Medical Gas Alarms. 12.) Writing cum List Board for 3 Modular OT, 2 X Semi Modular OT, 1 X Preoperative and 1 X Recovery Room The writing unit should comprise of flush mounted white laminate board, be opened to create a wall mounted writing surface within the operating room. The white board should be constructed from white laminate board. 13.) X-Ray Viewing Screen for 3 Modular OT, 2 X Semi Modular OT, 1 X Preoperative and 1 X Recovery Room Size :1000x700x95deep :Twin plate X-ray view screen should be with electrical safety codes for high & low voltage system. The theatre is to be equipped with 2 plate X-Ray viewing screens. It should be designed to provide flicker free luminance for the film viewing purpose. It should be installed flushed with the theatre wall for hygiene and ease of cleaning. 14.) Unidirectional Low Turbulence Laminar Air Flow Plenum Ceiling for OT for 3 Modular OT, 2 X Semi Modular OT Planair Ceiling System, standard size. PLENUM UNIT - The complete unit shall have factory prepared fine sealing system. It should be perfectly seamless integration of ceiling mounted equipment and OT Ceiling. It should be flexible modular range of solutions, adjustable to the local requirements .It should be made out of high quality and durable materials, filter housings and pressure chamber are made out of Aluminum. It should have a low pressure drop allows for the long-term usage of the HEPA miniplete H13/H14 filters . It should have reliable filter efficiency our filters are guaranteed to remove particles and gems with the usual H 13/H14 filters retaining 99.99 % of the particles and germs. It should have minimal pressure drop a low pressure drop ensures the energy saving characteristic of the Laminar Flow Ceiling . Air & light diffuser made out of two layer of mono filament precision woven polyester for the plan air ceiling to give a “LAMINAR FLOW” of filtered air. It also provides a diffused shadow less lighting system with a control on the intensity of luminance by using high frequency electronic fluorescent tubes and ballasts. 15.) Imported LED OT Light with double Identical dome of 160000 Lux X 160000Lux with built in HD Camera for 3 Modular OT : It shall be duly CE marked and comply with 93/42/EEC Medical Devices. It should be twin dome and power LED which should provide direct, reflection free illumination which allows to have double the efficiency compares to conventional light source. It should be cool infrared-free light at the head area of the surgeon for fatigue-free operating and prevents tissue from drying out in the OT field. It should have LFL lens combination and have the primary optics which guides the light in a parallel, while secondary optics ensures beams of coherent light. The results should be an excellent illumination in the OT field in terms of area and depth. It should be flat, sealed light body specially designed for laminar flow ceilings. It should have flow optimizes light head and reduced surface temperature minimize turbulences in laminar air flow. It should have individually adjustable color temperature in three stages from 3800 Kelvin, 4300Kelvin, 4800 Kelvin. The high illumination intensity should be 160000lux at 1m distance. Color rendering index RA>95. Light filed diameter :200-300mm

Page 72: View Tend Doc

Page No. 72

Depth of illumination: 850-900mm Infra-red thermal radiation at 100000lux :325W/m2 Lamp service life >40000 hours Protection category of light head : IP54 Dimensions of light head : 800x720mm It should have green light for endoscopic illumination. Temperature at light head surface <27.5C. It should have Remote control portable. HD Camera: It should be built camera system in the LED OT Light and can be detachable. Signal System: HD 1080i Resolution : 20,00,000 pixel Sensor type: 1/3"Clear vid CMDS Sensor Lens:F 1.8 to F 2.1 Zoom: 120x (10x optical, 12x digital Viewing angle : 50 (wide) to 5.4 ( tele) Auto Focus : Yes, lockable Electronic shutter: 1/2 to 1/10000 s in 21 steps

Imported HD Monitor with feeder arm Monitors HD Picture size 24” HD (610 mm) LCD panel a S1 TFT Active Matrix, in plane switching Aspect ratio 16:10 Resolution 1920 x 1200 (WU x GA) Luminance 500 cd/m2 Contrast ratio 700:1 Number of colors 16.8 million Viewing angle 1780 Response time 5 to 12 ms

16.) Imported Clean Room Luminaries with RGB with frame The luminaries for surface or recess mounting in operation theatres should flush with the ceiling, for 2 or 3 T5 fluorescent lamps (49 or 54 W), 0 16 mm. with highly-specular, anodised aluminium reflectors and optical anti-glare system for individually adjustable light distribution. Luminaries cover made of highly-resistant, disinfectant-proof laminated safety glass with stylish fine-grained surface, glass pane with white coated steel frame. Closing devices are integrated automatically in the electrical safety control without lines having to be connected to the luminaries housing. Luminaries’ body made of sheet steel, white, powder-coated, supplied ready for connection optionally for individual or series circuit, with digital, electronic control gear in Multi-Lamp technology. Mains supply and further wiring by means of Pg 16 screw glands. With four-pole connection terminal and earth connection terminal for wires up to 2.5 mm2 for mains supply and further wiring. Luminaries with ENEC and F mark, degree of protection IP 65, and protection class I, 230 V, 50 Hz .Recess frames for the gas-tight installation of clean-room luminaries in IP 65 in suspended ceilings. Frame made of extruded aluminium profile, white, powder-coated, able to be put together to form a rigid, continuous frame by means of plug and screw connections, optionally in individual, continuous-line, rectangular or U-shaped arrangements. Edge for ceiling construction material as angular edge for covering the raw edge of the ceiling construction material.

Clean-Room Luminaries for RGB control: Easy slave 50064482(with dimmable electronic control gear with dali Interface)

LM T 16-red 54W/60 G5 10019142 LM T 16-blue 54W/67 G5 10019143 LM T-16-green 54W/67 G5 10019144

Page 73: View Tend Doc

Page No. 73

17.)Stainless Steel Scrub Sink Two Bay Stainless Steel Scrub Sink : Scrub stations for each operation theatre should have been designed to ensure that surgeons and staff can undergo a thorough aseptic scrub, whether using the count stroke or timed scrub methods. Stainless Steel Scrub Sink. Each fixture is fabricated from heavy gauge, type 304, stainless steel and is seamless welded construction polished to a satin finish. Hands free operation includes infrared sensor with a built-in range of adjustment. User definable settings of 3, 6, 12, 30 and 45 seconds, 1, 3, 5 and 10 minute are available. A thermostatically controlled mixing valve automatically maintains water. It should have a foot operated facility. 18.) Civil work - Dismantling and construction of Walls, toilets, partitions and flooring 19.) Imported Low Flow Vacuum Unit It shall fully comply and meets with active medical device of class IIa and in compliance with the EN ISO 10079-3: 2009 standard. It should be duly CE marked and comply with 93/42/EEC Medical Devices: General. It shall be CE marked with the notified body number specified. Low Flow Vacuum Regulator : It should be continuous vacuum regulator, compact, strong and ergonomic device. It should have manual adjustment of the vacuum gauge from -45degree to +45degree for a better visibility. Vacuum gauge should be protected by a plastic housing. It should have on/off switch-button providing a quick restoration of the pre-adjusted vacuum level. It should have central regulation knob with a free rotation at the end of the course (impossible blocking). It should have quick adjustment :2.5turns are enough to reach the maximum vacuum level. It should have vacuum levels : 0-250 mbar/hPa. The vacuum regulator should be 3-in-1 system. It should have a device with a metal outlet tubing nipple integrated in the body of the regulator for a better safety, emergency suctions can even be processed. It should be supplied with a 100ml safety jar equipped with a mechanical anti-over flow safety valve and single use antibacterial plastic filter upfront. The safety jar should be made of polycarbonate, autoclavable up to 134degree C and unbreakable. The safety jar should be fixed by an easy-click rotation. The safety jar should be able to rotate to avoid any pinch of the tubing. It should have a unit serial number laser engraved on the body of each vacuum regulator ensuring its identifications and traceability. It should be light weight 490g and dimensions (height230mm X Width 70mm X Depth 90mm). Polysulphone collection Jar of 1litres with lid : it should be unbreakable and autoclavable upto 134º C must be fitted with an extremely simple anti overflow safety device, thereby ensuring easy maintenance. Should be totally transparent, they ensure perfect sucked liquid visibility. 20.) Imported High Flow Vacuum Unit It shall fully comply and meets with active medical device of class IIa and in compliance with the EN ISO 10079-3: 2009 standard. It should be duly CE marked and comply with 93/42/EEC Medical Devices: General. It shall be CE marked with the notified body number specified. Vacuum Regulator : It should be continuous vacuum regulator, compact, strong and ergonomic device. It should have manual adjustment of the vacuum gauge from -45degree to +45degree for a better visibility. Vacuum gauge should be protected by a plastic housing. It should have on/off switch-button providing a quick restoration of the pre-adjusted vacuum level. It should have central regulation knob with a free rotation at the end of the course (impossible blocking). It should have quick adjustment :2.5turns are enough to reach the maximum vacuum level. It should have vacuum levels : 0-1000mbar/hPa. The vacuum regulator should be 3-in-1 system. It should have a device with a metal outlet tubing nipple integrated in the body of the regulator for a better safety, emergency suctions can even be processed. It should be supplied with a 100ml safety jar equipped

Page 74: View Tend Doc

Page No. 74

with a mechanical anti-over flow safety valve and single use antibacterial plastic filter upfront. The safety jar should be made of polycarbonate, autoclavable up to 134degree C and unbreakable. The safety jar should be fixed by an easy-click rotation. The safety jar should be able to rotate to avoid any pinch of the tubing. It should have a unit serial number laser engraved on the body of each vacuum regulator ensuring its identifications and traceability. It should be light weight 490g and dimensions (height230mm X Width 70mm X Depth 90mm). Polysulphone collection Jar of 2litres with lid : it should be unbreakable and autoclavable upto 134º C must be fitted with an extremely simple anti overflow safety device, thereby ensuring easy maintenance. Should be totally transparent, they ensure perfect sucked liquid visibility. 21.) Imported Theatre Vacuum Unit It shall fully comply and meets with active medical device of class IIa and in compliance with the EN ISO 10079-3: 2009 standard. It should be duly CE marked and comply with 93/42/EEC Medical Devices: General. It shall be CE marked with the notified body number specified. Vacuum Regulator : It should be continuous vacuum regulator, compact, strong and ergonomic device. It should have manual adjustment of the vacuum gauge from -45degree to +45degree for a better visibility. Vacuum gauge should be protected by a plastic housing. It should have on/off switch-button providing a quick restoration of the pre-adjusted vacuum level. It should have central regulation knob with a free rotation at the end of the course (impossible blocking). It should have quick adjustment :2.5turns are enough to reach the maximum vacuum level. It should have vacuum levels : 0-1000 mbar/hPa. The vacuum regulator should be 3-in-1 system. It should have a device with a metal outlet tubing nipple integrated in the body of the regulator for a better safety, emergency suctions can even be processed. It should be supplied with a 100ml safety jar equipped with a mechanical anti-over flow safety valve and single use antibacterial plastic filter upfront. The safety jar should be made of polycarbonate, autoclavable up to 134degree C and unbreakable. The safety jar should be fixed by an easy-click rotation. The safety jar should be able to rotate to avoid any pinch of the tubing. It should have a unit serial number laser engraved on the body of each vacuum regulator ensuring its identifications and traceability. It should be light weight 490g and dimensions (height230mm X Width 70mm X Depth 90mm). Polysulphone collection Jar of 2litres with lid : it should be unbreakable and autoclavable upto 134º C must be fitted with an extremely simple anti overflow safety device, thereby ensuring easy maintenance. Should be totally transparent, they ensure perfect sucked liquid visibility. 22.) Imported Oxygen Flow Meter with Humidifier Bottle It shall fully comply and meets with active medical device of class IIa and in compliance with the EN ISO 15002: 2008 standard. It should be duly CE marked and comply with 93/42/EEC Medical Devices: General. It shall be CE marked with the notified body number specified. It shall be provided with a copy of the certificate of origin. Pressure compensated to prevent back pressure build up on flow indicator. Expanded scale providing higher reading accuracy. Durable polycarbonate flow tube with cover. Flow meter should be placed in the vertical position. It should be light weight of 200 g. The flow meters should be of 0-15 LPM range for oxygen and with inlet pressure 50-60psi. (4.5 bar). The closing of the knob should be without any leakage. Polysulphone 250cc Humidifier bottle should be unbreakable, reusable to disinfectants and complements. 23.) Imported Double Arm Motorized Surgeon Pendant for OT It should fully complies and meet with European standards EN 737 standards. It should be CE marked . and country of origin certificate must be submitted. The pendant should be high degree of flexibility due to expandability in terms of equipment options. The pneumatic break should be

Page 75: View Tend Doc

Page No. 75

used to secure system and prevent any accidental movement of the ceiling pendant. Variable placement of shelves to ensure adaptability of various requirements in OT. Double arm motorized pendant should be installed depending on the given conditions and the individual requirements in the operating theatre. A ceiling supply system with one part arm can not only move along a circular curve and rotate on its own axis, but may also be flexibly positioned at any point of a circular area. Configuration : Rated for maximum 125 kg load. There should be 5 nos. equipment loading shelves. Out of five shelves, two shelves should be variable height flexibility. It should have two column of 1000mm length. Double Arm Pivot range minimum 900mm X 900mm or above. Height of concrete ceiling: 3500 mm. Height finished ceiling: 3000 mm. It should be provided with Ceiling sub frame. It should have Pneumatic brake and should have twin type of Mediabase and 1000mm height of media base. It should have Vertical and Horizontal Rail on both sides of shelves. Each arm should be capable of 330-340 degrees of rotation, which can be easily adjusted to suit the desired mode of operation. 1 No. RGB Luminaries on both the arms of the pendants with controller. Pre Piped with Hose Assembly 08 gas outlet point will be fixed in the pendant. Pre wired 10-12 Multipin Indian Origin Electrical Switch Socket will be fixed in the pendant. Pre wired 2 RJ 45 data Socket will be fixed in the pendant. It should have lighting inside the pendant. It should have 8nos. Medical Gas Outlets Points for each OT. It should fully meets and complies with HTM 2022, HTM 02-01, C11 standards and should be duly CE marked. It should have Integral check valve Integral check valve – allows removal of the housing and socket assemblies for maintenance without closing down the entire pipeline and each outlet should be individually tested. It should be hundred metal construction. Full metal to metal seal on maintenance check valve ensures no degradation over time. It should be of all hundred percent metal and must incorporate a sheerplance that ensures a fail – safe condition after accidental damage or bed jacking (causing no damage to first fix and enabling easy replacement without isolation). Construction of the terminal unit should be of machined brass and die – cast chrome collar with stainless steel rolling pins. Each of the gas specific components must have the gas service engraved onto it, to ensure safety and compliance with standard.. The box should be supplied with a flush mounting bezel as a plaster finish. Should have safety features like positive action of rolling pin latch mechanism which hold the probe securely, anti rotational locking bar and the gas indexing pin are cast into the socket assembly and cannot come loose or be removed and gas specific indexed – eliminates the risk of connecting a socket assembly of one gas to the terminal block of another, either during installation or maintenance. 24. ) Imported Double Arm Motorized Anesthesia Pendant for OT It should fully complies and meet with European standards EN 737 standards. It should be CE marked. and country of origin certificate must be submitted. The pendant should be high degree of flexibility due to expandability in terms of equipment options. The pneumatic break should be used to secure system and prevent any accidental movement of the ceiling pendant. Variable placement of shelves to ensure adaptability of various requirements in OT. Double arm motorized pendant should be installed depending on the given conditions and the individual requirements in the operating theatre. A ceiling supply system with one part arm can not only move along a circular curve and rotate on its own axis, but may also be flexibly positioned at any point of a circular area. Configuration : Rated for maximum 125 kg load. It should have two column of 1000mm length. Double Arm Pivot range minimum 900mm X 900mm or above. Height of concrete ceiling: 3500 mm. Height finished ceiling: 3000 mm. It should be provided with Ceiling sub frame. It should have Pneumatic brake and should have twin type of Mediabase and 1000mm height of media base. It should have Vertical and Horizontal Rail on both sides of shelves. Each arm should be capable of 330-340 degrees of rotation, which can be easily adjusted to suit the desired

Page 76: View Tend Doc

Page No. 76

mode of operation. 1 No. RGB Luminaries on both the arms of the pendants with controller. Pre Piped with Hose Assembly 10 gas outlet point will be fixed in the pendant. Pre wired 10-12 Multipin Indian Origin Electrical Switch Socket will be fixed in the pendant. Pre wired 2 RJ 45 data Socket will be fixed in the pendant. It should have lighting inside the pendant. It should have 10nos. Medical Gas Outlets Points for each OT. It should fully meets and complies with HTM 2022, HTM 02-01, C11 standards and should be duly CE marked. It should have Integral check valve Integral check valve – allows removal of the housing and socket assemblies for maintenance without closing down the entire pipeline and each outlet should be individually tested. It should be hundred metal construction. Full metal to metal seal on maintenance check valve ensures no degradation over time. It should be of all hundred percent metal and must incorporate a sheerplance that ensures a fail – safe condition after accidental damage or bed jacking (causing no damage to first fix and enabling easy replacement without isolation). Construction of the terminal unit should be of machined brass and die – cast chrome collar with stainless steel rolling pins. Each of the gas specific components must have the gas service engraved onto it, to ensure safety and compliance with standard.. The box should be supplied with a flush mounting bezel as a plaster finish. Should have safety features like positive action of rolling pin latch mechanism which hold the probe securely, anti rotational locking bar and the gas indexing pin are cast into the socket assembly and cannot come loose or be removed and gas specific indexed – eliminates the risk of connecting a socket assembly of one gas to the terminal block of another, either during installation or maintenance. 25.) Imported Medical Gas Hose Assemblies Medical gas hose assemblies shall comply with BS EN ISO 5359. PVC hoses and hoses containing phthalates are not acceptable. All hoses shall incorporate an anti-static inner core. Hose shall be permanently secured to all fittings with stainless steel crimped ferrules, and shall incorporate a window to enable verification that the hose is fully secured onto the hose barb. Hoses shall be color coded throughout their length as specified in BS EN 5359 as follows: Medical oxygen - white Nitrous oxide - blue Medical and surgical air - black & white Vacuum - yellow All hoses shall incorporate an anti-static inner core. Hose shall be permanently secured to all fittings with stainless steel crimped ferrules, and shall incorporate a window to enable verification that the hose is fully secured onto the hose barb. 26.) Imported Medical Ceiling Supply Unit for 6 Bedded Recovery Room & 4 Bedded Preoperative Room It shall be duly CE marked and comply with 93/42/EEC Medical Devices. It shall be constructed from aluminum profiles with a maximum length of 2000mm length in one piece with integrated double support rail at the bottom for the installation of movable carriers, primed, coated and stove enameled in RAL-Colour 9002. Profiles for trolleys and supports profiles shall be executed in natural anodized aluminum finish. The system shall be ceiling mounted, suspended by means of aluminum suspension profiles 150 x 75 mm. Connection of the medical gases, electricity components through the vertical aluminum suspension profiles. Including ceiling flanges for fixing. It shall have runner rail for trolley. It shall have plastic cover strip for fixed stop absorption and protection against injury. Pre Piped and Pre Wired. It shall have following equipment: 1 No. RJ45 Data Socket + 1 No. RJ 15 Sockets with Frame 1 No. Indirect lighting Switch with Frame.

Page 77: View Tend Doc

Page No. 77

1 No. Direct Lighting Switch with Frame 6 Nos. multi-pin 6/16 amp electrical switch + sockets and frame 6 Nos. potential sockets for earthing It should complete through piping to the central connection point by means of medical grade copper pipes complies to EN 13348 standards. It should be supplied One trolley carrier with 2 shelves, wide execution including crosshead tie bar, for carrying monitoring and respiration apparatus, traveling crab with bearings, by turnable by +/-45degree C, 2 Nos. stainless steel support tubes diameter 38 mm, 1530 mm length, 690mm width, loading capacity 150kg. it should also have three utilizable area 640 x 340mm coated in grey-white RAL 9002 with lateral supporting rails 25 x 10mm for mounting 2 tubes 38 mm with module 690mm weigth 6.3 kg and load carrying supporting base capacity 40 Kg. It should have 6nos. Medical Gas Outlets Points (2 Oxygen, 2 MA4 Air and 2 Vacuum) . It should fully meets and complies with HTM 2022, HTM 02-01, C11 standards and should be duly CE marked. It should have Integral check valve Integral check valve – allows removal of the housing and socket assemblies for maintenance without closing down the entire pipeline and each outlet should be individually tested. It should be hundred metal construction. Full metal to metal seal on maintenance check valve ensures no degradation over time. It should be of all hundred percent metal and must incorporate a sheerplance that ensures a fail – safe condition after accidental damage or bed jacking (causing no damage to first fix and enabling easy replacement without isolation). Construction of the terminal unit should be of machined brass and die – cast chrome collar with stainless steel rolling pins. Each of the gas specific components must have the gas service engraved onto it, to ensure safety and compliance with standard.. The box should be supplied with a flush mounting bezel as a plaster finish. Should have safety features like positive action of rolling pin latch mechanism which hold the probe securely, anti rotational locking bar and the gas indexing pin are cast into the socket assembly and cannot come loose or be removed and gas specific indexed – eliminates the risk of connecting a socket assembly of one gas to the terminal block of another, either during installation or maintenance. 27. ) Inside OT Electrical Wiring Electrical wiring, conduit with fixtures inside OT complex. Wiring with Low leakage current wires of FRLS wires as per requirements including providing and fixing of conduting and boxes etc. to complete the work in all respect. Wiring for 250 volts single phases and neutral 6/16 amps switched socket out. 28.) 5 x 5000cfm AHU for 5 OT Floor mounted Double Skin Air handling Unit construction with PUF Sandwich Panels at a static pressure of 120 mm WG complete with backward curved blower, TEFC blower motor suitable for operation on 415 V +/- 10%, 3 Phase, 50 Hz, A.C. Supply complete with 8 Row deep cooling coil with copper tube and aluminium finned , pre-filter, micro-vee filters, two row deep reheat coil. Mixing Box complete with drain connections with anti-vibration mounting and with VFD compatible motor. 29.) 1x 8000-10000 cfm AHU for 1x 6 Bedded Recovery Room, 1x 4 Bedded Preoperative Room & Other areas Floor mounted One Double Skin Air handling Unit construction with PUF Sandwich Panels at a static pressure of 120 mm WG complete with backward curved blower, TEFC blower motor suitable for operation on 415 V +/- 10%, 3

Page 78: View Tend Doc

Page No. 78

Phase, 50 Hz, A.C. Supply complete with 8 Rows copper tube, aluminium finned DX cooling coil, pre-filter, micro-vee filters, Heater Bank. Mixing Box complete with drain connections with anti-vibration mounting and with VFD compatible motor of following capacities: 10000 CFM * 120 mm WG S.P. with 2 Row Deep Cooling Coil. 30.) Aluminum Ducting Aluminium ducting with acoustic & Thermal installation (along with provisions for fresh air) and fabrication with specifications 24/22 gauge. Supply, installation and testing of multi-blade type louver dampers of aluminium for ducts coolers to be provided with suitable links, levers and quadrants for manual control of volume of air flow and for proper balancing of the air distribution system. 31.) Imported Medical Grade Copper Tube/Pipes The piped distribution system shall use copper pipes manufactured from phosphorous de-oxidised non-arsenical copper to BS EN 1412:1996 grade CW024A (Cu-DHP), manufactured to metric outside diameters and having mechanical properties in accordance with BS EN 13348:2008 in either R250 (half hard) or R290 (hard). Degreasing of pipe shall be such that there is less than 20mg/m2 (0.002mg/cm2) of hydrocarbons on the degreased surface when tested by the method specified BS EN 13348:2008. As per NHS C11 section 05 all copper tube suppliers and OEM suppliers are to have BSI kitemark and certificate number. 32.) Imported AVSU Module 5 Service AVSU Module for 5xOT : Consist of Single Service Area Valve Unit separate for each services and Medical Gas Area Line Pressure Alarm for Oxygen, N2O, MA4 Air, SA7 Air and Vacuum along with dual pressure switches all fitted in one aluminum box. 3 Service AVSU Module for 1xRecovery Room and 1 Preoperative Room : Consist of Single Service Area Valve Unit separate for each services and Medical Gas Area Line Pressure Alarm for Oxygen, MA4 Air, and Vacuum along with dual pressure switches all fitted in one aluminum box. It should fully comply and meet with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) of UK or NFPA-99 of USA. It should fully compliant with NHS C11 model engineering specification. It shall be CE marked with the notified body number specified or UL listed with UL no. It shall be provided with a copy of the certificate of origin. The Area Valve Service Unit (AVSU) should incorporate a ball value with NIST connectors either side, mounted in a lockable box with emergency access. The value should be complete with copper stub pipes that extend to the outside of the box to enable easy connections to the Medical Gas Pipeline System (MGPS). The value should operate from fully closed to fully open with a quarter turn of the handle. The spades should be injection molded and color coded to show through or blank identification. Should be full bore values for minimum pressure loss and should have lockable in open or closed position. The Lockable Line Values shall comprise full-bore ball value complete with copper stub pipes for ease of installation. The values shall be connected to the copper stub pipes by means of flat faced unions fitted with nitrile O-ring seals, allowing removal of the value without the need to distort the pipe work. Stub pipes for values up to 54 mm will be connected to the value body using screwed connectors, whist value above this size will use flanged connectors. The value will have a brass body, end cap and stem, with a full –bore chrome plated brass ball. The value shall operate from fully closed to fully open with a quarter turn of the handle. All line values will be supplied with a mechanism to enable the unit to be locked in the fully closed or fully open

Page 79: View Tend Doc

Page No. 79

position. The stub pipes should have the appropriate coded NIST connectors fitted each side of the value. The NIST check values should have a metal seal, thus avoiding the possibility of digression over time. The value box should have a universal back plate for first fix mounting and an injection molded, cover which fits over the installed value. A color coded service identity label will be fitted behind the value handle. The door should also be injection molded and will be common for all services. The door should incorporate a ‘Break Glass’ window or an optional quick release mechanism for emergency access to the value. Should be reliable and easy to operate and must have NIST connectors facilitate easy purge, sample and pressure testing, and emergency, supply system. Should be easy site installation with pre-fitted stub pipes. All break access glass should be approved safety glass and not float glass as per HTM 02-01. The should have break glass emergency access fitted as standard. Should have optional quick release emergency access system. The Area Value Service Unit (AVSU) should incorporate a ball valve with NIST connectors either side, mounted in a lockable box with emergency access. The value should be complete with copper stub pipes that extend to the outside of the box to enable easy connections to the Medical Gas Pipeline System (MGPS). It should have anti microbial coating labels for touch control. It should be capable of monitoring up to 6 gas services by means of pressure sensors that detect deviations from the normal operating limits.. The medical gas area alarm shall fully comply with the requirements of HTM2022, HTM 02-01, C11, BS EN 60601-1. The cover, back box and bezel (if required) shall be polyester powder. It should have antimicrobial coating. A single tamperproof fastener shall be used to gain access to the hinged door. The hinge shall operate through a minimum of 120° to provide adequate access. It should have each gas service shall be displayed by coloured LED’s to show ‘Normal’ (green), ‘Low’ and ‘High’ pressure (red) conditions. Medical vacuum systems shall be displayed in the ‘Normal’ (green) and ‘Low’ vacuum (red) conditions. Failure indicators shall be displayed by flashing lights and normal indications shall be steady. Each LED block indicator shall be a plug-in component with individual long life LED’s connected in parallel in two banks to provide duplex circuits. An audible warning shall sound simultaneously with any failure indication and a mute facility shall be provided. Following a mute selection the audible will resound after approximately 15 minutes, or shall operate simultaneously should a further alarm condition occur. A “Mute” switch shall be provided inside the panel for useduring any maintenance resulting in prolonged pipeline or plant shutdown. This facility shall automatically reset when the gas service returns to normal. The alarm panel shall have a ‘Test’ facility to prove the integrity of the internal circuits, LED’s and audible warning. The alarm panel shall incorporate a volt free normally closed relay to allow for interconnection to either a medical gas central alarm system or an event recording circuit of a building management system. Each alarm shall provide a green LED to indicate that electrical power is available at the panel and a red LED to indicate ‘System Alarm’. In the event of an electrical power supply failure the ‘System Alarm’ LED shall illuminate (flashing) and the audible warning shall be delayed for 30 seconds to enable standby generator tests. Line continuity monitoring circuits shall be provided to constantly monitor the integrity of the input sensors and interconnecting wiring. In the event of any fault the line continuity monitoring circuits shall initiate the specific gas service failure indication, a ‘System Alarm’ indication and an audible warning. Further aids to fault diagnosis shall be provided by means of varying flashing rates whilst operating the ‘Test’ switch. A simple data connection shall be provided to allow connection of up to 5 repeater panels, enabling the visual and audible alarm signals to be repeated at other locations within a department. It should be connected through Pressure and Vacuum Switches: Pressure and vacuum switches shall be manufactured with brass wetted parts and house a PCBA with line continuity monitoring resistors. Electrical connectors shall be designed for frequent disassembly. Spade connectors are not acceptable. Pressure switches shall include both high and low pressure settings in the same switch, using only a single

Page 80: View Tend Doc

Page No. 80

¼” BSPP threaded pipeline connection to minimise the number of sealed joints. The body and housing of the pressure switch shall be manufactured from impact resistance, rigid and inherently corrosion proof materials. Coating or plating of mild steel is not acceptable. Pressure switches shall connect directly to the area alarm panel. It is not acceptable to fit a separate connection box to convert switch signals to a data signal. 33.) Imported 1850 lpm Duplex Medical Air Plant 3 Phase 50 Hz (Package Unit) It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) standards or NFPA-99 standards of USA. It shall be CE marked with the notified body number specified or UL listed with UL no. It shall be provided with a copy of the certificate of origin. Medical Air Plant of 8.5bar for both 4bar MA4 Air supply and SA7 Air supply. Duplex (1 x 15kw SCREW compressors), with duplex drier and filtration, • 1 x 15KW (1850lpm) each screw air compressor will always be running to produce 1850lpm. • 1 x 15KW (1850lpm) each screw air compressor will be stand by. • 2 x 15KW each screw air compressor base frame mounted. • 1 x 1000 liters capacity vertical air receiver or 2 x 500liters capacity vertical air receiver tank. • 1 x air dryer. • 72 dBA sound pressure level. • 42mm OD pipe work. Each base frame mounted screw compressor will provide 1850 lpm air flow. EMC certificate copy must be submitted. Compressors shall be directly driven by EFC IP55 energy saving CEMEP Class EFF1 high efficiency electric motor. Air Compressors : Compressors shall be oil injected rotary screw compressors suitable for both continuous and frequent start/stop operation at a nominal outlet pressure of 850kPa gauge (8.5bar). Compressors shall be supplied with a block and fin style aftercooler with a dedicated quiet running fan to maximise cooling and efficiency. A multistage oil separator, capable of limiting oil carry over to a maximum of 2 ppm shall be fitted to minimisecontamination and maintenance. Compressors with a nominal motor power of 7.5 kW and above shall be provided with an intake valve to enable compressors to be run unloaded. Each compressor shall be fitted with a temperature switch to give a fault indication if the air temperature upstream of the aftercooler exceeds 115°C. A pressure switch shall be included to provide an indication that the compressor is delivering air after it has been called into service.

Compressor Starter Units : Compressor starter units shall be provided with Star- Delta (Wye-Delta) motor starters and each motor shall be protected by a thermal overload relay. The incoming supply shall terminate at a door interlock isolator. An ammeter shall be fitted to each starter panel indicating the current drawn by the motor. Each compressor starter unit shall incorporate a 24V transformer that provides power to the Plant Control Unit such that complete control of the plant is maintained in the event of a single power supply failure. The compressor starter unit shall provide LED indication lights for the following operating and fault conditions:

• Mains Supply On (Green) • Selected (Green) • Called For (Green) • Operating (Green) • Control Circuit Failed (Amber) • Overload Tripped (Amber) • Over Temperature (Amber) • Pump Fault (Amber) • Pump Failed (Amber)

Purification Module : The duplexed filter and dryer module shall incorporate high efficiency oil filters, heatless regenerative desiccant dryers, impregnated activated carbon filters and bacteria filters. The

Page 81: View Tend Doc

Page No. 81

delivered air shall be independently verified by a third party pharmacist to comply with the European Pharmacopoeia monograph for medicinal air, with maximum concentrations of contaminants as listed below:

H2O 67ppm v/v

(-46C atmospheric dew point) Dry particulates 0.01 mg/m³ Oil (droplet or mist) 0.1 mg/m³ CO 5 ppm v/v CO2 500 ppm v/v SO2 1 ppm v/v NO 2 ppm v/v NO2 2 ppm v/v

Each dryer tower shall have the water concentration in the delivered air continuously monitored by a dedicated sensor providing an alarm indication for high dew point on the respective dryer as backup to the alarm provided by the hygrometer with digital display. The outlet air pressure shall be regulated through a duplex arrangement of non-relieving pressure regulators and protected from over-pressure by duplex pressure safety valves. The output of the both dryers shall be joined to a common pipe prior to entering the pressure regulators to allow either pressure regulator to be used with either dryer. Plant Control Unit : The Plant Control Unit shall incorporate an intuitive menu driven display for access to operational information and service functions. A securely protected engineer’s mode shall also be provided that can only be accessed by authorised personnel to modify operational parameters. The Plant Control Unit central control system shall operate at extra low voltage and include BMS connections for plant fault, plant emergency, reserve fault and pressure fault. A mechanical backup pressure switch shall ensure continued system operation in the event of a control system or transducer malfunction. The Plant Control Unit shall incorporate an intuitive menu driven LCD display, providing easy access to system operational information, dryer selection, dryer purge control selection and alarm reset functions. The dryer control system shall control purge air usage in relation to demand in order to maximize energy efficiency The Interface Indicator shall be provided with colour coded LED indication lights for the following operating and fault indications:

• Normal (Green) • Plant Fault (Amber) • Plant Emergency (Amber) • Check Status (Amber) • Pipeline Pressure Fault (Red) • System Fault (Red)

Digital Dew Point Display: The purification module shall incorporate a ceramic dew point hygrometer with an accuracy of ±1°C in the range -20 to -80°C atmospheric dew point and 4-20 mA analogue output. Aluminium oxide or palladium wire sensors are not acceptable. An alarm condition shall trigger on the dryer control panel if the dew point exceeds a -46°C atmospheric (67 ppm v/v) set point. Volt-free contacts shall be included to enable the dew point alarm signal (Plant Emergency) to be connected to a central medical gas alarm system and/or building management system (BMS). An additional set of voltfree alarm contacts shall be available on the dew point monitor for connection to an auxiliary alarm. Air Receiver(s) : Air receivers shall comply with BS 5169:1992 and be manufactured from heavy gauge fusion welded steel with a minimum wall thickness of 5 mm and dished ends with a minimum wall thickness of 6 mm. Total air receiver volume shall be at least 50% of the plant capacity in 1 minute in terms of free air delivered at normal working pressure. Air receiver shall be connected to the dryer in parallel such that operation of the system can continue during receiver isolation for periodic internal inspection. The receiver assembly shall be fitted with a pressure safety valve set at 11 bar. The receiver shall be further protected by a fusible plug and include a 100 mm nominal diameter pressure gauge complete with isolating valve. Each

Page 82: View Tend Doc

Page No. 82

air receiver shall be fitted with an electrically actuated drain valve with integral solid-state timer providing user adjustable opening time and actuation frequency. The valve shall be fitted with a manual test button and LED indication lights to show operating status. The drain shall be protected from blockage by debris with a strainer. Float type mechanically actuated drain valves are not acceptable.

34.) Imported Duplex Pressure Reducing Station for 7 Bar Supply. It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) standards or NFPA-99 standards of USA. It shall be CE marked with the notified body number specified or UL Listed with UL no. It shall be provided with a copy of the certificate of origin. 35.) Imported Duplex Pressure Reducing Station for 4 Bar Supply. It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) standards or NFPA-99 standards of USA. It shall be CE marked with the notified body number specified or UL Listed with UL no. It shall be provided with a copy of the certificate of origin.

36.) Imported Duplex Anaesthetic Gas Scavenging System 1450 lpm Plant 400V 3 phase 50 Hz Electrical Supplies – Oil-Less Side Channel Blowers It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) standards or NFPA-99 standards of USA. It shall be CE marked with the notified body number specified or UL Listed with UL no. It shall be provided with a copy of the certificate of origin. Duplex AGSS System - Twin stand alone AGSS pumps of 3 phase 1040l/min capacity each with built in flow indication and pressure regulation valve. Mounted on single frame with control panel and separate warning label. One pump will be standby with the other in operation. As per HTM02-01 130l/min is the required flow for each OT • 2 x 1.1KW Nominal Motar per blower • Two Stage Per Blower • 1 x DOl starter. 400 Volts, 3 Phase 50 Hz • 42mm service connection. • 64 dBa Sound Pressure Anaesthetic Gas Scavenging (AGS) Plants are intended to provide a continuous low level vacuum supply to pipeline systems in healthcare facilities for the removal of waste anaesthetic gases captured from patient breathing circuits via AGS receivers. The plant shall be a duplex configuration such that the vacuum supply is maintained in single fault condition. The stated volumetric flow rate shall be delivered with one blower on standby. AGS Plants shall comply with BS EN ISO 7396-2 and United Kingdom Department of Health (DoH) publications HTM 02-01, HTM 2022 and NHS Model Engineering Specification C11. The entire AGS Plant shall be skid mounted, fully assembled and factory tested as a complete system. A test certificate shall be provided showing the results of all tests, which shall include the free-air flow rate obtained with the system delivering a working pressure of -125 mbar gauge. Type testing or testing in component form is not acceptable. Regenerative Blowers : Two equally sized regenerative blowers shall be provided. Blowers shall be oil-less, air cooled side channel regenerative type, suitable for both continuous operation and frequent start/stop. The motor shall be directly coupled to a fully enclosed impeller with contact free operation. All bearings shall be sealed and greased for life, requiring no further lubrication in

Page 83: View Tend Doc

Page No. 83

service. Each pump shall be provided with a ‘Mode Select’ switch incorporated into the plant control unit to enable the pump to be run continuously (in hand operation) or automatically as and when required by the plant control unit. Each motor shall also be afforded protection by means of a thermal overload relay with a manually reset function. Plant Control Unit : The plant control unit shall incorporate a transformer to provide a nominal 24 V a.c. electrical supply to all internal controls and remote start switches and an interlock isolator shall be integrated into control panel door. The plant control unit shall be provided with neon indicator lights for the following operating and fault conditions: Power On (Green)

Standby Run (Amber)

Pump Failed (Red) The plant control panel shall include a switch to enable manual selection of the duty pump; the other thereby being designated as standby. Pressure at the pipeline interface shall be continuously monitored by a pressure switch with diaphragm sensing element and shall be adjustable between -25 and -100 mbar gauge pressure and shall be factory set to -65 mbar gauge pressure. If the duty blower fails or is unable to cope with the system demand, the standby blower shall be called to operate and a ‘Standby Run/Duty Failed’ indication shall illuminate on the plant control panel and each remote start switch. If both blowers fail or the system is otherwise unable to maintain a pipeline vacuum level above the pressure switch set point, a ’System Failed’ indication shall be initiated. The vacuum level at the plant inlet shall be displayed on 63 mm nominal diameter pressure gauge mounted on the plant control unit. The pressure gauge shall have a scale range of 0 to -400 mbar gauge pressure and have an accuracy of +/-2% or better across the middle half of the scale range. Swing type check valves shall be installed in the pipes connected to the blower inlet ports. At the pump outlets, each exhaust pipe shall be provided with a polymer coated autoclavable Pyrex drain flask at the lowest point. 37.) Imported AGSS Plastic Remote Indicator It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) standards or NFPA-99 standards of USA. It shall be CE marked with the notified body number specified or UL Listed with UL no. It shall be provided with a copy of the certificate of origin. It should be flush mounted, white ABS 24 volt on/off room controller indicating ‘red’ plant failed, ‘amber’ duty pump failed and ‘green’ mains airflow on. 38.) Imported AGSS Reservoir It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) standards or NFPA-99 standards of USA. It shall be CE marked with the notified body number specified or UL Listed with UL no. It shall be provided with a copy of the certificate of origin. The AGSS Receiver is the practical solution for waste anaesthetic gas discharges and is designed as an integral part of any waste anaesthetic gas system..The receiver comes complete with a transfer system, outlet hose assembly, and user instructions, making it ready for immediate use. Transfer system- connects to the patient circuit or anaesthetic machine and comprises a 1.5 metre length of 30 mm clear disposable tube with a male 30 mm taper for connection to the side of the receiver, and a 30 mm female tapered breathing circuit connector. It should have air break which prevents suction from the disposal system being transferred to the patient -flow indicator. Under normal operating conditions the indicator should be visible. -gauze filter built into the top of the vessel to prevent gown fluff and other solid material from reaching and blocking the fixed extraction system. Receiver vessel for active anaesthetic gas scavenging

Page 84: View Tend Doc

Page No. 84

systems body - anodised aluminium, powder coated Collar and Cap - anodised aluminium Indicator Window - clear acrylic Indicator Float - low density polyethylene. It should have flow indicator. 39.) Imported AGSS outlet hose assembly It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) standards or NFPA-99 standards of USA. It shall be CE marked with the notified body number specified or UL Listed with UL no. It shall be provided with a copy of the certificate of origin. It conducts the waste gases to the fixed system outlet point and comprises a 4 metre length of reinforced clear tube (colour coded yellow and blue as per the standard). This is fixed to the top of the vessel allowing the tube unimpaired 360o motion to reduce strain on the unit, and tube occlusion. The other end of the tube terminates in an AGSS probe. 40.)Imported Line Isolation Valves It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) standards of UK or NFPA-99 standards of USA. It shall be CE marked with the notified body number specified or UL no. It shall be provided with a copy of the certificate of origin. Line Isolation valves and should comprise full-bore ball valve complete with copper stub pipes for ease of installation. Valve - connected to the copper stub pipes by means of flat faced unions fitted with nitrile O-ring seals, allowing removal of the valve without the need to distort the pipe work. Stub pipes for valve up to 54 mm will be connected to the valve body using screwed connectors, while valve above this size will use flanged connectors. Valve - Brass body, end cap and stem, with a full – bore chrome plated brass ball. Valve - Operate from fully closed to fully open with a quarter turn of the handle. All line values - Supplied with a mechanism to enable the unit to be locked in the fully closed or fully open position. Supplied with copper stub pipes for ease of installation using inert gas jointing procedures. O-Ring Seals on the valve stub allow gas tight capping at a spur for further expression. Available with gas specific NIST connectors including check valves one or both stub pipes. 41) Imported View Window with motorized Blind (size 1000mm x 1000mm) Motorized Hagen double-glazing with built-in electrically Venetian blinds having 24 V DC motor mounted inside the top spacer bar of the double-glazing , type Hagen Venetian Blind System keeping the distance between the panes of glass in the double glazing27mm.Venetian blinds to be 16 mm wide aluminium slats enameled with a non-fogging enamel paint in standard colour as approved. All components must be of UV-resistant material and must not give off any vapours in connection with heating which can deposit on the inside of the glass. 42.) Imported Recovery Room and Preoperative Room high Care electric Bed Fully complies with latest European Standards EN60601-2-52

Electrical operated backrest, height and leg rest adjustment.

Electrical operated trendelenburg and reverse trendelenburg positions.

Illuminated control panel on side-rail shows the bed functions.

Illuminated control panel on side-rail shows the bed functions.

Bed has four split type rails.

Dual sided control panel on side rail.

Nurse control unit.

Auto – CPR.

Retracting backrest and leg-rest (20 Cm).

Page 85: View Tend Doc

Page No. 85

Auto Contour.

Hygienic design PP, lockable and tuck away side rails.

Profile frame with easy removable ABS plastic covers.

Removable head and foot ends.

Central and directional lockable castors.

Electrostatic painted metal frame / Easy maneuvering

Easy adjustable knee break position.

Plastic crash bumpers.

Battery backup.

Dual sided manual CPR at backrest

Bed extension up to18 cm

Comprehensive range of accessories available

X-Ray translucent backrest and cassette-carrier

Angle gauge for back

Positioning automatically at horizontal position when move trendelenburg position to reverse trendelenburg

Under bed light

30 Semi-Fowler position with one button

Bed exit position with one button

Examination position with one button

Break release alarm

Bed exit alarm Technical Data Overall Length 220 cm or above Overall Length with extended : 225 cm or above Overall Width : 100 cm or above Height Range 45–80 cm or above Trendelenburg 0–16˚ Reverse Trendelenburg 0–16˚ Backrest Angle (Max): 70˚ or above Leg rest Angle (Max) 30˚ of above Castors : 15 Cm Under Bed Clearance : 15 Cm Product Weight : 155 Kg. Safe Working Load (with accessories): 228 Kg or above. Electrical Data Electrical Shock Protection : Class I, Type B Liquid Ingress Protection : IP 54 Batteries: 2 x 12V Series Connected, sealed rechargeable, Lead/ Acid gel, 1.2 amp hrs. Power cable must fire retardant Each bed must be supplied with the following: 1no. Imported Mattress: Water proof, five retardant (Size – L/B/ Thickness range:- 12-15 Cm/85-88Cm/186-190Cm) 1no. Imported IV Rod adjustable with hooks Please note Imported High Care Hospital Bed, ABS Over Bed Table, Bed side cabinet and Stretcher cum trolley should be from same make and same country of origin

Page 86: View Tend Doc

Page No. 86

43.) Imported Over Bed Table Over bed table has wheels. 42x80 width and 79-104 mm height. Compact laminate surface (HPL) Please note Imported High Care Hospital Bed, ABS Over Bed Table, Bed side cabinet and Stretcher cum trolley should be from same make and same country of origin 44.) Imported Bed Side Cabinet It has 3 drawers. Width 52 cm x height 47.5 cm and 83.5 height Please note Imported High Care Hospital Bed, ABS Over Bed Table, Bed side cabinet and Stretcher cum trolley should be from same make and same country of origin 45.) Imported Stretcher Cum Trolley

Foldable side guards, easy and safe handling, solid and hygienic construction, no danger of accident crushing. Chassis and upper part features – smooth and sealed coated plastic sheets for optional hygienic cleaning and disinfection.

20cm castors with central locking

It has easy track 5 wheel for easy working

Low basic height of 55 Cm. More comfort for the patient and hospital staff

Dual sided adjustment facilities for high/low trendelenburg / reverse trendelenburg positions

Easy adjustment by levers located on both sides.

X-Ray translucent backrest

Patient belt for fastening

Hole/Holder for Oxygen Bottle on the back rest

Height adjustable IV Pole

Washable at 90˚, full fire retardant, mattress cover

Plastic crash bumpers

Easy to clean, plastic coating, telescopic pistons

X-Ray translucent sleep surface.

Please note Imported High Care Hospital Bed, ABS Over Bed Table, Bed side cabinet and Stretcher cum trolley should be from same make and same country of origin

Technical Details Height Range : 55-85 Cm Trendelenburg : 15˚ Reverse Trendelenburg : 15˚ Backrest Angle : 90˚ Overall Length : up to 216 Cm Overall Width : 75 Cm or above Castor Diameter : 20 Cm Weight : 110 Kg or above Safe working load : 225 kg or above 46.) Imported Hand Rail Crash Guard System inside OT complex : The system fixed to brick wall at 900mm center high from finished floor level comprising continuous aluminum rail retainer, adjustable rail mounting base, with impact absorbing strip, end

Page 87: View Tend Doc

Page No. 87

cap and high impact vinyl acrylic snap-on textured surface cover. “140mm approx Height x 80mm approx thickness” 47.) Imported Corner Guard Protection System inside OT complex: The system fixed to brick wall at the corner from finished floor level. Adjustable end cap. High impact vinyl acrylic snap-on matt finished. “50mm approx wide x 10mm approx thickness x 900mm length “. Corner guard system consist of following: PVC cover, base, top and bottom end cap in different color etc.

48.) Imported Two Door Low Temperature Sterlizer by steam and formaldehyde 130ltrs

It should complies and meets with EUROPEAN DIRECTIVE 93/42/EEC: Design of the steriliser should be in accordance with the Medical Device Directive Class IIa. It includes the Machinery Directive 2006/42/EC and the Electromagnetic Compatibility Directive 2004/108/EC. It should be CE mark and must have 4 digit number of the notified body. It should have a pressure vessel equipments group – steam generator, sterilization chamber, chamber jacket, pipelines, valves, etc.- comply with the standards claimed by the European Directive 97/23/EC, about design, manufacturing, assembly and hydraulic pressure test conformity. It should have EN285 harmonized with the Medical Device Directive 93/42/CEE. EUROPEAN STANDARD EN285 2006+ A1 2008: Requirements for steam quality used in Health centres for the sterilisation purpose. It should have two MANUAL DOORS WITH SECURITY LOCK AVOIDING ITS OPENING WHILE A CYCLE IS RUNNING. CONSTRUCTION MATERIALS: CHAMBER AND DOOR BUILT IN ALUMINIUM WITH AISI 304L STAINLESS STEEL PANELS. VACUUM BY MEANS OF A COMPACT 2-PHASE LIQUID RING WATER PUMP WITH ENERGY-SAVING TANK AND SOUNDPROOF SYSTEM. 2 ENTRIES FOR VALIDATIONS. STERILIZATION BY MEANS OF PRE-FRACTIONATED VACUUM WITH A COMBINATION OF STEAM AND A 2% FORMALDEHYDE SOLUTION. STERILANT SOLUTION CONTAINED IN A 2,7 LITRES RESISTANT PLASTIC BAG. THE BAG IS PLACED IN THE FRONTAL COMPARTMENT FOR ITS AUTOMATIC EMPTYING WITHOUT USER’S HANDLING. SECURITY MECHANISM AVOIDING SPILLS. PROGRAM EXECUTION IS AUTOMATIC AND MICROPROCESSOR CONTROLLED. PRESSION AND TEMPERATURE DOUBLE SENSOR FOR TWO INDEPENDENT LECTURES 2 STERILIZATION PROGRAMS:

- PROGRAM AT 78C - PROGRAM AT 60C. One TEST PROGRAM: - VACUUM TEST. COLOUR TOUCH SCREEN CONTROL UNIT ENABLE TO VIEW THE CYCLE PARAMETERS (CYCLE Nº, PHASE TIME, CHAMBER PRESSURE AND TEMPERATURE AND MESSAGES) AND SHOW THE CYCLE GRAPH. RS232 CONNECTION FOR PC COMMUNICATION

BUILT-IN STEAM GENERATOR/VAPORIZER. CHAMBER PRESSURE MANOVACUOMETER

TEMPERATURE AND PRESSURE LINEAR GRAPHIC RECORDER USEFUL CHAMBER DIMENSION:

320 x 320 x 900 MM (HEIGHT X WIDTH X DEPTH) OVERALL DIMENSIONS: 1850 x 750 x 1100 MM (HEIGHT X WIDTH X DEPTH). TOTAL CHAMBER VOLUME: 130 LITERS. 60º C CYCLE DURATION (WITH AEREATION INCLUDED): APPROX 3,5 HOURS. POWER = 7KW. BUILT-IN WATER TREATMENT BY REVERSE OSMOSIS. Upper and lower lintel to cover the space between sterilizer and the wall in the loading area. Made in AISI 304 stainless steel. Set of jambs and lintels to cover the space between sterilizer and the wall in the unloading area. Made in AISI 304 stainless steel.

LOADING ACCESSORIES: 2 LOADING BASKETS

CONSUMABLES: BOX WITH 2 WATER DEMINERALIZER DISPOSABLE CARTRIDGES

Page 88: View Tend Doc

Page No. 88

STERILIZING SOLUTION FOR 1 YEAR (1 CYCLE/DAY) Self-adhesive indicators spots (1000 units). - 11 boxes Formaldehyde chemical indicator, Boxes of 250 uu. (double). - 22 boxes LTSF tape for formaldehyde sterilization, in boxes of 24 units. - 1 box (24 units) Batch control test kit for LTSF Sterilization. - 1 box Incubator 37ºC - 60ªC 16 cavities. - 1 unit Biological self-contained steam (box of 100 units). - 2 boxes

49.) Imported Table Top Sterlizer The unit should be Microcomputer controlled and should be supplied with Tray-loading structure, 3 aluminium trays, Tray handle, Drain hose, Funnel for filling the tank, It should be CE marked according to MDD 93/42/EEC It should have the following PROGRAMS: - Vacuum test - Bowie & Dick test - Universal 134ºC - B type - Universal 134ºC - B type (mode Rapid) - Universal 121ºC - B type - Special P 134ºC - B type - Special P 134ºC - B type (mode Rapid) The chamber dimensions should be : 250 x 440 mm The usable chamber dimensions should be minimum : 195 x 195 x 390 mm It should have overall dimensions of the system should be : 450 x 435 x 599 mm It should have volume: 21 litres It should have power consumption less than or equal to 1.750 W monophase voltage 200-240V/50-60Hz. 50.) Instrument and Medicine Cupboard Made of Stainless Steel Can be used in operating theatres and intervention rooms Lockable, glass doors Adjustable three shelves Adjustable four legs Dimensions (W x L x H) : 400 x 900 x 1800 mm 51.) Hydraulic Stool with Trendrelen move hand control Hydraulic height adjustment Reinforced plastic base with five castors 52.) Mayo Table Hydraulic Made of stainless Steel to be used in operating and intervention rooms Adjustable height from 750 to 1150 mm by hydraulic pedal 540 x 740 mm sized detachable and rotate-able upper tray Dimensions (W x L x H) : 540 x 740 x 750 – 1150 mm

53.) Equipment Trolley Made of Stainless Steel to be used in operating and intervention rooms

Page 89: View Tend Doc

Page No. 89

Two shelves Four castors, two of them with brake Dimensions (W x L x H) : 560 x 910 x 850 mm

54.) Instrument Table with drawer Made of Stainless Steel to be used in operating and intervention rooms Two shelves and one drawer Four castors, two of them with brake Dimensions ( W x L x H) : 620 x 720 x 800 mm 55.) Aluminum Rail Curtain Track (including all accessories) for Recovery Room & Preoperative Room It should be strong functional and fully reversible profile confirming to HTM66, synthetic wall and ceiling brackets should comply with the European NEN 1010 standards, it should be made of aluminum 606035- T6 –F22. (Higher specification than DIN 17250. Shape and size tolerance must be accordance with DIN 17615. White powder coating colour should be RAL 9010, in accordance with Qualicoat standard. Size of the profile should be 34mm in height and 15 mm in thickness and reversible design. The weight of the profile should be 394gm/meter. Runner/Glider hooks should be made of nylon 6.6 with SS 304 grade hooks. The system should be such that if required can be mounted with ANTI-LINGATURE load release components, to provide a controlled system collapse as per NHS guidelines. 56.) Antimicrobial and Flame Retardant Curtain for Recovery Room & Preoperative Room. Fabric should be 8 or 12 ounce in order to comply with many fire regulations and safety protocols it should have permanent antimicrobial and flame retardant effect, contributes to the reduction of transferring bacteria, help in increasing/improvement of hygienic standards provide greater safety against infection .No need of sterlization after wash. The antibacterial component of the fabric must facilitate in reducing the growth of fungi, moulds and mildew that can develop in any type of an indoor environment. It should help control the growth of MRSA, which is a very virulent and treatment resistant form of staph infection. It should have stain and odour release properties that make them durable and long lasting. It should not produce any toxic gases such as hydrochloric or hydrogen cyanide and should have flame density factor less than or equal to 2ABD. 57.) Telescopic & flexible IV Hanger for Recovery Room & Preoperative Room. Bag holders should be telescopic i.e. raise and lower without disturbing the needles and tubes when in use with the suspension supported by Eze-Lock IV Carriage. The IV Bag Holder is to be made from stainless steel grade 304 for sanitation with foldable arms. It should be capable of running in the track suspended from the ceiling achieving an open length of 41.5” and closed length of 27”.IV Bag Holders raise and lower without disturbing needles and tubes or causing patient discomfort. Made from stainless steel for sanitation, Arms fold for sterilization and easy storage, compatible for use with cube track. 58.) 2 ft x1ft size Peripherial Light dimmer control panel in the preoperative room, recovery and sterile corridor only. 59.) Small size light in the nurse change room, utility storage room, equipment storage room, sterile storage room, faculty room, corridor, Passage, Female Room, male room, Female Dr. Room, Male Dr. Room. 60.) Glazed rectified Tiles 300x450mm of reputed make in all the toilets. 61.) Vitrified Tiles 600x600mm of reputed make in the faculty room and staff room. 62.) Glazed Vitrified Tiles 600x600mm of reputed make in the nurse change room, utility storage room, equipment storage room, sterile storage room area.

Page 90: View Tend Doc

Page No. 90

63.) Granite slab of approved shade of approved color inside the entry corridor and passage.

64.) Integration System with Room camera for 3 Modular OT ( for teaching purpose) It consists of a hardware/ software combination for use in the operating room.

It optimizes the workflow, supports communication within the hospital and allows exchange and

storage of various patient data. It should adapts in various packages to the individual requirements

of users. It’s main functions are

a) Control of medical devices : LED lights and camera systems, clean room luminaries

and RGB clean room lights with DALI control must be operated from an integrated

Touch Panel PC.

b) Streaming in HD quality: An Encoder compromises video and picture sequences of

various cameras (e.g. room camera, integrated camera of OR light) It allows life video

transfer via LAN across large distances.

c) Routing : Video and picture sequences of several sources can be distributed to a

maximum of 8 monitors for easy access of the entire OR staff.

d) Documentation : Video files in HD quality can be stored onto an HD recorder (on

hard drive or USB) or into the PACS system.

e) Video conferencing : Bidirectional Sound and life pictures in full HD quality can be

used for training, education and consultation.

OT Integration Video/Audio Encoder HD

Video resolutions 1920 x 1080p, 1920 x 1080i, 1280 x 720p,

720 x 480/576i. 720 x 480/576p Bit Rates Video SD/HD from 150 kbps up to 15 Mbps Bit Rates Audio 32 up to 448 kbps per audio pair Latency < 70 msec Compression standard Video H.264 MPEG-4 AVC part 10

Compression standard Audio MPEG-2 AAC-LC ISO/EEC 13818-7

MPEG-4 AAC-LC ISO/EEC 14496-3 Frequency response Audio 20 Hz up to 22 kHz

Video inputs Y-Pb-Pr via RGBHV component analogue

Y-Pb-Pr via DVI component digital Audio inputs 2 analogue audio inputs Management Interface SNMP

IP network Interface connection via RJ 45 Ethernet 10/100/1000

Base-T

Networking protocole via Unicast Streaming

or Multicast Streaming or

Multiple Unicast Streaming Dimensions 24 x 149 x 202 mm (HxWxD) Weight approx. 1.2 kg Power 100 - 240 V AC 15 W input 5 V DC. 13 W secondary

Page 91: View Tend Doc

Page No. 91

Room Media Controller

OT Navigator. Processor 32 bit mikro processor SDRAM 32 MB

Connectors

4 digital inputs. 1 IR input.

2 RS232 interfaces. 1 x LAN RJ45.

1 x 12 V DC power Dimensions 37 x 119 x 138 mm Weight 0.65 kg

Power power supply 230 V AC/50 Hz,

12V DC at 0.5 A Controller

Connectors

3 bidirectional RS232 interfaces

8 serial IR outputs

1 Versiport for 8 digital in/outputs

8 Relay outputs for low voltage,

LAN output (RJ45),

24 V DC power socket Dimensions 4.6 x 43.3 x 17 cm (H x W x D) Weight 1.6 kg

Power power supply 110-240 V AC,

24 V DC (1 A) secondary A/D Converter HD

Input Y-Pr-Pr via 3 BNC sockets Output 3 x HD-SDI via 3 BNC sockets output formats 1080i, 1080p, 1035i, 720p Dimensions 147 x 79 x 25 mm (H x W x D) Weight 0.5 kg

Power power supply 110-140 V AC,

5 V DC (4.5 W) Matrix Mixer 8x8

Description Combines multiple, independant analog and

digital matrix switchers Inputs 8x S-Video via BNC

4x HD-SDI only with "PREMIUM HD"

version Outputs 8x S-Video via BNC

4x HD-SDI only with "PREMIUM HD"

version

control port RS-232 and RS-422 serial

Standard TCP/IP via Ethernet Security front panel security lockout Dimensions 8.9 x 43.1 x 30.5 cm (HxWxD)

Page 92: View Tend Doc

Page No. 92

10 kg Power 110-240 V AC, 200 W 24'' Touch panel PC Display resolution 1280 x 1024 Contrast 600:1 Processor INTEL ATOM N270 RAM 2 GB hard drive 160 GB

inputs/outputs

keyboard/mouse 2xPS/2

Serial: 2 x RS232

LAN: 2 x RJ45

1 x VGA

4 x USB

3 x Audio protection class IP65 protective glass integrated protective glass material of housing Aluminium Dimensions 440x410x110 mm (WxHxD) Weight approx. 10 kg 2-channel DALI Interface max. number of ballasts to control 2 x 64 DALI channels 2

Interfaces

2 x DALI

2 x Cresnet

USB

LAN PoE via RJ45 Dimensions 95x159x58 mm Weight 0.275 kg Wireless microphone

bodypack Transmitter incl. Headset

19 '' rackmount receiver transmissing/receicing frequencies 1.44 MHz Audio-frequency response 40 - 18.000 Hz Signal-to-noise ratio 110 dB pick-up pattern of microphone

Weights

headset 0.1 kg

bodypack transmitter 0.16 kg

receiver 0.45 kg Bidirectional Audio

Description

Mikrophone, receiver, transmitter,

active loudspeaker, wireless micro, Headset,

Apple Interface, cable set 4x4 (15m)

digital audio mixer 4 x 4 transmissing/receicing frequencies 1.44 MHz

Page 93: View Tend Doc

Page No. 93

Audio-frequency response 40 - 18.000 Hz Signal-to-noise ratio 110 dB

4-channel Audio mixer

Description

volume/tone control, Equalizer, Signal-

Routing,

independant volume/bass/treble/mute per

channel in/outputs 4 x 4 Audio Matrix mixer dimensions of 4-channel audio mixer 4.6 x 18 x 16 cm (H x W x D) Weight 0.85 kg power requirements 8 W (0.34 A @ 24 V DC

Loudspeaker Active loudspeaker, 2-way bass reflex

40 W RMS Specials automatic switchoff function LCD Display 42'' panel size 42 '' resolution (H/V) 1920 x 1080 Pixels Brightness 700 cd/m

2 viewing angle 178 ° contrast ratio 1000 : 1 response time 9 msec Colours 1060 Mio

Inputs HD-SDI, DVI, composite, S-Video, LAN,

Stereo mini, RS232 Feature Picture-in-Picture, Picture-and-Picture Dimensions 984 x 557 x 124 mm Weight 26 kg Power 100-240 V AC, 50/60Hz, 210 W Video conferencing system

Description Full HD Video conference with Dual HD

display Inputs 5x audio, 2x video (HD, DVI-I) Outputs 4x audio, 2x video (HDMI) resolution / video standard 1080p30 / 720p60 Video format 16:9 Dimensions 288x187.5x42 mm Weight 1.3 kg

power requirements 100-240 V AC, 50/60Hz, 2,5 A via

external power supply Room camera on the wall

Description pan-tilt zoom, automatic iris function,

RS 232C Zoom 12-times motorized zoom

Page 94: View Tend Doc

Page No. 94

Resolution 450 (H) x 400 (V) lines positions to store 6 Dimensions 132 x 144 x 144 mm (WxHxD) Weight 0.95 kg

power requirements 110-240 -V AC, secondary 12 V @ 12 W,

separate power supply Media Rack

media rack with closed side and rear walls,

security front glass

base with rollers

19 '' rack with integrated medical

transformer 2000 W Weight 50 kg

Page 95: View Tend Doc

Page No. 95

The existing as well as the proposed site plan of the OT complex are enclosed. The

vendor is supposed to execute all works required to achieve the final proposed design

and functionality. The cost quoted will be deemed to include every and all site

preparation works including but not limited to indicative BOQ given below. Bill of Qty

AIIMS - Orthopaedic OT, Delhi – BOQ

Sl. No.

Item / Description Qty. Unit

1. SITC of Imported Wall Panels for 3 Modular OT: Monoblock free standing sandwich wall construction, in an axial strip grid design, wall thickness 50 mm, Wall height approx. 3,00 m insulation by high density mineral fibre mats, fire class A2 according to DIN 4102.

For 3 OT As per

drawing/ requirement

2. SITC of Imported False Ceiling Panels for 3 Modular OT For 3 OT As per

drawing/ requirement

3. SITC of Indigenous Wall Panels for 2 Semi Modular OT, 1 x 6 Bedded Recovery Room and 1 x 4 Bedded Pre Operative Room.

As per drawing/

requirement

4. SITC of Indigenous Ceiling Panels for 2 Semi Modular OT, 1 x 6 Bedded Recovery Room and 1 x 4 Bedded Pre Operative Room.

As per drawing/

requirement

5. SITC of Door and Frames: Hermetically Sealed Sliding Automatic Door inside OT : Size 1800mm x 2100mm with vision panels of 300mm X 300 mm.

2 Nos.

6. SITC of Door and Frames: Hermetically Sealed Sliding Automatic Door inside OT : Size 1500mm x 2100mm with vision panels of 300mm X 300 mm.

7 Nos.

7. SITC of Manual Door and Frames : Size 1800mm x 2100mm with vision panels of 300mm X 300 mm.

As per drawing/

requirement

8. SITC of Indigenous Aluminum Door and Frames

22 As per

drawing/ requirement

9. SITC of Imported Conductive Tile 2mm thk Flooring with Self Levelling compound: ESD-Control tile Flooring inside OT

As per drawing/

requirement

Page 96: View Tend Doc

Page No. 96

10. SITC of Imported Conductive Roll Type 2mm thk Flooring with Self Levelling compound

As per drawing/

requirement

11. SITC of Indigenous Pressure Relief Damper 7 nos.

12. SITC of Indigenous Distribution Board (To be fitted outside each OT)

5 nos.

13. SITC of Indigenous Surgeon Control Panel (6 Tile) 5 nos.

14. SITC of Indigenous Operating List Writing Board – Magnetic

7 nos.

15. SITC of Indigenous X-Ray View Box – 2 plates with dimming facility.

7 nos.

16. SITC of Indigenous 2x1 size peripheral light dimmable for Pre-operative Room, Recovery Room and Sterile Corridor

30 nos.

17. SITC of Indigenous normal ceiling light for other areas like Nurse change Room Utility Storage Room, Equipment Storage Room, Sterile Storage Room, Faculty Room, Corridor Passage, Female Room, Male Room, Female Doctor Room, Male Doctor Room

20 Nos.

18. SITC of Unidirectional laminar air flow ceiling 5 nos.

19. SITC of Imported LED OT Light for 3 Modular OT OT Light with double Identical dome of 160000 Lux X 160000Lux with HD Camera and Monitor: It should be twin dome and power LED which should provide direct, reflection free illumination which allows to have double the efficiency compares to conventional light source. Including HD Camera and 24” HD Monitor.

3 nos.

20. SITC of Imported Clean Room Luminaries with RGB with frame for 3 Modular OT and 2 Semi Modular OT

20 nos.

21. SITC of 2 Bay Surgical Scrub Sink made up of stainless steel 304grade

3 nos.

22. SITC of Fire Detector inside OT complex in the corridor, pre operative and recovery room.

As per drawing/

requirement

lot

23. SITC of Imported Low Flow Vacuum Unit for OT 05 nos.

24. SITC of Imported High Flow Vacuum Unit 10 nos.

25. SITC of Imported Theatre Vacuum Unit for OT 05 nos.

26. Imported Oxygen Flow meter with Humidifier Bottle for Recovery Room

10 nos.

27. SITC of Imported Double arm ceiling pendant for surgeon for OT

05 nos.

28. SITC of Imported Double arm ceiling pendant for anesthesia for OT

05 nos.

Page 97: View Tend Doc

Page No. 97

29. SITC of Imported Medical Gas Hose Assemblies - comply with BS EN ISO 5359 White for Oxygen Blue for Nitrous Oxide Black for Compressed Air Yellow for Vacuum

As per drawing/

requirement

30. SITC of Imported Medical Ceiling Supply Unit for Recovery Room

9 nos.

ELECTRICAL

31. SITC of Electrical Wiring and Conduit inside 3 Modular OT

As per drawing/

requirement

32. SITC of Electrical Wiring and Conduit inside 2 Semi-Modular OT

As per drawing/

requirement

33. SITC of Electrical Wiring and Conduit inside Recovery Room

As per drawing/

requirement

34. SITC of Electrical Wiring and Conduit inside Pre Operative Room

As per drawing/

requirement

35. SITC of Electrical Wiring and Conduit inside OT complex other areas

As per drawing/

requirement

36. SITC of all electrical fixtures, fittings etc As per drawing/

requirement

37. SITC of all 10 KW UPS with cable for 5 OT, 1 Pre-operative and 1 Recovery Room will be supplied and installed by the bidder

7 nos.

HVAC

38. SITC of 100% fresh air AHU 5000cfm (To be fitted outside the OT) Separate AHU for each OT including piping, valves, controls and insulation work

05 nos.

39. SITC of 100% fresh air AHU 8000-10000cfm (To be fitted outside the OT complex ) including piping, valves, controls and insulation work

01 nos.

40. SITC of 20’/22’ gauge Aluminum Ducting with nitrile insulation conforming to relevant IS specification

As per drawing/

requirement

Page 98: View Tend Doc

Page No. 98

41. SITC of Medical Grade Copper Tube/Pipes The piped distribution system shall use copper pipes manufactured from phosphorous de-oxidised non-arsenical copper to BS EN 1412:1996 grade CW024A (Cu-DHP), manufactured to metric outside diameters and having mechanical properties in accordance with BS EN 13348:2008 in either R250 (half hard) or R290 (hard). Degreasing of pipe shall be such that there is less than 20mg/m2 (0.002mg/cm2) of hydrocarbons on the degreased surface when tested by the method specified BS EN 13348:2008. As per NHS C11 section 05 all copper tube suppliers are to have BSI kitemark and certificate number.

42. SITC of Copper Pipe of 15mm OD x 0.9mm thickness As per drawing/

requirement

43. SITC of Copper Pipe of 22mm OD x 0.9mm thickness As per drawing/

requirement

44. SITC of Copper Pipe of 28mm OD x 0.9mm thickness As per drawing/

requirement

45. SITC of Copper Pipe of 42mm OD x 1.2mm thickness As per drawing/

requirement

46. SITC of Imported AVSU Module 5 Services (Oxygen, N2O, MA4 Air, SA7 Air and Vacuum) Area Valve Service Unit + Medical Gas Area Alarm all fitted in on box It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) or NFPA-99 standards of USA. It should fully compliant with NHS C11 model engineering specification. It shall be CE marked with the notified body number specified or UL Listed.

5 nos.

47. SITC of Imported AVSU Module 3 Services (Oxygen, MA4 Air, and Vacuum) for 1x Recovery Room and 1x Pre Operative Room Area Valve Service Unit + Medical Gas Area Alarm all fitted in on box It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) or NFPA-99 standards of USA. It should fully compliant with NHS

2 nos.

Page 99: View Tend Doc

Page No. 99

C11 model engineering specification. It shall be CE marked with the notified body number specified or UL Listed.

48. SITC of Duplex AGSS Plant 50 Hz 3 Phase 1430lpm It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) or NFPA-99 standards of USA. It should fully compliant with NHS C11 model engineering specification. It shall be CE marked with the notified body number specified or UL Listed. It should with wiring from AGSS plant to all 5 nos. of OT's. : One 1430lpm capacity AGSS pump working & one stand by.

1 set

49. SITC of Electrical wiring from AGGS plant to all 5 nos. of OTs

1 lot

50. SITC of Imported AGSS Plastic Remote Indicator It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01). It should fully compliant with NHS C11 model engineering specification. It shall be CE marked with the notified body number specified. It shall be provided with a copy of the certificate of origin.

5 nos.

51. SITC of Imported AGSS outlet hose assembly It should fully comply and meet with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01). It should fully compliant with NHS C11 model engineering specification. It shall be CE marked with the notified body number specified. It shall be provided with a copy of the certificate of origin.

5 nos.

52. SITC of Imported AGSS Reservoir It should fully comply and meet with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01). It should fully compliant with NHS C11 model engineering specification. It shall be CE marked with the notified body number specified. It shall be provided with a copy of the certificate of origin.

5 nos.

Page 100: View Tend Doc

Page No. 100

53. SITC of Imported 1850 lpm Duplex Medical Air Plant 3 Phase 50 Hz (Package Unit).It should fully comply and meet with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) standards or NFPA-99 standards of USA. It shall be CE marked with the notified body number specified or UL listed with UL no. It shall be provided with a copy of the certificate of origin. Medical Air Plant of 8.5bar for both 4bar MA4 Air supply and SA7 Air supply. Duplex (1 x 15kw SCREW compressors), with duplex drier and filtration.

1 set

54. SITC of Imported Pressure Reducing Station for 7 bar supply It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) or NFPA-99 standards of USA. It should fully compliant with NHS C11 model engineering specification. It shall be CE marked with the notified body number specified or UL Listed.

1 No.

55. SITC of Imported Pressure Reducing Station for 4 bar supply It should fully complies and meets with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01) or NFPA-99 standards of USA. It should fully compliant with NHS C11 model engineering specification. It shall be CE marked with the notified body number specified or UL Listed.

5 nos.

56. Electrical Wiring inside the Medical Air Plant Room It should fully comply and meet with the requirements of the UK DOH Health Technical Memorandum 02-01 (HTM 02-01). It should fully compliant with NHS C11 model engineering specification. It shall be CE marked with the notified body number specified. It shall be provided with a copy of the certificate of origin.

1 Lot.

57. SITC of Imported Audio Video Integration System ( for teaching purpose) Modular OT-1, OT-2, OT-3 It consists of a hardware/ software combination for use in the operating room. It optimizes the workflow, supports communication within the hospital and allows exchange and storage of various patient data.

3 Nos.

Page 101: View Tend Doc

Page No. 101

Consist of the following a) "H.264 Network encoder HD with HD-SDI/Audio Input, galvanic network isolation b) RS232 interfaces, Relais, c) Touch Panel PC + Software, d) 8 x 8 Matrix for 4 SD plus 4 HD signals, cable set, e) Medienrack with side- and back walls, Security-Glass front glass door, 19" f) Installation kit: internal cabling, base and set off rollers j) Integrated medical isolating transformer h) Control box with integrated web server, connection for CresNet Bus, 3 bidirektionalen RS-232/422/485 interface, 8 IR/unidirectional RS-232 interface, 8 relay outputs, 8 digital in-/output i) NavigatOR control software and USB Stick j) H.264 network Encoder with YC/SDI and Audio Input medical registered network isolator k) - haiplay software for network streams l) - S-Video matrix with 8 in- and 8 outputs m) -HD-SDI matrix with 4 in- and 4 outputs n)- Viewmedic 21'' Touchpanel Vario 321C2-Touch o) OT Light interface universal p) 4x4 Matrix Mixer, wireless micro, loudspeaker, cable set q) Support Stand for Touch Pan r) Bi-directional audio 4x4 Matrix Mixer,wireless micro, loudspeaker, cable set.

Page 102: View Tend Doc

Page No. 102

s) SD room camera pan & tilt head, RS-232, Resolution 450 (H), 400 (V) line, 12-Volt Motorized zoom, f = 5.4 to 64.8 mm, auto iris, color: white t) DIN DALI-2 Interface with 2 DALI groups 64 address for control of clean room & OT lights. u) 42” Full HD LCD-Display v) HDSDI/SDI Input Adapter x) Cable set for operating lights camera 20 m respectively Y Pb Pr cable with BNC connector v) Cable set for space camera 20 m S-video cable with BNC connectors each, unilaterally, total BNC to SVideo Adapter. 20 m RS232 cable for control of Sony EVI cameras, one side with VISCA Adapter. Technician hours and hardware package. z) Cable set LCD Monitor 20 m HDSDI cable with BNC connectors 20 m S-video cable with BNC connectors, BNC to S-Video Adapter 20 m RS232 cable for control of HD monitors

58. SITC of Storage Unit

06 Nos.

59. SITC of View Window with motorized blinds of size 1000 X 1000mm

07 Nos.

60. SITC of OT & Recovery Room Furniture & Accessories :

61. SITC of Imported Recovery Room & Pre Operative Room High care electric bed

10 nos.

62. SITC of Imported Over Bed Table for recovery room and pre-operative room hospital bed

10 nos.

63. SITC of Imported Bed Side Cabinet 10 nos.

64. SITC of Imported Patient Stretcher Trolley 3 nos.

65. SITC of Instrument and Medicine cupboard 5 nos.

66. SITC of Hydraulic Stool with Trendrelen move hand control

5 nos.

67. SITC of Mayo Table Hydraulic 5 nos.

68. SITC of Instrument Table with Drawer 5 nos.

Page 103: View Tend Doc

Page No. 103

69. SITC of Imported Hand Rail Crash Guard and Corner Protection Guard system

As per drawing/

Requirement

70. SITC of Imported Wall Guard As per drawing/

Requirement

71. Imported Corner protection Guards of 4ft length As per drawing/

Requirement

72. SITC of Imported Two Door Low Temperature Sterilizer by steam and formaldehyde 130liters

01 no.

73. SITC of Imported Table Top Sterilizer 21 Liters 01 no.

74. SITC of Aluminum Rail Curtain Track (including all accessories) for Recovery Room & Pre Operative Room including Antimicrobial and Frame Retardant Curtains and – L shape curtain systems.

10 Set

75. SITC of Telescopic Flexible IV Hanger for Recovery Room & Pre Operative Room

10 Set

76. SITC of POP on Brick walls inside OT complex only As per drawing/

Requirement

77. SITC of Anti-Microbial Paint inside 3 Semi Modular OT, 1 x Pre Operative and 1 Recovery Room and on POP walls inside OT complex only.

As per drawing/

Requirement

78. SITC of ACP False Ceiling with frame inside OT complex in areas other than OTs.

As per drawing/

Requirement

79. SITC of Small Control Panel for ON & Off Light & Dimming facility Peripheral Light for recovery room pre-operative room and sterile corridor area only

03 nos.

80. SITC of Construction of Walls for 5 AHU for 5 OT (outside OT complex) with brick walls

As per drawing/

Requirement

81. SITC of Civil, electrical and air-conditioning work – dismantling, breakage, and removal of existing material from AIIMS premises

1 lot

82. SITC of Civil work – Re-construction, Modification of walls, toilets, partitions and RCC flooring inside OT complex. Construction of walls inside the OT with 6” or 9” Brick walls.

As per drawing/ Requirement

83. SITC of Construction of 1 x Sterilizer Room with brick walls

As per drawing/

Page 104: View Tend Doc

Page No. 104

Requirement

84. SITC of Construction of 1 x Sluice Room with brick walls

As per drawing/ Requirement

85. SITC of Construction of 1 x AHU Room outside Complex with brick walls

As per drawing/ Requirement

86. SITC of Construction of 1 x Male Room with brick walls As per drawing/ Requirement

87. SITC of Construction of 1 x Female Room with brick walls

As per drawing/ Requirement

88. SITC of Construction of 1 x OT Technician Room with brick walls

As per drawing/ Requirement

89. SITC of Construction of 1 x Sterile Storage Room with brick walls

As per drawing/ Requirement

90. SITC of Construction of 1 x Faculty Room with attach Toilet + wash basin + Staff toilet with brick walls

As per drawing/ Requirement

91. SITC of Construction of 1 x Male Doctor Room with attach Toilet + wash basin with brick walls

As per drawing/ Requirement

92. SITC of Construction of 1 x Female Doctor Room with attach Toilet + wash basin with brick walls

As per drawing/ Requirement

93. SITC of Construction of utility storage Room (inside OT complex) with partition with brick walls

As per drawing/ Requirement

94. SITC of Construction of 1x Injection room with partition walls with Brick walls.

As per drawing/ Requirement

95. SITC of Construction of Sterile Store Room (outside OT complex) with partition walls with Brick walls.

As per drawing/ Requirement

96. SITC of Construction of Walls & Ceiling of Compressed Air & AGSS Plant room with Brick Walls and RCC Ceilings

As per drawing/ Requirement

nos.

97. SITC of Plumbing and sanitary work (Inside OT Complex) (Approved makes are Jaguar, Kohler, Groha, Rosa for vitreous china & CP fixtures. Piping & allied traps/specials will be Cast Iron of approved ISI make. This would be applicable for all toilets also.

As per drawing/ Requirement

Page 105: View Tend Doc

Page No. 105

98. SITC of Pressure Sensors for Surgeon Control Panel for OT

25 Nos.

99. SITC of Air Curtain at the door of small size

One Nos.

100. SITC of Temperature and Humidity Controller Sensors with wiring for 5 OT

05 Nos.

101. SITC of Fiber Optic Cables for 3 Modular OT( inside 3 MOT)

03 lot

102. SITC of Glazed Rectified Tiles 300x450 mm of reputed make in all the toilets.

As per drawing/

Requirement

103. SITC of Vitrified Tiles 600x600mm of reputed make in the faculty room and staff room

As per drawing/

Requirement

lot

104. SITC of Vitrified Tiles 600x600mm of reputed make in the nurse change room, utility storage room, equipment storage room, sterile storage room area.

As per drawing/

Requirement

105. SITC of Granite slab of approved shade of approved color inside the entry corridor and passage.

As per drawing/

Requirement

Note-

All fixture and fittings shall be as specified or as approved by AIIMS. No extra payment whatsoever shall be payable for any work which is required to achieve the final functionality and/or design/aesthetics. The decision of HOD Deptt. of Orthopedics shall be binding for purpose of this interpretation.

All dismantled material and building rubbish including the GI ducting etc. but excluding equipments shall be taken away by the vendor and credit for the same shall be deemed to have been considered while quoting for the tender/site preparation

Rates shall be deemed to include all paints, polishes, finishes and making good the damages caused to existing and adjacent structures during the course of work.

Disposal of sewerage lines till nearest identified Manhole shall be in scope of vendor.

Page 106: View Tend Doc

Page No. 106

******