+ All Categories
Home > Documents > JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð...

JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð...

Date post: 18-Aug-2021
Category:
Upload: others
View: 4 times
Download: 0 times
Share this document with a friend
154
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018 Page 1 of 154 ` Online Tender of S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis ________________________________________________________________________________________ Bid No: CMSS/PROC/ 2020-21/PSA OXYGEN GENERATION PLANT/018 (National Competitive Bidding) (FOR CLASS-1 & CLASS-II LOCAL SUPPLIERS ONLY) CENTRAL MEDICAL SERVICES SOCIETY Ministry of Health & Family Welfare (Government of India) 2 nd floor, Vishwa Yuvak Kendra, Pt. Uma Shankar Dikshit Marg, Teen Murti Marg, Opposite Police Station, Chankaya Puri, New Delhi-110021 Telephones: 011-21410905, 21410906, Email: - [email protected]
Transcript
Page 1: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 1 of 154 `

Online Tender of S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities

on PAN India Basis ________________________________________________________________________________________

Bid No: CMSS/PROC/ 2020-21/PSA OXYGEN GENERATION PLANT/018

(National Competitive Bidding) (FOR CLASS-1 & CLASS-II LOCAL

SUPPLIERS ONLY)

CENTRAL MEDICAL SERVICES SOCIETY Ministry of Health & Family Welfare (Government of India)

2nd floor, Vishwa Yuvak Kendra, Pt. Uma Shankar Dikshit Marg, Teen Murti Marg, Opposite Police Station, Chankaya Puri, New Delhi-110021

Telephones: 011-21410905, 21410906, Email: - [email protected]

Page 2: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 2 of 154 `

This page is intentionally left blank

Page 3: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 3 of 154 `

CENTRAL MEDICAL SERVICES SOCIETY

Ministry of Health and Family Welfare(Government of India) 2nd floor, VishwaYuvak Kendra, Pt. Uma Shankar DikshitMarg, Teen MurtiMarg,

Opposite Police Station ChankayaPuri, New Delhi-110021 Telephones: +91-11-21410905, 21410906 Email: [email protected], [email protected], [email protected] ,

Online Tender for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis

Manual bids shall not be accepted. BID DOCUMENTS MAY BE DOWNLOADED FROM CPPP WEBSITE:https://eprocure.gov.in/eprocure/appAS PER THE SCHEDULE AS GIVEN IN CRITICAL DATE SHEET AS UNDER:

CRITICAL DATE SHEET

Published Date and Time 21.10.2020 at 06:00 p.m.

Bid Document Download Start Date and Time 21.10.2020 at 06:00 p.m.

Pre- Bid Clarification Start Date and Time 21.10.2020 at 06:00 p.m.

Pre bid meeting Date and Time 28.10.2020 at 10:00 a.m.

Last Date and Time for clarification submission on Pre-Bid queries by letter/Email

28.10.2020 at 05:00 p.m.

Bid Submission Start Date and Time 04.11.2020 at 12:00 p.m.

Bid Submission End Date and Time 10.11.2020 at 11:00 a.m.

Last date and Time of submission of original documents

10.11.2020

Bid Opening Date and Time 11.11.2020 at 11:30 a.m.

Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/ eprocure/app. Bidder/Contractor is advised to follow the instructions provided in the ‘Instructions to the Contractors/Bidder for the e-submission of the bids online through the Central Public Procurement Portal for e Procurement at https://eprocure. gov.in/eprocure/app’. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. Not more than one bid shall be submitted by one contractor or contractors having business relationship.

Address for Communication :Central Medical Services Society, 2nd Floor, Vishwa Yuvak Kendra,

Pt. Uma Shankar Dikshit Marg, Teen Murti Marg, Opposite Police Station Chankaya Puri,

New Delhi-110021

Page 4: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 4 of 154 `

This page is intentionally left blank

Page 5: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 5 of 154 `

CONTENTS

Sl.No. Descriptions Page No.

1. Last Date for Receipt of Tender 09

2. Bid Validity 10

3. Pre-Bid Meeting /Clarification 10

4. Eligibility Criteria 11

5. General Conditions 14

6. Technical Bid – Packet 1 18

7. Price Bid – Packet 2 23

8. Opening of “Packet1” i.e. Technical Bid and Packet 2” i.e. financial Bid of Tender

24

9. Earnest Money Deposit 25

10. Other Conditions 28

11. Acceptance of Bid 30

12. Security Deposit and Agreement 31

13. Evaluation Criteria And Methodology for Placing Order 33

14. Supply/Delivery Conditions 37

15. Packing 40

16. Quality Control 41

17. Payment Provisions 45

18. Liquidated Damages and other Penalties 47

19. Warranty and CAMC Conditions 49

20. Scope of Work 53

21. Fall Clause 57

22. Saving Clause 57

23. Prohibition of Influencing CMSS by the Bidder 57

24. Resolution of Disputes 58

25. Jurisdiction 58

Page 6: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 6 of 154 `

This page is intentionally left blank

Page 7: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 7 of 154 `

LIST OF ANNEXURES

S. No. Description PageNo.

1. Annex-I (Schedule of Requirement & Technical Specifications) 59

2. Annex-II (Format of Forwarding Letter) 93

3. Annex-III (Details of EMD Submitted) 95

4. Annex-IV (Proforma for Performance Statement) 97

5. Annex-V (Annual Turnover Statement) 99

6. Annex-VI (List of items Quoted & Their Production Capacity) 101 7. Annex-VII (Check List) 103

8. Annex-VIII(Notarized Undertaking by MSEs for EMD Exemption) 105

9. Annex-IX (Acceptance Letter Format) 107

10. Annex-X (Terms of Agreement) 111

11. Annex-XI (Purchase Order Format) 115

12. Annex-XII (Mandate Form for RTGS) 119

13. Annex-XIII (The Price Bid) 121

14. Annex- XIV (Bank Guarantee Format for EMD) 123

15. Annex- XV (Security Bank Guarantee Format) 125

16. Annex- XVI (Instruction for Online Bids Submission) 127

17. Annex – XVII (No Deviation Certificate) 131

18. Annex- XVIII (Near Relative Format) 133

19. Annex- XIX (Manufacturer Authorization Form) 135

20. Annex – XX (Service Centre Details) 137

21. Annex- XXI (Contract Form for CAMC) 139

22. Annex – XXII (Consignee Receipt Certificate) 143

23. Annex- XXIII(Final Acceptance Certificate) 145

24. Annex- XXIV(Local Content Declaration) 147

25. Annex- XXV(Installation Certificate) 149

26. Annex- XXVI(Site Readiness Certificate) 153

Page 8: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 8 of 154 `

This page is intentionally left blank

Page 9: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 9 of 154 `

Online Tender of Supply, Installation and Commissioning of PSA Oxygen Generation Plant on PAN India basis

The CMSS, an autonomous Society of Ministry of Health & Family Welfare (Govt. of

India), is responsible for procuring quality drugs, vaccines, contraceptives, medical

devices, diagnostic kits and other health sector goods.

Tender Inviting Authority: DG&CEO, Central Medical Services Society, Office at Vishwa Yuvak Kendra, Pt. Uma Shankar Dikshit Marg, Teen Murti Marg, Chankayapuri, New Delhi – 110021 (hereinafter referred as Tender Inviting Authority (TIA) unless the context otherwise requires)

Tender Accepting Authority: Governing Body, Central Medical Services Society

(hereinafter referred as CMSS, unless the context otherwise requires)

Tender Inviting Authority invites tender through online bid submission at CPPP website:

https://eprocure.gov.in/eprocure/appfor supply of Goods/Drugs to Central Medical

Services Society for the one year.

The list of items to be quoted and their specifications are given in Annexure-I and the

amount of EMD to be submitted is given in Annexure –III. Bidder may quote for any or

all schedules and the EMD may be submitted accordingly as specified in Annexure –

III.

Bidders are requested to submit all documents with the bid as shown as checklist

(Annexure-VII). NO CLARIFIACTIONS may be sought from bidders. CMSS decision in

this regard will be final and binding.

1. LAST DATE FOR RECEIPT OFTENDER

Online Tenders (in two separate packets {Technical bid “Packet 1” and Price

Bid “Packet 2”} will be submitted online at CPPP

website:https://eprocure.gov.in/eprocure/appas per critical date sheet. The

list of Goods along with their Technical Specifications are attached here as

Annexure-I.

Page 10: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 10 of 154 `

2. BID VALIDITY:

i) The bid shall be valid for a period of 150 days from the date of opening of

Packet 1 (Technical Bid).

ii) In exceptional circumstances, the purchaser may request the consent of

the bidder for an extension to the period of bid validity. The request and the

responses thereto shall be made in writing. The bid security provided under

clause 9 shall also be suitably extended. A bidder may refuse the request

without forfeiting his bid security. A bidder accepting the request and

granting extension will not be permitted to modify his bid.

3. PRE BID MEETING/CLARIFICATIONS:

i) A prospective bidder, requiring any clarification of the bid documents may

notify the purchaser in writing or email at the purchaser’s mailing address

indicated in the Invitation of bid. The purchaser shall respond in writing (to

be uploaded on CPPP and on e-procurement website) to any request for

clarification of bid documents, which it receives not later than date

mentioned in critical date sheet and prior to the pre-bid meeting.

ii) The Tenderers or their Official Representatives are invited to attend a pre-bid

meeting which will take place as specified in critical date sheet.

iii) Any clarification issued by CMSS in response to query raised by prospective

bidders shall form an integral part of bid documents and it may amount to

an amendment of the relevant clauses of the bid documents.

iv) The clarification if any will be uploaded at CPPP and on e-procurement

website and bidder is expected to see the CMSS website for clarification

before submitting the bid.

Page 11: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 11 of 154 `

4. ELIGIBILITYCRITERIA

i) Only Class- I and Class- II Local supplier shall be eligible for participation. Bids

from Class- I and Class- II Local supplier as defined in DPIIT order no. P-

45021/2/2017-PP (BE-II) dt. 16.09.2020 i.r.o Public Procurement (Preference to

Make in India) shall be accepted. Bids from firms/ vendors other than Class-I

and Class- II Local Supplier shall be summarily rejected. Vendors are requested

to submit the declaration of Local Content as per Annexure XXIV of the tender

document.

ii) This is a National Competitive Bidding open for Indian Domestic Entities only as

per (i) above. Foreign OEMs participation is also enabled through its Indian

Entities. The bidder should be an Indian or Overseas Manufacturer of PSA

Medical Oxygen Generator/ Oxygen Concentrator Module.

a) The bidder should be an Indian Original Equipment Manufacturer (OEM) or

its Authorized Dealer/Distributor and in case of overseas manufacturer,

bidder should be subsidiary of the OEM in India or its Indian Authorized

Dealer.

b) In case the bidder is Indian Manufacturer or subsidiary of the Overseas OEM

in India – Self Declaration of Manufacturer of PSA Medical Oxygen

Generator/ Oxygen Concentrator Module should be given.

c) In Case the bidder is not the manufacturer- Manufacturer Authorization form

as per Annexure XIX should be given (signed by both, Manufacturer and

Bidder).

d) In case, bidder is Subsidiary of the overseas OEM in India or Indian

Authorized Dealer for Indian or overseas Manufacturer, then the past supply

criteria of the self/ principal (OEM) could be considered.

e) Bidder must have service unit(s) in India to perform warranty and CAMC

obligations (and to attend any breakdown calls within 48 hours) as per SLA.

iii) Average Annual turnover for Tenderers in the last two years i.e. 2017-18 and

2018-19 shall not be less than

Page 12: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 12 of 154 `

Sch.

No.

CAPACITY OF

PSA OXYGEN

GENERATION

PLANT (IN LPM)

Total

Tentative

Quantity

Unit

Turnover

Requirement

(in INR)

I 100 19 No. 42149600

II 200 35 No. 102844000

III 300 24 No. 93331200

IV 400 12 No. 6,04,89,600

V 500 14 No. 7,42,00,000

VI 600 11 No. 6,59,03,200

VII 700 7 No. 45164000

VIII 900 7 No. 6,14,93,600

IX 1000 6 No. 5,34,00,000

X 1200 3 No. 2,88,60,000

XI 1500 1 No. 1,19,24,000

XII 2000 8 No. 11,61,28,000

XIII 2500 1 No. 1,73,96,000

XIV 3000 1 No. 2,18,60,000

XV 3200 1 No. 2,33,00,000

(ii)The turnover benchmark given in (i) above will not apply to Micro and

Small Enterprises(MSE).

iv) Tender should not be submitted by the firm/company for the Product(s) for

which the firm/ Company has been blacklisted/ banned/ debarred by

CMSS/ State Governments/ Central Government/MOH&FW or any of the

procurement agencies/Autonomous Bodies under the organisations stated

above or if the Firm/Company is debarred as a whole by these organisations

or any of its procurement agencies/Autonomous Bodies.

Page 13: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 13 of 154 `

v) Tenderer should quote at least the minimum quantity as mentioned in the

table below of the tender quantity of each schedule /items quoted and for

the quoted schedule and quantity, the bidder should have annual

capacity of minimum 1.5 times of the quoted capacity (in LPM). The bidder

will submit current dated certificate issued by Auditor/CA showing the total

annual capacity in LPM. Since the bidder is allowed to quote for more than

one schedule, the total ordered quantity will be capped to 100% of the

annual capacity (in LPM). In such a case, the balance quantity will be

ordered on next to L-2/L-3/subsequent bidders at L-1 rates as per tender

clause no. 13 (c). However CMSS reserves the right to decide on final

allocation in special cases.

Sch. No.

CAPACITY OF PSA OXYGEN

GENERATION PLANT (IN LPM)

Total Tentative Quantity (in Nos.)

Minimum Qty. to be quoted (in Nos.)

I 100 19 10

II 200 35 18

III 300 24 12

IV 400 12 6

V 500 14 7

VI 600 11 6

VII 700 7 4

VIII 900 7 4

IX 1000 6 3

X 1200 3 3

XI 1500 1 1

XII 2000 8 4

XIII 2500 1 1

XIV 3000 1 1

XV 3200 1 1

Page 14: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 14 of 154 `

vi) Tenderer should have supplied, installed, and commissioned minimum three

PSA plants/Medical Grade Oxygen Generator Module in India of same

quoted Make (for at least 50% of the quoted capacity) since January 2017.

The vendor/bidder has to produce the purchase order copies with

satisfactory commissioning certificate issued by the user

department/hospital (both duly notarized).

PO copies of the quantities manufactured and installed in any government

institutions, semi-government institutions, autonomous institutions, private

hospitals of minimum 100 beds (this has to be qualified) are acceptable.

5. GENERALCONDITIONS

(i) A complete set of tender document may be downloaded by any interested

eligible bidder from website:https://eprocure.gov.in/eprocure/appas per the

schedule given in Critical Date Sheet. No cost for the Tender document shall

be charged for the Tender documents downloaded by the Tenderers.

(ii) All tenders must be accompanied with Earnest Money Deposit as specified

against each schedule in Annexure-III of the Tender document.

(iii) Tenders will be opened online therefore, the presence of tenderers/authorized

representatives of the Tenderers is not necessary.

(iv) All notices or communications relating to and arising out of this tender and

any consequent agreement or any of the terms thereof shall be considered

duly served on or given to the Tenderer if delivered to it or left at the

premises, places of business or abode or sent at official email as provided

by the tenderer.

Page 15: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 15 of 154 `

(v) Bidders are advised to watch for amendments, if any, which may be issued

prior date of submission of bids by tender inviting authority on the website:

www.cmss.gov.inand https://eprocure.gov.in/eprocure/app for which CMSS

will not issue any separate communication to individual bidders.

(vi) FORGERY/FRAUD BY BIDDERS/ SUPPLIER:

(a) Genuineness of the papers/ documents/ certificates/ declaration

submitted with bid is the responsibility of the bidder. If at any stage it is

found that the papers/ documents/certificates/declaration submitted by

the bidder are not in order, are forged, manipulated, fabricated or

altered, the bid or purchase order issued to the bidder is liable to be

cancelled and further necessary action including forfeiture of its

EMD/Security Deposit, debarring/blacklisting against the bidder will be

taken. Purchaser may also initiate police/legal action and request

concerned statutory authority for cancellation of license issued to

supplier for tendered items.

(b) If any fraud, short supply of goods is detected on part of the bidder at

any stage, the bid or work order/ Purchase order issued to the bidder is

liable to be cancelled and further necessary action against the bidder

including debarring/blacklisting will be taken.

(c) In any of above two cases, the CMSS is at liberty to make alternative

purchase of the tendered items from other approved suppliers or in the

open market or from any other Tenderer who might have quoted higher

rates, at the risk and the cost of the supplier.

(vii) PATENT RIGHTS:

The supplier shall indemnify the purchaser against all third-party claims of

infringement of patent, trademark or industrial design rights arising from

use of the goods or any part thereof.

In event of any such claim in respect of alleged breach of patent,

registered designs, trademarks etc. being made against TIA (Tender

Inviting Authority), the TIA shall notify the supplier of the same and the

Page 16: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 16 of 154 `

supplier shall at its own expenses take care of the same for settlement

without any liability to the TIA.

(viii) TERMINATION FOR DEFAULT:

1. The purchaser may, without prejudice to any other remedy for breach of

contract, by written notice of default, sent to the supplier, terminate this

contract in whole or in part.

(a) If the supplier fails to deliver any or all of the goods within the time

period(s) specified in the contract, or any extension thereof

granted by the purchaser.

(b) If the supplier fails to perform any other obligation(s) under the

contract, and

(c) If the supplier, in either of the above circumstances, does not

remedy his failure within a period of 15 days (or such longer period

as the purchaser may authorize in writing) after receipt of the

default notice from the purchaser.

2. In the event the purchaser terminates the contract in whole or in part,

pursuant to above the purchaser may procure; upon such terms and in

such manner, as it deems appropriate, tendered goods undelivered and

the supplier shall be liable to the purchaser for any excess cost for such

similar goods. However, the supplier shall continue performance of the

contract to the extent not terminated.

(ix) TERMINATION FOR INSOLVENCY:

The purchaser may, at any time, terminate the contract by giving written

notice to the supplier, without compensation to the supplier, if the

supplier becomes bankrupt or otherwise insolvent, as declared by the

competent court provided that such, termination will not prejudice or

affect any right of action or remedy which has accrued or will accrue

thereafter to the purchaser.

Page 17: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 17 of 154 `

(x) SET OFF:

Any sum of money due and payable to the supplier (including security

deposit refundable to him) under this contract may be appropriated by

the purchaser and set off the same against any claim of the purchaser

for payment of a sum of money arising out of this contract or under any

other contract made by the supplier with the Purchaser.

(xi) Purchaser reserves the right to debar/ blacklist a bidder for a suitable

period in case he fails to honour his bid/contract without sufficient

grounds.

(xii) BID SUBMISSION:

(a) Bidders are hereby cautioned that any attempt of cartel formation will be

viewed seriously and may at the discretion of purchaser, lead to

cancellation of tender. Purchaser in its discretion may decide to forfeit

EMD of such bidders and black list or debar these bidders for suitable

period besides taking other punitive measures. Decision of purchaser in

this regard shall be final and binding.

(b) (i) Different firms or companies having any common partner(s) or Director(s)

are not permitted to quote for more than one tender offer. In case more

than one offer is received from such bidders, then all such offers except

with the lowest quote shall be rejected summarily.

(ii) In case more than one offer for any tendered item is received from the

same bidder, then all such offers except with the lowest quote shall be

rejected summarily.

Page 18: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 18 of 154 `

(xiii) NEAR RELATIVE CERTIFICATE:

The bidder should give a certificate that none of his/her near relative as

defined below is working in CMSS where he is going to apply for the

tender. In case of Proprietorship firm certificate will be given by the

proprietor. For partnership firm certificate will be given by all the partners

and in case of limited company by all the Directors of the company

excluding Govt. of India/Financial Institutions nominees and

independent non-official part time directors appointed by Govt. of India

or the Governor of the state. Authorised signatory of bid may also sign

this bid on behalf of the entire directors/ partners/ proprietor. Due to any

breach of conditions by the company or firm or any other person the

tender will be cancelled and bid security will be forfeited at any stage

whenever it is noticed and CMSS will not pay any damage to the

company or firm or the concerned person. The company or firm or the

person will also be debarred for further participation for quoted item in

the concerned unit.

The near relatives for this purpose are defined as:

(a) Members of a Hindu undivided family.

(b) They are husband and wife.

(c) The one is related to the other in the manner as father, mother,

son(s) & son’s wife (Daughter in law), daughter(s) and daughter’s

husband (son in law), brothers(s) and brother’s wife, sister(s) and

sister’s husband (brother in law).

An undertaking as specified in Annexure XVIII to be submitted.

6. TECHNICAL BID – “PACKET1”

Those intending to participate in the tender (herein called Tenderer) should first

ensure that they fulfil all the eligibility criteria:

6.1 The Tenderer should electronically submit the soft copies of following

documents in Technical Bid “Packet 1”. (All the documents submitted

should bear signature and stamp of the Tenderer).”

Page 19: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 19 of 154 `

(a) Account Payee Demand Draft, DR Receipt, Banker’s Cheque, RTGS/NEFT e-

receipt or Bank Guarantee in respect of EMD as per Clause 5 (ii) and

Clause 9 of this tender document or in case of MSE, a copy of their valid

registration certificate in support of their being an MSE and a notarised

undertaking given in Annexure VIII. EMD for each schedule may be

submitted separately.

(b) Tender Forwarding letter as per Annexure-II.

(c) Duly notarized general power of Attorney (on non judicial stamp paper

of worth Rs. 50/-) in favour of authorized signatory in case of partnership

firm (to be signed by all partners) or board resolution in case of a

company to sign the bid and bind the bidder. The signature of

authorized signatory should be duly attested. In case of proprietorship on

its letter head of firm declares himself as proprietor with specimen

signature.

(d) The bidder should be the original Indian Equipment Manufacturer (OEM)

or its Authorised Dealer/Distributor and in case of overseas Manufacturer,

bidder should be subsidiary of the OEM in India or Indian Authorized

Dealer.

The bidder should be an Indian Original Equipment Manufacturer

(OEM) or its Authorized Dealer/Distributor and in case of overseas

manufacturer, bidder should be subsidiary of the OEM in India or its

Indian Authorized Dealer.

In case the bidder is Indian Manufacturer or subsidiary of the Overseas

OEM in India – Self Declaration of Manufacturer of PSA Medical

Oxygen Generator/ Oxygen Concentrator Module should be given.

In Case the bidder is not the manufacturer- Manufacturer Authorization

form as per Annexure XIX should be given (signed by both,

Manufacturer and Bidder).

The bidder should submit an undertaking that the model of the

equipment supplied by them is of the latest model.

(e) Must have service unit(s) in India to perform warranty and CAMC obligations (and to attend any breakdown calls within 48 hours) as per SLA.

Page 20: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 20 of 154 `

Certificate should be furnished in the format given in Annexure-XX.

(f) Tenderer should quote at least for the quantity as mentioned in table in

tender clause no. 4 (v) of each Schedule /items quoted and for the

quoted schedule and quantity, the bidder should have minimum annual

capacity of minimum 1.5 times of the quoted capacity (in LPM). The

bidder will submit current dated certificate issued by Auditor/CA showing

the total annual capacity in LPM. Since the bidder is allowed to quote for

more than one schedule, the total ordered quantity will be capped to

100% of the annual capacity (LPM). In such a case, the balance quantity

will be ordered on next to L-2/L-3/subsequent bidders at L-1 rates as per

tender clause no. 13 (c).

(g) Tenderer should have supplied, installed, and commissioned minimum

three PSA plants/Medical Grade Oxygen Generator Module in India of

same quoted Make (at least 50% of the quoted capacity) since January

2017. The vendor/bidder has to produce the purchase order copies with

satisfactory commissioning certificate issued by the user

department/hospital (both duly notarized).

PO copies of the quantities manufactured and installed in any government institutions, semi-government institutions, autonomous institutions, private hospitals of minimum 100 beds (this has to be qualified) are acceptable.

(h) Annual turnover statement for 2 years i.e., 2017-2018 and 2018-19 or 2018-19

and 2019-20 should be furnished in the format given in Annexure-V duly

certified by the Chartered Accountant.

(i) Copies of the audited Annual reports including the Balance Sheet and Profit

and Loss Account along with all the annexure for the last two years i.e. 2017-

18 and 2018-19 or 2018-19 and 2019-20.

(j) Certificate of Incorporation in case of Companies or Copy of partnership

deed in case of partnership. In case of import of goods, bidder should also

Page 21: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 21 of 154 `

submit a copy of valid Import License.

(k) Following valid Quality Certificates to be submitted in the bid:

i) Copy of ISO certification or GMP Certificate of its original equipment manufacturer.

ii) ISO 13485: 2016 certification – for design of medical systems iii) ISO 10083/ EN ISO 7396-1/ EN 737-3 European Standards and should be in

accordance with medical device directives 93/42/EEC or Medical use international standard regarding the supply of oxygen via oxygen generators for a use in medical gases distribution networks.

iv) The Medical grade oxygen concentrator/generator shall be either US

FDA approved or CE or should have CE(Conformity European)/European Certificate( EC) and a certificate that the oxygen generated complies with Medical grade standard of the OEM be uploaded.

(l) Last two FY ITR acknowledgements with a copy of PAN and GST

Registration Certificate indicating GST Number.

(m) List of items quoted (the name and Model of the items quoted) and

relevant annual production for the last 3 years as per the Annexure-VI and

relevant quality standards certificates and Catalogue, Data Sheets and

technical compliance statement clause by clause with Mentioned Model

No & Make.

(n) A Checklist (Annexure-VII) indicating the documents submitted with the

tender document and their respective page numbers shall be enclosed with

the tender document. The documents should be serially arranged.

(o) Each page of submitted bid (along with tender document) be properly

page numbered and shall be signed by the authorized signatory of the

Tenderer with office seal.

Page 22: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 22 of 154 `

(p) All the documents enclosed with the tender document should also be

signed by the authorized signatory of the Tenderer.

(q) No Deviation Certificate as per Annexure-XVII.

(r) Near Relative Certificate as per Annexure –XVIII.

(s) Manufacturer Authorization Form as per Annexure- XIX/Bidder is

Manufacturer or subsidiary of the OEM in India – Self Declaration of

Manufacturer should be given.

(t) Service Centre Details as per Annexure-XX

(u) The minimum life span of the equipment should be 10 years and

certificate in this regard should be submitted from the OEM. Also, OEM

should undertake availability of spares/parts of the equipment along with

accessories supplied till the shelf life (minimum 10 years) of the equipment.

6.2 (a) The above mentioned documents are to be submitted in soft copy

electronically on the CPPP portal https://eprocure.gov.in/eprocure/app

as Technical Bid “Packet 1” as per date prescribed in critical date sheet

and as per instructions of online bid submission given in Annexure–XVI.

(b) Original EMD/ Notarised undertaking by MSE companies Annexure VIII

for Exemption of EMD in physical form is to be deposited with the Tender

Inviting Authority upto bid submission end date and time as per

prescribed in the critical date sheet. If the last date of deposit of original

EMD/Notarised undertaking by MSE companies Annexure VIII for

Exemption of EMD happens to be a central government holiday for

offices located in New Delhi, next working day shall be treated as the

last date of deposit. The original Bank Guarantee/Notarised

Page 23: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 23 of 154 `

undertaking by MSE companies Annexure VIII for Exemption of EMD

may be either deposited in person or by courier. If sent by courier, the

tenderer has to send it in advance so as to make sure that the original

EMD/Notarised undertaking by MSE companies Annexure VIII for

Exemption of EMD is delivered to the Tender Inviting Authority by the

date and time specified in critical date sheet. Failure to deposit the

original EMD/Notarised undertaking by MSE companies Annexure VIII for

Exemption of EMD by the specified last date and time shall result in

rejection of bid summarily

7. PRICE BID-“Packet 2”

7.1 “Packet 2” is for the Price Bid of the Tenderer.

i) Bid should be uploaded online in the form BOQ.XXXX.xls.

ii) Format of the Schedules of price bid is available in Annexure-XIII.

iii) The supplier shall quote as per price schedule given in Annexure-XIII for

all the items quoted by him schedule of requirement.

iv) The price quoted shall be the landed price per unit at the specified

locations on DDP basis and shall include all taxes and duties including

transportation and other incidental expenditure for delivery at CMSS

warehouses/Consignee site.

v) The rate quoted in Price Schedule Annexure-XIII should be for a unit as

given in specifications as detailed in the tender document. The bidder is

not permitted to change / alter specification or unit size in the box.

vi) The bidder has to quote seven years CAMC cost along with Equipment

cost (inclusive of 3 years warranty). Schedule wise L1 will be determined

on all inclusive cost including the seven years CAMC cost as per the

price bid.

Page 24: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 24 of 154 `

7.2 GST (Goods and Service Tax)/other statutory Taxes/Levies

i) The bidder may quote for GST as per applicability in accordance with

relevant Government notification.

ii) Any variation upwards/downwards as a result of statutory variation in

GST/ other taxes/duties/levies for supplies during original specified

delivery schedule of goods shall be allowed.

iii) Any upward/downward revision (only during scheduled delivery period)

in statutory taxes, levies will be allowed and benefit will pass on to

supplier/purchaser.

iv) Any increase in taxes and other statutory duties/levies after the expiry

of the delivery date shall be to the supplier’s accounts. However, the

benefit of any decrease in these taxes/duties shall be passed on to the

purchaser by the supplier.

7.3 The basic unit price quoted by the bidder shall remain fixed during the

entire period of contract and shall not be subject to variation on any

account. A bid submitted with an adjustable price quotation will be

treated as non-responsive and rejected.

8. OPENING OF “PACKET 1”i.e. ‘TECHNICAL BID AND “PACKET 2” i.e. FINANCIAL

BID’ OF TENDER CLARIFICATION OF BIDS SUBMITTED:

8.1 To assist in the examination, evaluation and comparison of bids, the

purchaser may, at his discretion ask the bidder for the clarification in its

bid. The request for the clarification and response shall be in writing.

However, no post bid clarification at the initiative of the bidder shall be

entertained.

8.2 Presence of authorized official of the Tenderer is not necessary at the

time of opening of Technical Bid - “Packet 1” as opening is online.

8.3 The purchaser shall evaluate the bids 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 and whether the bids are generally in order.

Page 25: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 25 of 154 `

8.4 Prior to the detailed evaluation, pursuant to clause above, the purchaser

will determine the substantial responsiveness of each bid to the bid

documents for purposes of these clauses. A substantially responsive bid is

one, which confirms to all the terms and conditions of the bid documents

without material deviations. The purchaser’s determination of bid’s

responsiveness shall be based on the contents of the bid itself without

recourse to extrinsic evidence.

8.5 A bid determined as substantially non-responsive will be rejected by the

purchaser and shall not subsequent to the bid opening be made

responsive by the bidder by correction of the non-conformity.

8.6 The purchaser may waive any minor infirmity or non-conformity or

irregularity in a bid, which does not constitute a material deviation,

provided such waiver does not prejudice or affect the relative ranking of

any bidder. Such minor infirmity will be identified by the TEC and

clarification in this regard may be called for.

8.7 “Packet 2” will be opened only for tenderers, who are found techno-

commercially eligible on satisfying the criteria for technical evaluation

and plant inspection (wherever necessary) based on the documents

submitted in “Packet 1”. Presence of authorized official of Tenderers is

not necessary in opening of “Packet 2” as opening isonline.

8.8 Arithmetical errors shall be rectified on the following basis. If there is a

discrepancy between the unit price and total price that is obtained

multiplying the unit price and quantity, the unit price shall prevail and

total price shall be corrected by the purchaser. If there is a discrepancy

between words and figures, the amount in words shall prevail.

9. EARNEST MONEY DEPOSIT

9.1. (a) The Earnest Money Deposit (EMD) is payable by all Tenderers, for

an amount indicated in Annexure-III UNLESS EXEMPTED under

clause 9.2 In case a Tenderer is quoting for more than one item,

the Earnest Money Deposit payable by such Tenderer shall be the

Page 26: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 26 of 154 `

aggregate total of the Earnest Money Deposit for all the items

quoted by such Tenderer. The Tenderers are required to furnish the

breakup of the Earnest Money Deposit for the items quoted in the

format as per Annexure-III. The Earnest Money Deposit shall be

paid by Account Payee Demand Draft, FD receipt, Banker’s

cheque or Bank Guarantee or RTGS/NEFT in the following Bank

Account:

BeneficiaryName : Central Medical Services Society

A/CNo. :32719062216

BankName : SBIBank

Branch : NirmanBhawan, Maulana Azad

Road, New Delhi

IFSCCode :SBIN0000583

b. The Bank Guarantee can also be accepted as a mode of payment

and the named beneficiary shall be Central Medical Services Society.

The Bank guarantee shall be issued by a bank (Nationalized or

Scheduled Bank) in India to make it enforceable and acceptable to

the purchaser. The Bank Guarantee shall be in the format as per

Annex-XIV provided in the tender document.

Bank Guarantee shall remain valid for 45 days beyond the validity

period for the bid and will be extended accordingly beyond any

extension subsequently requested by purchaser.

c. The applicable EMD amount has been indicated in Annexure-III

9.2 EXEMPTION FROM PAYMENT OF EARNEST MONEY DEPOSIT TO MSME (MICRO

SMALL & MEDIUMENTERPRISES)

(i) Vide Gazette no. CG-DL-E-26062020-220191 dt. 26.06.2020, Ministry of

MSME have revised criteria for classifying the enterprises as Micro, small

and Medium enterprises with effect from Ist July 2020 therefore following

firms will be exempted from submission of EMD:

Page 27: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 27 of 154 `

a. Micro and Small Enterprises as per classification given in MSME

Notification dtd. 26.06.2020 registered under “Udyam Registration”

w.e.f 01.07.2020 will be granted exemption from payment of Earnest

Money Deposit. Udyam Registration Certificate has to be produced in

support of above.

b. The existing Micro and Small Enterprises as per classification given in

MSME Act 2006 registered till 30.06.2020 and holding Permanent

Registration Certificate from the District Industries Centers or Khadi and

Village Industries Commission or Khadi and Village Industries Board or

Coir Board or National Small Industries Corporation or any other body

specified by Ministry of Micro Small and Medium Enterprises will be

granted exemption from payment of Earnest Money Deposit till

31.03.2021. Registration Certificate has to be produced in support of

above.

(ii) The MSE Units will be required to furnish a notarized undertaking (as per

Annexure-VIII) to the effect that in the event of non-fulfilment or non-

observance of any of the conditions stipulated in the contract, the MSE

Unit shall pay a penalty, equivalent to the Earnest Money Deposit to offset

the loss incurred by the Tender Inviting Authority consequent on such

breach of any bid condition.

(iii) The MSEs participating in the tender shall enclose with their tender a copy

of their valid registration certificate with District Industries Centers or Khadi

and Village Industries Commission or Khadi and Village Industries Board or

Coir Board or National Small Industries Corporation or any other body

specified by Ministry of Micro Small and Medium Enterprises in support of

their being an MSE, failing which their tender will be liable to be

ignored/rejected.

Page 28: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 28 of 154 `

9.3. (i) Offers of the firms submitted without EMD / for a shorter period/lesser

amount as demanded will summarily rejected.

(ii) The Earnest Money Deposit will be refunded to the lowest responsive

bidder/s within 30 days from the date of signing the contract

agreement and on the deposit of Security Deposit.

(iii) The Earnest Money Deposit (EMD) furnished by all unsuccessful

tenderers will be returned as early as possible after the expiration of

the period of tender validity but not later than 30 days of the award

of the contract.

9.4 FORFEITURE OF EMD:

(i) The Earnest Money Deposit (EMD) will be forfeited, if the Tenderer

withdraws or amends, impairs or derogates from the tender in any

respect within the period of validity of his tender.

(ii) The Earnest Money Deposit (EMD) will be forfeited, in case of the lowest/

matched bidder, fails to execute the contract agreement and / or

deposit the Security Deposit within the stipulated time.

(iii) In both the above cases, the bidder will not be eligible to participate in

the tender for same item for one year from the date of issue of letter of

acceptance (LOA). The bidder will not approach the court against the

decision of the CMSS in this regard.

10. OTHER CONDITIONS:

10.1 The details of the annual required quantity of items are shown in

Annexure-I

(i) Central Medical Services Society (CMSS) will have the right to increase or decrease up to 25% of the quantity of goods and/or services specified in the schedule of requirements without any change in the unit price or other terms and conditions at any time of agreement period.

Page 29: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 29 of 154 `

(ii) In exceptional situation where the requirement is of an emergent nature and / or it is necessary to ensure continued supplies from the existing vendors, the purchaser reserves the right to place repeat order up to 50% of the quantity of the goods and/or services contained in the running tender/contract up to a period of twelve months from the earliest date of acceptance of letter of acceptance (LOA) at the same rate or a rate negotiated (downwardly) with the existing vendors considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc.

(iii) The delivery of the additional quantity shall be scheduled after the completion of the delivery of the original tendered quantity.

10.2 (i) The rates quoted and accepted will be binding on the Tenderer for the full contract period of two year and any increase in the price will not be entertained till the completion of this contract period.

(ii) Any upward/downward revision (only during scheduled delivery period) in statutory taxes, levies will be allowed and benefit will pass on to supplier/purchaser.

(iii) Any increase in taxes and other statutory duties/levies after the expiry of the delivery date shall be to the supplier’s accounts. However, the benefit of any decrease in these taxes/duties shall be passed on to the purchaser by the supplier.

10.3 In exercising of the powers conferred in Section 11 of the Micro, Small

and Medium Enterprises Development (MSMED) Act 2006, the

Government has notified a new Public Procurement Policy for Micro

& Small Enterprises effective from 9th November 2018. The policy

mandates that 25% of procurement of annual requirement of goods

and services by all Central Ministries / Public Sector Undertakings will

be from the Micro and Small Enterprises. Government has also

earmarked a sub target of 4% procurement of goods & services out

of 25% from MSEs owned by SC/STentrepreneurs and 3% to micro and

small enterprises owned by women.

10.4 In accordance to the above notification the participating Micro and Small Enterprises (MSEs) in a tender, quoting price within the band of L1 + 15% would be allowed to supply a portion of the requirement by

Page 30: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 30 of 154 `

bringing down their price to the L 1 price, in a situation where L 1 price is from someone other than an MSE. Such MSEs would be allowed to supply up to 20% of the total tendered value. In case there are more than one such eligible MSE, the 20% supply will be shared equally. Out of 20% of the quantity earmarked for supply from MSEs, 4% quantity is earmarked for procurement from MSEs owned by SC/ST entrepreneurs. However, in the event of failure of such MSEs to participate in the tender process or meet the tender requirements and the L1 price, the 4% quantity earmarked for MSEs owned by SC/ST entrepreneurs will be met from other participating SMEs.

10.5 The DIPP has notified a Public Procurement order-2017 (Preference to

Make in India) order 2017- Revision vide Order no P-45021/2/2017-PP (BE-II) -

dated 16th September 2020. The provision of said order including any

subsequent orders issued from time to time will apply in the instant case.

Bidders are requested to submit a certificate from the statutory auditor or

cost auditor of the company (in the case of companies) or from a practicing

cost accountant of practicing chartered accountant (in respect of suppliers

other than companies) giving the percentage of local content as per order

Order no P-45021/2/2017-PP (BE-II) - dated 16th September 2020 in the

Annexure-XXIV.

11. ACCEPTANCE OF BID/TENDER

11.1 Technically responsive tenders will be evaluated based only on the

“landed price”(all-inclusive price), i.e. Rate per Unit inclusive of all

taxes, duties, transportation& other charges, CAMC prices (as

applicable) as given in Annexure-XIII by the tenderer.

11.2 The evaluation for ranking shall be carried out on the basis of “all

inclusive” prices of the goods offered for each schedule separately

including the CAMC cost for 7 years.

11.3 The purchaser reserves the right to accept or reject any bid, and to

annul the bidding process and reject all bids, at any time prior to

Page 31: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 31 of 154 `

award of contract without assigning any reason whatsoever and

without thereby incurring any liability to the affected bidder or

bidders on the grounds of purchaser’s action.

11.4 (i) CMSS or its authorized representative(s) has the right to inspect the

factories of Tenderers, before accepting the rate quoted by them or

before releasing any purchase order(s) or at any point of time during

the continuance of tender and also has the right to reject the tender

or terminate/ cancel the purchase orders issued and/or not to place

further order, based on adverse reports brought out during such

inspections. In such situation CMSS reserves the right to take other

actions against the tenderer including forfeit of security deposit,

debarring/blacklisting for appropriate period.

(ii) The Tenderer shall allow inspection of the factory at any time by a

team of Experts/ Officials nominated by the Tender Inviting Authority

for the purpose. The Tenderer shall extend necessary cooperation to

such team in inspection of the manufacturing process, quality control

measures adopted etc., in the manufacture of the items quoted. If

Company/ Firm does not allow for any such inspection, their tenders

will be rejected during the currency of the contract.

11.5 The acceptance of the tenders will be communicated to the lowest /

matched tenderers in writing (through email), as per format of the

Acceptance Letter given in Annexure- IX

12. SECURITY DEPOSIT AND AGREEMENT

12.1 Security Deposit:

On being intimated about the acceptance of the tender the

L1/Matched tenderer shall submit 2 PBGs; One at the time of LOA @

10% of the total LOA value (in Rs.) within 10 days of issuance of LOA

Page 32: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 32 of 154 `

to CMSS and 2nd PBG for CAMC cost (in Rs) from 4th year to 10th

year will be submitted to the consignees/hospitals. The bidder has to

submit the security deposit @ 10% of CAMC value for each year

subsequently before expiry of the previous PBG for warranty/CAMC

period. The Security Deposit amount to be deposited in the form of

Account Payee Demand Draft, FD receipt, Bank Guarantee or

NEFT/RTGS in favor of Central Medical Service Society/Consignee

Hospital. The Security Deposit in any other form like Cash/ Cheque/

Postal-Order will not be accepted. In case of depositing security

deposit by Bank Guarantee, the named beneficiary shall be Central

Medical Services Society/Consignee Hospital. The Bank Guarantee

shall be issued by a bank (Nationalized or Scheduled Bank) in India to

make it enforceable and acceptable to the purchaser. The Bank

Guarantee shall be in the format as per Annexure- XV provided in

the tender document.

12.2 For both the PBGs, the Performance Bank Guarantee shall be valid

for a period up to sixty (60) days after the date of completion of all

contractual obligations by the supplier.

12.3 The lowest/matched tenderer shall execute an Agreement on a non-

judicial stamp paper of value of Rs.100/- (stamp duty to be paid by

the Tenderer) within 15 days from the date of the intimation from

CMSS informing that his tender has been accepted. The Specimen

form of Agreement is available in Annexure-X.

12.4 The proceeds of the performance security shall be payable to the

purchaser as compensation for any loss resulting from the supplier’s

failure to complete its obligations under the contract.

12.5 The performance security bond will be discharged by the purchaser

after completion of the supplier’s performance obligations including

Page 33: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 33 of 154 `

any warranty obligations under the contract and after receiving the

PBG against CAMC contract.

12.6 Failure to deposit the performance security will attract clause 9.4.

13. EVALUATION CRITERIA AND METHODOLOGY FOR PLACING ORDERS

For placing orders the following procedures will be adopted:

a. The quoted rates include 3 year onsite warranty cost and the bidder is also

required to quote for next 7 years CAMC cost for each year as shown in the

price bid. Per unit equipment cost will include the cost of the equipment

including (custom duty, if any). The bidder will quote the GST component on

the equipment cost. Charges towards services (all inclusive) include charges

for design, supply and transportation, installation, testing, commissioning and

training. The bidder will also quote yearly CAMC rate (all inclusive) for 4th, 5th,

6th, 7th, 8th, 9th and 10th year without taxes. The state/hospital site reserves the

right to utilize the CAMC services for the full period or part thereof or none.

b. The schedule vise LI determination will be based on the unit total cost of all

these components. The Tenderer, who has been declared as Lowest Tenderer

for certain item(s), shall within the tender issue of LOA (letter of acceptance)

execute necessary Agreement for the supply of the allocated quantity of such

Goods as specified in the Tender Document after depositing the required

amount as Security Deposit and on execution of the agreement such Tenderer

shall supply goods on receipt of Purchase Orders. The format of LOA,

agreement, Purchase Order is attached at Annexure – IX, X, XI respectively.

c. In the event where a bidder emerges as lowest priced technically responsive

bidder for multiple Schedules, CMSS has the right not to award the contract to

the lowest priced bidder in case when the bidder has no capacity to perform

works concurrently on all Schedules. The bidder in subject will be awarded with

Page 34: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 34 of 154 `

Schedule according to assessed and proven capacity and determination

which Schedule to award will be based on the following order:

(i) Schedule(s) where there is no other responsive bid received;

(ii) For Schedule with highest cost difference to next ranked bidder. In such

case, for the other Schedule, the criteria for awarding not the lowest priced bid

will be based on calculating the least price difference between the lowest and

next ranked bidder.

d. Irrespective of determined capacity to undertake more than one Schedule,

CMSS may decide at its discretion to award Lots to different bidders to reduce

risk of delivery.

e. If two or more than two Tenderers are declared as lowest suppliers for the

same item(s) (i.e. emerge-L1), such Tenderers shall execute necessary

agreement as specified in the Tender Document on depositing the required

amount as Security Deposit and on execution of the agreement such

Tenderer will be eligible for placement of Purchase Orders for equal

proportion of tendered quantities (50:50 or 33.33:33) for such item(s) for

which they are declared as lowest (L1).

f. CMSS will counter offer the lowest rate (L1 rate) to other Tenderers in the

order of their ranking i.e. L2, L3 and so on will be asked to match the L1

price.

g. (i) In order to maintain uninterrupted supplies, the CMSS will place orders

one or with minimum of two suppliers for tendered product with 70% of the

orders given to L1 and the balance 30% to the next Matched Lowest

Tenderer.

(ii) In case there is no L2 /matched bidder, balance quantity up to extent of

quoted quantity or at most for balance 50% quantity can be offered to L1

bidder. Quantity beyond quoted quantity will be ordered on mutual consent.

(iii) In case L1 bidder has quoted for 50% quantity, the balance quantity will be

offered to L2 and L3 bidders for 30% and 20% quantity respectively.

Page 35: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 35 of 154 `

(iv) In case there is no L3/matched bidder at 3rd position (i) above may be followed

or balance 50% quantity may be offered to L2/matched bidder in case L1 does

not agree to supply 70% of tendered quantity.

(v) In case of requirement of large quantities, CMSS may place orders with 3

suppliers in the ratio of 50: 30: 20.

Order Distribution will be followed as below:

Sch. No.

CAPACITY OF PSA OXYGEN GENERATION

PLANT (IN LPM)

Total Tentative

Quantity Unit Order Distribution

I 100 19 No. 50:30:20

II 200 35 No. 50:30:20

III 300 24 No. 50:30:20

IV 400 12 No. 70:30

V 500 14 No. 70:30

VI 600 11 No. 70:30

VII 700 7 No. 70:30

VIII 900 7 No. 70:30

IX 1000 6 No. 70:30

X 1200 3 No. 100.00

XI 1500 1 No. 100.00

XII 2000 8 No. 70:30

XIII 2500 1 No. 100.00

XIV 3000 1 No. 100.00

XV 3200 1 No. 100.00

h. If the lowest supplier has failed to supply the required Goods within the

stipulated time or within the extended time, as the case may be, CMSS may

Page 36: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 36 of 154 `

cancel such purchase orders and on cancellation, CMSS may place

Purchase Orders with the Matched Lowest Tenderer or to the other tenderers

or Purchase through open market/source at the risk and cost of the

defaulted supplier.

i. The supplier shall complete the supply of the Goods required by CMSS at the

consignee destination mentioned in the schedule, within minimum required

period of 45 days or as stipulated in LOA/PO which will be sent by email to

the successful tenderer.

j. The supplier shall supply the Goods at the specified destination and submit a

copy of the Purchase Order, Delivery Challan and other relevant documents

at the same destinations.

k. To claim 40% payment on completion of supply of equipment- After supply

of Goods at the specified destinations, the supplier shall submit Invoice,

Delivery Challan, Consignee Receipt Certificate (As per Annexure XXII,

Packing List, Inspection Certificate issued by nominated inspection agency

(if any), Certificate of Origin.

To claim balance 60% payment on completion of installation and

comissioning of equipment After installation and commissioning of the

equipment, the supplier shall submit Satisfactory Installation Report (as per

Annexure XXV, Testing Report of Oxygen output from PSA Plant, Final

Acceptance Certificate (As per Annexure XXIII) and other relevant

documents, etc., at the Head Office, CMSS .

l. Subject to para (h) and para (i) above, CMSS will process the invoices

submitted by the supplier and the payments against supply will be made

within 60 days from the date of submission of all relevant documents to the

CMSS provided the Goods supplied has been declared of STANDARD

QUALITY, by the Empanelled Laboratory of CMSS/ Any nominated agency.

Page 37: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 37 of 154 `

14. SUPPLY / DELIVERY CONDITIONS

14.1 The supplier should acknowledge the receipt of the Purchase Order within 3

days of its receipt.

14.2 The supplies will be made in staggered quantities as detailed in Annexure –I.

14.3(a)The supplier shall supply, the ordered quantity within minimum required

period of 45 days from the date of LOA at the destinations mentioned in the

purchase order. If the above day happened to be a holiday for CMSS, the

supply should be completed by 5.00 PM on the next working day. In case of

non-execution of the order either partially or fully, CMSS reserves the right to

cancel the purchase order or place fresh purchase orders on alternative

source at the risk and cost of the default supplier. In such cases the CMSS, has

every right to recover the cost and impose penalty including blacklisting of

the supplier and the product.

Installation & commissioning, supervision, Demonstration, Trial run and

training etc. Installation and commissioning shall be completed within 15

days of handing over the site of installation, complete in all respect by the

consignee

(b) With the prior approval of CMSS, the supplier may continue the supply,

Installation & Commissioning the unexecuted quantity after the delivery

dates/schedule as mentioned in LOA, with Liquidated Damages as

specified in Clause 18 of the tender conditions on the delayed supplies.

(c) Supplies should be made directly by the tenderer and not through any

other Agency/Dealer/Distributor.

(d) The Tenderer shall not, at any time, assign, or make over the contract or

the benefit thereof or any part thereof to any person or persons

whatsoever.

Page 38: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 38 of 154 `

(e) Transportation of Goods

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, the supplier will arrange

transportation of the ordered goods as per its own procedure.

(f)Insurance

In case of supply of goods on Consignee site basis, the supplier shall be

responsible till the entire contracted stores arrive in good condition at

destination. The transit risk in this respect shall be covered by the Supplier.

(g) Spares and Consumables

Supplier shall carry sufficient inventories to assure ex-stock supply of

consumables and spares for the goods so that the same are used during

contract period.

(h) Incidental services

The supplier shall be required to perform the following services:

i) Design, Supply, Installation, Testing & commissioning under its supervision

and training of the hospital staff of the goods supplied. The goods offered

should be suitable for Indian electrical rating as follows: Power supply: 200-

230V, 50Hz (Single Phase) or 400-440V, 50Hz (3 Phase).

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 plant.

v) Supplying required 3 number of Instruction, Testing & Maintenance and

operation manual, for the goods, Catalogue and Literature, Data Sheet,

Relevant Test certificate, Quality Certificate, Guarantee Certificate and

Any Others related documents.

vi) This shall include installation & commissioning, supervision, Demonstration,

Trial run and training etc. Installation and commissioning shall be

Page 39: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 39 of 154 `

completed within 3 weeks of handing over the site of installation,

complete in all respect by the consignee. The date of handing over of the

site has to be intimated by the supplier to the TIA. The delay on the part of

the supplier to install and commissioning the equipment will attract the

provision as contained in the liquidated damage clause.

(i) Distribution of Dispatch Documents for Clearance/Receipt of Goods

The supplier shall send all the relevant despatch documents well in time to the

TIA/Consignee to enable the TIA/Consignee clear or receive (as the case may

be) the goods in terms of the contract.

The usual documents involved and the drill to be followed in general for this

purpose are as follows.

Within 24 hours of dispatch, the supplier shall notify the TIA/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 / courier:

(i) Two copies of supplier’s invoice showing contract number, goods

description, quantity.

(ii) Consignee Receipt Certificate in original issued by the authorized

representative of the consignee, to be signed by store in-charge and

returned to the supplier.

(iii) Packing list identifying contents of each package.

(vi) Inspection certificate issued by the nominated Inspection agency, if any.

(v) Certificate of origin.

(vi) Insurance Certificate.

(vii) Manufacturers/Supplier’s warranty certificate & In-house inspection

certificate

14.5 All the Tenderers are required to supply the product(s) with printed text

“GOVT. OF INDIA SUPPLY – NOT FOR SALE” in red-colour on the Stickers and

also on the external packings. Goods received without this print will not be

Page 40: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 40 of 154 `

accepted by CMSS/Consignee. Affixing of rubber stamp shall not be

accepted. However, the approved art work will prevail.

14.6 The Tenderer shall take back goods, which are not utilized by the CMSS

within the shelf life period, based on mutual agreement.

14.7 If at any time the Tenderer has, in the opinion of the CMSS, delayed the

supply of drugs/ goods due to one or more reasons related to Force Majeure

events such as riots, mutinies, wars, fire, storm, tempest or other exceptional

events at the manufacturing premises, the time for supplying the drugs may

be extended by the CMSS at its discretion for such period as may be

considered reasonable. However, such extension shall be considered only if

a specific written request is made by the Tenderer within 10 days from the

date of occurrence of such event. The exceptional events do not include

scarcity of raw material, increase in the cost of raw material, electricity

failure, labour disputes/ strikes, insolvency, and closure of the factory/

manufacturing unit on any grounds etc.

14.8 The supplier shall not be liable to pay LD/ penalty and forfeiture of security

deposit for the delay in executing the contract on account of the extension

of supply period on the ground of force majeure events.

15. PACKING

15.1 The Goods shall be supplied in the package specified in the Technical

Specifications in Annexure-I.

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

Page 41: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 41 of 154 `

otherwise of transport and handling facilities at all points during transit up to

final destination as per the contract.

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 Technical Specifications 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.

Packing instructions:

Unless otherwise mentioned, 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

16. QUALITY CONTROL

16.1 Quality Control is an essential part of the current procurement and it is the

responsibility of the supplier to ensure quality assurance as per

specifications/bid document. The products should conform to the standards

as specified in Annexure-I of the Tender document.

The TIA( Tender Inviting Authority and/or its nominated representative(s) may,

inspect and/or test the ordered goods and the related services to confirm their

conformity to the contract specifications and other quality control details

incorporated in the contract. The TIA shall inform the supplier in advance, in

writing, the TIA’s programme for such inspection and, also the identity of the

officials to be deputed for this purpose.

Page 42: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 42 of 154 `

The Technical Specification and Quality Control Requirements incorporated in

the contract shall specify what inspections and tests are to be carried out and,

also, where and how they are to be conducted. If such inspections and tests

are conducted in the premises of the supplier or its subcontractor(s), all

reasonable facilities and assistance, including access to relevant drawings,

design details and production data, shall be furnished by the supplier to the

TIA’s inspector at no charge to the TIA.

If during such inspections and tests the contracted goods fail to conform to the

required specifications and standards, the TIA’s inspector may reject them and

the supplier shall either replace the rejected goods or make all alterations

necessary to meet the specifications and standards, as required, free of cost to

the TIA and resubmit the same to the TIA’s inspector for conducting the

inspections and tests again.

In case the contract stipulates pre-despatch inspection of the ordered goods

at supplier’s premises, the supplier shall put up the goods for such inspection to

the TIA’s inspector well ahead of the contractual delivery period, so that the

TIA’s inspector is able to complete the inspection within the contractual

delivery period.

If the supplier tenders the goods to the TIA’s inspector for inspection at the last

moment without providing reasonable time to the inspector for completing the

inspection within the contractual delivery period, the inspector may carry out

the inspection and complete the formality beyond the contractual delivery

period at the risk and expense of the supplier. The fact that the goods have

been inspected after the contractual delivery period will not have the effect of

keeping the contract alive and this will be without any prejudice to the legal

rights and remedies available to the TIA under the terms & conditions of the

contract.

The TIA’s/consignee’s contractual right to inspect, test and, if necessary, reject

the goods after the goods’ arrival at the final destination shall have no bearing

of the fact that the goods have previously been inspected and cleared by

TIA’s inspector during pre-despatch inspection mentioned above.

Page 43: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 43 of 154 `

Goods accepted by the TIA/consignee and/or its inspector at initial inspection

and in final inspection in terms of the contract shall in no way dilute

TIA’s/consignee’s right to reject the same later, if found deficient in terms of the

warranty clause of the contract.

Inspection and testing-All the material would comply with the requirements of

testing. All the equipment/material shall comply with the governing standards

for which copies of certification by statutory authority would be submitted.

Copies of the internal certification by manufacturer or of statutory authorities in

original would be submitted at the time of supply to the consignee without

which the supply shall not be accepted. A copy of all these certificates also to

be attached with invoices raised by vendors to CMSS.

16.2 The bidder/ supplier understand that the tendered item/items is/are critical

health goods and the quality parameters of supplied goods are to be

ensured during complete specified shelf life as indicated in technical

specification/bid document/ official compendium. Bidder/Supplier also

appreciate that failure in quality checks is serious default as it may derail

entire programme and can also risk the life of users of supplied health goods.

16.3 CMSS will embark on stringent quality checks to ensure that tendered goods

meet required standards. For this purpose, CMSS reserves the right to carry

necessary inspections/tests at any of, or any combination of or/ all of

following stages:

(a) At Pre-Dispatch stage-team of experts can be constituted by the program division for inspection of the goods for confirmation of quality.

(b) At Delivery Stage: inspection done once the goods reach at consignee

location and before taking over supplied goods in inventory.

(c) Post Delivery Surveillance:. Quality Monitoring Activities may also be

organized by CMSS post delivery.

16.4 In case of failure of goods during or at any stage (indicated at 16.3), the testing /

Inspection charges would be claimed for the defaulting vendor.

16.5 The commissioning will be deemed to be completed only upon receipt of the

Testing Report, Installation Report (as per Annex. XXV) and FAC (as per Annex.

XXII). In case of Testing Report indicating lower percentage of Oxygen output

Page 44: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 44 of 154 `

as prescribed in the Technical Specifications, such goods will be deemed to

be uninstalled/non working goods (as the case may be). This non-

working/lower delivery of Oxygen output percentage will be considered as the

downtime of the equipment. The vendor has to make necessary corrections to

bring back the Oxygen output percentage within the prescribed limits and

submit a final report from the testing laboratory for confirmation of the same.

16.7 In the event of the samples of Goods supplied fails in quality tests or found to

be not as per specifications at any of testing/inspection stages, depending

upon the type, nature and seriousness of failure, consequences resulting from

such default, availability of alternate sources, the CMSS is at liberty to either :

(i) Action to debar/blacklist the supplier for suitable period, as decided

by CMSS may also be initiated, in addition to forfeiture of PSD.

(ii) In addition, the Competent Authority (Licensing Authority) will be

informed for initiating necessary action on the Tenderer in their state.

Security deposit will also be forfeited without any intimation.

(iii) The decision of the CMSS or any officer authorized by CMSS, as to

the quality of the supplied equipments, etc., shall be final and

binding.

16.8 In case of quality/testing/inspection failure, CMSS reserves the right to terminate

the PO and award the work/balance work to next L-2, L-3, subsequent bidder

at the L-1 cost or at market rates at the risk and cost of defaulting vendor.

16.9 In case the PO issued to awarded bidder is terminated on account of

quality/testing/inspection/non supply/non comissioning and PO is issued to

some other vendor, the original awarded bidder will be liable to dismantle and

lift their equipment at their own cost and hand over the site to the new vendor

within one week of notice. If the vendor will not dismantle the equipment in the

given time as per TIA, TIA/Consignee reserves the right to get the equipment

dismantled from external party and auction/sell the equipment part (s) or as

whole at the risk and cost of the defaulting supplier.

Page 45: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 45 of 154 `

17. PAYMENT PROVISIONS

17.1 Payment Terms

Payment shall be made subject to recoveries, if any, by way of liquidated

damages or any other charges as per terms & conditions of contract in the

following manner.

Payment shall be made in Indian Rupees as specified in the contract in the

following manner:

a) On delivery:

40% payment of the contract price shall be paid on receipt of goods in good

condition and upon the submission of the following documents:

(i) Two copies of supplier’s invoice showing contract number, goods

description, quantity, unit price and total amount;

(ii) Consignee Receipt Certificate in original issued by the authorized

representative of the consignee (as per Annexure......);

(iii) Packing list identifying contents of each package;

(iv) Inspection certificate issued by the nominated Inspection agency, if

any.

(v) Insurance Certificate

(vi) Certificate of origin.

b) On Commissioning of Plant:

Balance 60% payment would be made against Final Commissioning to be

issued by the consignees. Final acceptance certificate (as per

Annex...)and Installation Certificate (as per Annex..) will be released by the

consignee on completion of installation, commissioning and training,

handing over the equipment to the consignee and receiving the

satisfactory testing report of the Oxygen output from PSA Plant.

c) Payment for Comprehensive Annual Maintenance Contract Charges:

The Consignee will enter into CAMC with the supplier at the rates as stipulated

in the contract & Tender terms and conditions. The payment of CAMC will be

Page 46: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 46 of 154 `

made by the Consignee on six monthly basis after satisfactory completion of

said period, duly certified by the consignee on receipt of bank guarantee for

an amount deposit @ 10% of CAMC value for each year subsequently before

expiry of the previous PBG for warranty/CAMC period as per contract in the

prescribed format given in Annexure XV, valid till 2 months after expiry of one

year of CAMC period.

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.

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.

While claiming reimbursement of duties, taxes etc. from the TIA, 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 TIA forthwith.

17.2 The payment towards supply of goods to CMSS/Consignee will be made

either by means of Cheque or through RTGS (Real Time Gross Settlement

System)/ Core Banking/ NEFT. The Tenderer shall furnish the relevant

details in original (Annexure-XII) to make the payment through

RTGS/Core Banking/NEFT.

17.3 All bills/ Invoices should be raised in duplicate and the bills should be

drawn in the name of Central Medical Services Society, 2nd Floor,

VishwaYuvak Kendra, Pt. Uma Shankar Dikshit Marg, Teen MurtiMarg,

Chankayapuri, New Delhi-110021or in the name of any other authority as

may be designated.

17.4 (i) Variations in prices will be admitted on account of increase or decrease

in the Statutory taxes levies, such as customs duty, GST etc., on

production of relevant government notification, but during scheduled

delivery period only.

Page 47: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 47 of 154 `

(ii) Any increase in taxes and other statutory duties/levies after the expiry of

the delivery date shall be to the supplier’s accounts. However, the

benefit of any decrease in these taxes/duties shall be passed on to the

purchaser by the supplier.

18. LIQUIDATED DAMAGES AND OTHER PENALTIES:

DELAYS IN SUPPLIER’S PERFORMANCE:

(a) Delivery of the goods and performance of services shall be made by the

supplier in accordance with the time schedule specified by the

purchaser in its purchase order. In case the supply/commissioning is not

completed in the stipulated delivery period, as indicated in the purchase

order, purchaser reserves the right either to short-close/cancel this

purchase order and/or recover liquidated damage charges. The

cancellation/short-closing of the order shall be at the risk and

responsibility of the supplier and purchaser reserves the right to purchase

balance-unsupplied quantity at the risk and cost of the defaulting

vendor.

(b) Repeated/habitual delays by the supplier in the performance of its

delivery obligations shall render the supplier liable to any or all of the

following sanctions; imposition of liquidated damages, forfeiture of its

performance security, and/or termination of the contract for default and

purchaser reserves the right to purchase balance-unsupplied quantity at

the risk and cost of the defaulting vendor.

(c) If the supplies are not completed in the extended delivery period, the

purchase order may be short closed without any compensation to

supplier and the performance security shall be forfeited.

(d) Quantum of liquidated damages assessed and levied by the purchaser

shall be final and not challengeable by the supplier.

(e) Purchaser reserves the right to debar/blacklist the supplier for a suitable

period who habitually failed to supply the goods/services in time. The

decision of purchaser will be final and binding.

Page 48: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 48 of 154 `

(f) Downtime Penalty- The maximum time allowed to attend any

maintenance/ repair call by the supplier shall be within 48 hours to reach

areas. The supplier if does not attend and resolve the maintenance/

repair call within said period, CMSS will have the right to levy penalty of

same quantum as at clause no 18 (g).

(g) The bidder is required to complete the supply of the full equipment set at

the allocated site/sites within 45 days from LOA date and install and

commission the equipment within 3 weeks from the date of issue of

confirmation of the site readiness (civil and electrical works under the

scope of the consignee) by the consignee.

In case of failure to complete the supply in 45 days CMSS, reserves the

right to cancel the LOA/PO (for that site) and award the work to L-2, L-3

or subsequent bidder at the L-1 cost or in case of non-acceptance of L1

rate, the contract may be awarded to other vendors at market rate at

the risk and cost of the defaulting bidder.

The bidder is to complete the installation, testing, commissioning and

training within 3 weeks from the date of issue of confirmation of the site

readiness (civil and electrical works under the scope of the consignee)

by the consignee failing which the LD @ 2.5% of the all inclusive

equipment cost (site wise) would apply subject to maximum of 10% of

the cost of PO (excluding CAMC cost).

(h) In case, the commissioning is delayed beyond 4 weeks, CMSS reserves

the right to terminate the PO and award the work/balance work to next

L-2, L-3,subsequent bidder at the L1 cost or at market rates at the risk and

cost of defaulting vendor. State/hospital will be responsible for

completion of the civil, electrical works before the last date of supply

and for the supplied equipment; they will issue the proper receipt and

ensure the safe custody of the equipment till site is handed over to the

vendor.

Page 49: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 49 of 154 `

In case the PO issued to L1 bidder is terminated on account of delay in

installation beyond 4 weeks and PO is issued to some other vendor, the

L1 bidder will be liable to dismantle and lift their equipment at their own

cost and hand over the site to the new vendor within one week of

notice. If the vendor will not dismantle the equipment in the given time

as per TIA, TIA/Consignee reserves the right to get the equipment

dismantled from external party and auction/sell the equipment part (s)

or as whole.

(i) If the supply is received in damaged condition it shall not be accepted.

In case of damage in the packing only, the supply may be accepted

subject to purchaser’s decision and after levying a penalty which may

be upto 5% of cost of package received with damaged packing.

19. WARRANTY and CAMC Conditions:

Warranty period- 3 years from the date of installation and

commissioning.

CAMC (Comprehensive Annual Maintenance Contract) period- 7 Years

from the date of expiry of warranty period.

a) The TIA/Consignee reserves the rights to enter into Comprehensive Annual

Maintenance Contract with the supplier for the period as mentioned in

terms & conditions or part thereof or none, after the completion of

warranty period.

b) The Comprehensive Annual Maintenance Contract (CAMC) is otherwise an

extended warranty. All the terms and conditions agreed by the successful

bidder for executing the comprehensive warranty of the equipment shall be

extended during the period of CAMC, only difference being the payment of

CAMC charges is absent during the period of comprehensive warranty. The

Page 50: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 50 of 154 `

CAMC rate quoted in the Price Bid is exclusive of tax, as applicable, will be

provided at the time of execution.

c) 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 TIA in the contract. The

supplier further warrants that the goods supplied under the contract shall

have no defect arising from design, materials, manufacturing 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.

d) The warranty shall remain valid for the period as mentioned in the list of requirement/

General Technical specification, after the goods or any portion thereof as the case

may be, have been delivered, installed and commissioned at the final destination.

i. No conditional warranty will be acceptable.

ii. Warranty as well as Comprehensive Maintenance contract will be

inclusive of all accessories supplied as per Technical Specifications and it

will also cover the following wherever applicable:-

Any kind of motor.

All kind of sensors.

All kind of coils.

consumable items

Consumable/ lubricants

filters

UPS including the replacement of batteries.

replacement of Zeolites

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

iv. Proper marking has to be made for all spares for identification like

printing of installation and repair dates.

e) In case of any claim arising out of this warranty, the TIA/Consignee shall

promptly notify the same in writing to the supplier.

Page 51: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 51 of 154 `

f) The Supplier along with its Indian Agent shall always accord most favoured

client status to the TIA vis-à-vis its other Clients/TIAs of its

equipment/machines/goods etc. and shall always give the most competitive

price for its machines/equipment supplied to the TIA/Consignee.

Service Level Agreement during Warranty and CAMC Period

Sl. No Activity Time Limit

1 Frequency of payment of

CAMC charges directly by the

consignee

Every six months after completion of the

period

2 Maximum time to attend any

Repair call

Within 48 hours of reporting of the issue

by the consignee. In cases, where the

down time increases beyond 48 hours

the vendor would (keep arrangement

ready) to make available the medical

oxygen backup in shape of the oxygen

cylinders to meet hospitals daily

requirements failing which this

requirement would be met by

hospital/institution at risk and cost of the

defaulting vendor.

3 Frequency of visits to all User

Institution

concerned during Warranty/

AMC/CAMC

One visit every 3 months (4 visits in a

year) for periodic

/ preventive maintenance and any time

for attending repairs / break down calls.

Page 52: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 52 of 154 `

4 Uptime in a year The bidder shall ensure uptime of 95%.

The bidder shall provide up-time

warranty of complete equipment, the

uptime being calculated on 24 (hrs) X 7

(days) basis, failing which the extension

of Warranty period will be extended by

double the downtime period.

(A)Assignment

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

responsibilities and obligations to perform the contract to any other individual

or agency, except with the TIA’s prior written permission.

(B) Sub Contracts

B.1 The Supplier shall notify the TIA 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.

B.2 Sub contract shall be only for bought out items and sub-assemblies.

B.3 Sub contracts shall not be made with a party who has been convicted / or a

criminal case filed against it or pending in any court of India by any

department of the government under Prevention of Corruption Act or for

cheating / defrauding government / embezzlement of government fund or for

any criminal conspiracy in the said matters.

19.2 If any defect is not remedied within a reasonable time the purchaser may

proceed to procure such defective quantities at the Supplier’s risk and cost

from other tenderer or open market, but without prejudice to may other rights

which the purchaser may have against the contract in respect of such

defects.

Page 53: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 53 of 154 `

20. Scope of Work:

A) To suggest suitable quality norms to ensure uniform quality standards for the various types of plant configuration (OEM, Part OEM- Part fabricated, etc.)

(i) A joint team of Hospital staff and vendor/supplier will collect the sample of oxygen output and get the sample analysis report of the PSA Oxygen Generation Plant output, from third party NABL approved Lab after commissioning & submit a copy of same signed by Hospital Authority along with the final acceptance certificate to CMSS for payment.

(ii) The quality of output of the PSA Oxygen Generation Plant should be tested from third party NABL approved Lab every year during the warranty and CAMC period& submit a copy of same to Hospital Authority.

(iii) The testing charges on each occasion shall be borne by the vendors. (iv) The Pressure of the output, concentration of the oxygen, alarms and automatic

change over in case of failure need to be demonstrated by the supplier and certified by the User Hospital at the time of taking hand over and during Preventive maintenance also.

B) SCOPE OF HOSPITALS

The civil and electrical infrastructure, medical gas pipeline with manifold, operation, conformity of installation, routine maintenance & testing (user based) and arrangement of backup oxygen supply of the Plant will be in Hospital’s scope.

• A space based on Plant capacity (as detailed in the table in Tech. Specs) should be earmarked by Hospitals for installation of PSA Oxygen Generation Plant with readiness of complete civil structure as detailed in table in Tech. Specs within 45 days of issuance of LOA.

• Any civil repair works, painting of the structure/room, providing the doors, windows and attending to the seepages etc. shall be hospital’s responsibility for the complete life of plant.

• Hospital shall provide single/3 phase (as per requirement) uninterrupted electrical supply of indicated load which shall be at a point within 30 m to the civil structure with assured Back up.

• Attending to electrical faults till distribution point provided by Hospitals shall be Hospital’s responsibility.

• Oxygen pipeline works (including fabrication/welding/jointing if required) from the Plant till the existing Oxygen supply system/manifold system/LMO system of the hospital or 15m whichever is lower shall be of vendor’s responsibility. Beyond this point, any Oxygen pipeline works including manifold

Page 54: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 54 of 154 `

(including fabrication/welding/jointing if required) shall be in the Hospital’s scope.

• Attending to leakages in Oxygen pipeline beyond vendor’s scope ( i.e. from

and within PSA plant to Oxygen supply system) shall be Hospital’s

responsibility.

• Operation and day to day maintenance (user based) of plant shall be in

Hospital’s scope. User and Maintenance training as per Manufacturer’s

guidelines (to be submitted at the time of bidding as per sr. no. 21 of tech

spec. sheet) shall be imparted by the Vendor to Hospital staff. Also to ensure

capacity building provision of yearly training has been kept in SLA (sr. no. 23 of

tech. spec. sheet). One day training by the vendor, every year is incorporated

in the tender SLA, however, routine operation and maintenance of the plant

falls under hospital scope.

• After commissioning and take over by hospital, responsibility of safety and

security of Oxygen Generation Plant will be of the Hospital.

• In case of breakdown of the plant, arrangement of backup oxygen supply for

the repair time (maximum upto 48 hours as per SLA) will be hospital’s

responsibility. If the repair time exceeds 48 hours, vendor would (keep

arrangement ready) to make available the medical oxygen backup in shape

of the oxygen cylinders to meet hospitals daily requirements failing which this

requirement would be met by hospital/institution at risk and cost of the

defaulting vendor.

• After receipt of supplies at site, the head of Medical Facilities/ authorized

person will be responsible for receiving the material and ensure safe custody

till installation and commissioning work start. The Hospital authority/ will need

to issue CRC (format enclosed) at the time of receipt of material for release of

first installment of payment (40%). The Hospital authority will need to issue

Installation cum Handover document (format enclosed) after successful

commissioning of the Plant and testing of the Plant output from 3rd party

NABL accredited Lab along with FAC i.e. final Acceptance Certificate

(format enclosed) for release of final payment (60%).The Pressure of the

output, concentration of the oxygen, alarms and automatic change over in

case of failure need to be demonstrated by the supplier and certified by the

Page 55: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 55 of 154 `

User Hospital at the time of taking hand over and during Preventive

maintenance also. Digital Photograph of material delivery, training, and

commissioning need to be submitted for claiming the payment.

• After completion of 3 years warranty, Consignee/Hospital, in its own

discretion, shall enter into separate CAMC contract(s) with the Supplier. In

such cases of CAMC contract(s), the rates offered by the Supplier along with

the bid shall be binding on the Supplier at the appropriate stages of the said

contract(s).The Supplier will need to submit Security Deposit at the rate and

terms defined in the tender to the respective Hospital/State Health Facilities

who will be responsible for safe custody of the said SD and release of

payment of CAMC as per tender terms. However, the state health

facility/hospital site reserves the right to utilize the CAMC services for the full

period or part thereof or none.

C) SCOPE OF VENDORS

• Documents to be submitted-Flow line diagram, Block Schematic, colored

technical manuals scanned in original of the complete oxygen plant should

be provided with the technical bid. Bidder should submit complete technical

offer including Make, Model and certifications in accordance with technical

specifications with Non Price BOM(Bill of Material) i.e. for each component or

equipment installed with PSA Oxygen Generation Plant. Copies of same

documents to be submitted to the Hospital at the time of handing over the

Plant to the Hospital at the time of commissioning.

• Erection of the plant would be under the scope of the bidders (which includes

masonry works required for plant erection and commissioning as per the

Foundation layout).

• Oxygen pipeline works (including fabrication/welding/jointing if required)

from the Plant till the existing Oxygen supply system/manifold system/LMO

system of the hospital or 15m whichever is lower shall be of vendor’s

responsibility.

Page 56: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 56 of 154 `

• Attending to leakages in Oxygen pipeline from and within PSA plant to

Oxygen supply system shall be vendor’s responsibility. Attending to electrical

faults or shutdowns within PSA plant shall be vendor’s responsibility.

• Charging of the panel -(This requires Cable lying, electrification work from the

main panel and earthing works).The entire cabling from the mains to the

panel should be armoured cable up to 30 mtrs only.

• Any work beyond the scope of Hospital and necessary for successful

installation, testing and commissioning of PSA Oxygen Plant shall be deemed

to have been included within the scope of vendor with no extra cost.

• Terms of Labeling, Packaging, User Maintenance & training, formalities

needed for successful hand over of plant as defined in the tender will be

fulfilled by the vendor.

• Provision of Warranty for 3 years and Comprehensive Annual Maintenance

Contract for 7 years to cover complete life of Plant will be kept in the tender.

Details of Warranty & CAMC terms are covered under sr. no. 16 of Annexure-I

• The Preventive Maintenance should include checklist for maintenance of all

the components of PSA Oxygen Plant which may be modified afterwards on

mutual agreements

The terms of Service Level Agreement (SLA) during Warranty and CAMC:

i. Maximum time to attend any Repair call- Within 48 hours of reporting of the

issue by the consignee. In cases, where the down time increases beyond 48

hours the vendor would (keep arrangement ready) to make available the

medical oxygen backup in shape of the oxygen cylinders to meet hospitals

daily requirements failing which this requirement would be met by

hospital/institution at risk and cost of the defaulting vendor.

ii. Frequency of visits to User Institution concerned during Warranty/ CAMC- One

visit every 3 months (4 visits in a year) or one visit after every 3000 hours of

usage (whichever is earlier) for periodic/ preventive maintenance and

calibration and any time for attending repairs / break down calls. Training and

Capacity Building of one day has to be imparted per year, date and time to

Page 57: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 57 of 154 `

be decided on mutual agreement between the vendor and user

department.

Iii. Uptime in a year- The bidder shall ensure uptime of 95%. The bidder shall provide

up-time warranty of complete equipment, the uptime being calculated on 24

(hrs) X 7 (days) basis, failing which the extension of Warranty period will be

extended by double the downtime period.

21. FALL CLAUSE

(i) Bidder undertakes and certifies that prices quoted are not higher than

currently charged by it to institutional supplies/wholesalers/ any Govt.

organisations/Charitable trust organisation for matching purchase

terms/conditions. It is distinctly understood by bidder that in case of

supply to such bodies (as detailed above) at price lower than the CMSS

contracted price (within the contracted period specified) will

immediately invite the reduction in the rates of the contract.

(ii) Breach of above, whenever comes to notice of CMSS, will be viewed

seriously and action will be taken against the supplier which may include

forfeiture of Security Deposit (SD) along with recovery of price differential,

termination of the contract and disqualification from participating in

future tender for the product for a suitable period. The terms of said

contracts under comparison be examined to reach at justifiable

decision. CMSS decision in this regard will be final and binding.

22. SAVING CLAUSE

No suit, prosecution or any legal proceedings shall lie against the Tender

Inviting Authority or any person for anything that is done in good faith or

intended to be done in pursuance of the tender.

23. PROHIBITION OF INFLUENCING CMSS BY THE BIDDER:

Page 58: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 58 of 154 `

(i) No bidder shall contact or influence the CMSS or its employees on any

matter relating to its bid from the time of bid opening to the time the

contract is awarded.

(ii) Any effort by a bidder to influence the CMSS in the bid evaluation, bid

comparison or contract award decisions may result in rejection of the

bidder’s bid.

(iii) The bidder shall not make any attempt to establish unsolicited and

unauthorized contact with the Tender Accepting Authority, Tender Inviting

Authority or Tender Evaluation Committee after opening of the bids and

prior to the notification of award and any attempt by any bidder to bring

to bear extraneous pressures on the Tender Accepting Authority, Inviting

Authority or Tender Evaluation Committee, shall be sufficient reason to

disqualify the bidder.

(iv) Not withstanding anything contained in clause (iii) above the Tender

Inviting Authority or the Tender Accepting Authority, may seek bonafide

clarifications from bidders relating to the bids submitted by them during

the evaluation of bids.

24. RESOLUTION OF DISPUTES

(i) The CMSS and the supplier shall make every effort to resolve, amicably

by direct informal negotiation any disagreement or dispute arising

between them under or in connection with the contract.

(ii) In case of a dispute or difference arising between the CMSS and a

supplier relating to any matter arising out of or connected with this

agreement, such dispute or difference shall be settled in accordance

with the Arbitration and Conciliation Act, 1996. The venue of arbitration

shall be New Delhi.

25. JURISDICTION

In the event of any dispute arising out of the tender such dispute would subject

to the jurisdiction of the Civil Court within the city of New Delhi only.

Page 59: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 59 of 154 `

Annexure - I

CENTRAL MEDICAL SERVICES SOCIETY

NEW DELHI- 110021

Online Tender of S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis

Sch. No.

CAPACITY OF PSA OXYGEN GENERATION

PLANT (IN LPM)

Total Tentative

Quantity Unit

Detailed Technical Specifications

of the Tablets

I 100 19 No.

Annex IA

II 200 35 No.

III 300 24 No.

IV 400 12 No.

V 500 14 No.

VI 600 11 No.

VII 700 7 No.

VIII 900 7 No.

IX 1000 6 No.

X 1200 3 No.

XI 1500 1 No.

XII 2000 8 No.

XIII 2500 1 No.

XIV 3000 1 No.

XV 3200 1 No.

Delivery Terms:

(a) The delivery shall be on DDP (Destination basis). (b) The delivery :

Supply to be done within 45 days of issuance of LOA Installation and commissioning to be done within 3 weeks of handing over the site of installation, complete in all respect by the consignee.

Annexure 1A– Technical Specification Annexure 1B – Consignee Location

Page 60: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 60 of 154 `

This page is intentionally left blank

Page 61: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 61 of 154 `

Annexure 1 A

TECHNICAL SPECIFICATIONS OF MEDICAL OXYGEN GENERATION PLANT ALONG WITH ALLIED EQUIMENTS

1. Compressed Air system consisting screw type compressor (2 numbers to be supplied with each PSA system)

(i) The oxygen concentrator should be supplied with Air compressor system to

meet the peak load at atmospheric air and pressure requirement. (ii) The compressor should be suitable as per site conditions, for working pressure

of 7.5-8 Bar, fitted with electric motor, three phase, AC 415 ± 1% volts, 50 Hz frequency , rotary screw element complete with dry paper type suction air filter with silencer, conveniently located for easy replacement of filter element with integrated regulating valve for load/ unload control system, simple design with only one moving part, need no regular adjustment, three way solenoid valve required for load/ unload regulation of the compressor, air/ oil temperature sensor to sense the air oil temperature, electronic controlled that optimizes operations of the compressed system, should act as intelligent user interface for improved navigation, should monitors , controls , protect the compressed system.

(iii) Start/ Stop for starting/ stopping the compressor having inbuilt display unit

with the keypad users interface for indicating the following messages. (iv) Operation Type: Automatic loading and unloading of Compressor Control

Type : Local, Remote & Computer Timer Activated / not activated, Discharge Pressure, running hours, loading hours, regulator hours, service Plan.

(v) Compressor Package is enclosed in a powder coated acoustic canopy with

sound absorbing material for limiting the noise level. Canopy is pressurized ensuring no pressure drop at suction filter and avoids entry for dust particles in the element in the anti-vibration mounts support electric motor and compressor unit and isolate the moving components from the rest of the structure. The desired working pressure of the compressed dry air should be 7.5-8.0bar.

(vi) Compressed air system comprising of screw air compressor, air cooled with

PLC based control panel coupled with motor assembly.

(vii) The compressor should be capable of delivering air as required for PSA, pressure swing adsorption generator.

Page 62: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 62 of 154 `

(viii) The compressor shall have to be with all standard accessories compatible with oxygen generator.

(ix) The flow capacity of the compressor and delivery pressure shall be as

specified by Core PSA Medical Oxygen Generator service provider. The motor rating shall be suitable for air compressor.

(x) Average ambient conditions to be considered for air compressor with

regards to temperature and site elevation. The site should be able to work in all weather conditions.

(xi) The air compressor shall be manufactured to internationally acceptable standards with CE mark and ISO 9001 and ISO 13485 certification. ISO 8573-1: Compressed air – Part 1: Contaminants and purity classes. ISO 8573-2: Compressed air – contaminant measurement – Part 2: Oil aerosol content. ISO 8573-4: Compressed air – contaminant measurement – Part 4: particle content. ISO 5011: Inlet air cleaning equipment for internal combustion engines and compressors – performance testing.

(xii) Intake air temperature shall be conditioned to between (minus)10 to +55 deg C and ≤95% RH (or plant operating conditions as indicated by supplier).

(xiii) It should be supplied with all accessories for full installation and operation - flywheel, foundation bolts, motor pulley, v-belts, belt guard, and slide rails for the motor.

(xiv) EFF1 (CEMEP) rated totally enclosed fan-cooled, IP55 class F electric motors shall be used and incorporate maintenance- free greased for life bearings. Motors with lower (equivalent) efficiency ratings are not acceptable.

2. Refrigerant Air Dryer:

(i) Refrigerant type Air Dryer should have inlet pressure equal to outlet pressure from Air compressor, inlet air temperature less than 45 ͦC, ambient temperature +0 ͦC to +45 ͦC, dew point temperature of maximum +3 ͦC and inlet air capacity compatible to air delivery of 7.5-8 Bar pressure.

(ii) The dryer shall be provided with power supply as required by dryer vendor. (iii) It should be equipped with safety valves. It should be of simple plug and play

concept. (iv) The pressure shall be self-regulating. (v) The dryer shall include the following components:

Page 63: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 63 of 154 `

a) Refrigerant Circuit Refrigerant separator and compressor Maximum pressure switch and fan control switch (FX 13-21) Condenser fan and condenser Capillary filter and tube Hot gas bypass b) Air Circuit Air inlet to refrigerant heat exchanger Air/heat exchanger Water separator Automatic drain Air outlet

3. Air Receiver:

(i) The system should be provided with an Air Receiver having the specific capacity and should be designed in such a way to sustain pressure of 7.5-8 Bar.

(ii) The air receiver should be fabricated as per ASME Sec VIII Div.1 or IS 2825 Code or equivalent and fitted with 2 Nos. auto drain-out moisture filters.

(iii) A corrosion allowance of 3 mm shall be considered. (iv) The receiver vessel shall be provided with a pressure gauge, safety valve and

auto drain valve. (v) Vertical floor mounted design equipped with pressure gauge, safety release

valve, manual and automatic, zero-loss drain valve (float-type are not acceptable).

(vi) The receiver assembly shall be fitted with a pressure safety valve capable of passing the maximum flow output of the compressor at 10% receiver overpressure.

4. Filtration system for the compressed Air:

(i) Feed air quality of the oxygen concentrator should be conforming to ISO 8573 Class 4 and is of filtration grade of 0.01 micron.

(ii) The filtration system should include both inlet filtration comprising of micro filter and active carbon filter as well as outlet filtration comprising dust fine filter.

(iii) Type of filters to be specified in terms of Prefilter(>5 micron); Fine filters coalescing filter (0.1 micron); and coal filter (coal tower, alternatively activated carbon filter).

Page 64: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 64 of 154 `

5. Molecular Sieve Units:

(i) The plant should comprise of duplexed air treatment/molecular sieve devices to permit continuous generation of oxygen: two sets of filters and a pair of molecular sieves.

(ii) One of the pairs of duplex sieves will be in the adsorbing stage, whilst the other regenerates.

(iii) Each vessel will have dual gas baffle and strainer assemblies to protect and contain the molecular sieve.

(iv) Each molecular sieve shall be a high-performing chemically produced zeolite as the molecular sieve media that has been compacted to the correct density by means of vibration to adsorb specific types of molecules (such as water vapour or nitrogen).

(v) Pneumatic valves shall control the generation and regeneration process to ensure proper changeover between the two sieve devices.

(vi) A vacuum pump may be required as part of the system. The vacuum pump, if provided, is utilized during the adsorption/regeneration process.

6. Oxygen Concentrator Module :

i) Fully automated system Microprocessor based oxygen concentrator module, duplex process valve system with PSA (Pressure Swing Adsorption) Technology.

a) Each module should be able to produce medical grade oxygen purity

of 93% ± 3%. The oxygen should be of medical grade and shall be supplied through oxygen outlet at minimum pressure of4.2-6 bar at all times of operations of the generator.

b) Automatic shut off valve should be installed to control the medical oxygen purity and pressure.

c) The oxygen concentrator system shall have PSA sieve beds with touch screen for display of size not less than 5” for constant quality control by measuring oxygen purity, outlet pressure, instruction manual, curves of oxygen pressure, basic setting, alarm facility for process a cycle failure, low oxygen pressure, maintenance alerts, process overview with valve operation and an analogue values.

d) In case of valve malfunctioning the panel shall have diagnostic tool to pin point exact values in question for fast service.

e) The plant should be able to deliver medical grade oxygen at Indian Pharmacopeia monograph quality standards.

Page 65: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 65 of 154 `

ii) Medical Oxygen (As per Indian Pharmacopeia 2018- Oxygen 93%). Oxygen 93% contains not less than 90.0 percent and not more than 96.0 percent v/v ofO2

Oxygen Purity: 93% +/- 3% CO: <5 ppm CO2: < 300 ppm Water Vapour< 67ppm SO2: 0 ppm NOx : 0 ppm

iii) Maintenance Free self-lubricating, heavy duty valve section, angle seat

pneumatic valve technology for constant availability of pure oxygen. The inlet pressure sensor shall be included in the scope of the contract.

iv) The oxygen concentrator should have built in Zirconium/Ultrasonic/Galvanic

type oxygen sensor with Oxygen Analyzer with digital display having automatic backup control system also fitted with Medical sterile and bacterial filter.

v) Operating Temperature range (minus)50 C to +550C

vi) Humidity: up to95%

vii) Electrical Supply – 220-240VAC, single or 3 Phase. It may vary as per the requirement of the site and the plant size.

viii) Should be Automatic and designed for unattended operation ( but to be strictly monitored by service provider with all safety measures required to ensure non-stop operation when power goes off and supply should have a backup tank for storage of oxygen in tank of proper capacity case power is off due to load shedding maintenance etc. 24x7 in 3 shifts)

ix) Should have silencer: Silencer reduces air discharge noise to less than 65dBA. x) All the Certifications should be provided by Original Equipment Manufacturer

a. It should have ISO 9001:2008 certification – for organization b. Oxygen Generator must have US FDA (United States, Food and Drug

Administration) or CE Certificate/ CE (Conformity European) / EC (European certificate), certification of the Original Equipment Manufacturer.

Page 66: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 66 of 154 `

c. ISO 13485: 2016 certification – for design of medical systems d. ISO10083/ENISO7396-1/EN737-3European Standards and should be in

accordance with medical device directives 93/42/EEC or Medical use international standard regarding the supply of oxygen via oxygen generators for a use in medical gases distribution networks.

xi) In case of the bidder supplying Imported PSA Plant, he should give a

certificate from the OEM that the generator offered by the bidder (its brand and its model Number) is manufactured by the OEM as a medical grade oxygen generator and sold as such in INDIA.

7. Oxygen Analyser:

The oxygen Analyser should be from Core PSA/Same OEM plant supplier only. Local makes or after- market devices shall not be accepted. Analyser shall meet the following specifications to ensure long term reliability (i) Sensor –rated for use with PSA oxygen production (e.g. ultrasonic, galvanic,

or equivalent), to be specified by bidder (ii) Measurement range: 21-96% O2 (lower or higher acceptable) (iii) Resolution: 0.1% across all measurements (iv) Accuracy : +/- 3% (v) Operating conditions – Temperature, (minus)10 to +55 deg. C., Relative

humidity, 15%-95% (vi) Calibration: minimum required depending on sensor type, to be specified by

bidder (vii) Historical Logging of all alarms (viii) Real Time trending curve of Oxygen Purity, Pressure etc.

8. Oxygen Product Receiver:

i) The oxygen receiver tank shall be of capacity as specified by Core PSA Medical Oxygen Generator service provider.

ii) Nominal operating pressure shall be based on maximum rated pressure for tank, both to be clearly indicated.

iii) The vessel shall be designed and manufactured as per ASME Section VIII Div 1 Or Equivalent.

iv) The Service provider shall maintain design calculations. A corrosion allowance of 1.6 mm shall be considered.

v) The receiver vessel shall be provided with a pressure gauge, safety pressure release valve and auto drain valve.

vi) Vertical floor mounted design equipped with pressure gauge, safety release valves.

Page 67: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 67 of 154 `

9. Automatic change over Panel The automatic change over panel shall be compatible with oxygen Plant. The Cover of Panel shall be made of SS/MS duly powder coated. Automatic Change over Panel should maintain the following: i. Continuous pressure ii. Continuous Flow iii. Purity of Oxygen iv. Power failure

10. Main Electrical Panel:

(i) The Main electrical control Panel should be compatible with Oxygen plant and allied equipments.

(ii) The Panel should have automatic starter, overload protection, single phase preventer, timer assemblies, emergency stop buttons and indication lamps etc. for successful operation of all the components of the Oxygen plant.

(iii) Equipment shall be earthed in an approved manner as per I.E.E. rules and acceptable to the local authority.

(iv) Earthing station shall be provided by the Service Provider. No medical gases pipe shall be used for electrical earthing.

(v) Entire installation shall be done taking care to follow all safety regulations under BIS standards for electrical installation of oxygen generation plant.

(vi) Charging of the panel to me included in the scope of work(This requires

Cable lying, electrification work from the main panel and earthing works).The entire cabling from the mains to the panel should be armored cable up to 30 mtrs only.

(vii) The control panel provided with plant should have following features as minimum: LCD illuminated display. Meters

Pressure in product tank is visual on the display. Range is adjustable Prepared for oxygen purity monitoring. Range is scalable in the

control panel Alarms - All alarms described on the controllers display for easy and fast

recovery. Alarms on air dryer and air compressor should be monitored by the controller (requires digital signals)

Drain Control - Automatic drain control for the air vessel to ensure proper air quality

Smart delivery - Intelligent delivery based on pressure and purity

Service indicator - The system should automatically detects when the service is needed (based on operating hours) and should display a message

Page 68: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 68 of 154 `

11. Alarm System

(i) Providing and fitting of Main Alarm Panel to indicate any abnormality of gas pressure and other failures of the system. Job includes providing of Medical Gas Alarm System for 01 services viz. oxygen.

(ii) The Alarm System consists of an isolation valve box, pressure sensors, circuit plate with LED colour indicators for visual indications.

(iii) The Gas Alarm system is sensitive to detect any pressure drop in the supply pipelines.

(iv) The Alarm System is fitted with electronic hotter/audio siren for audio indications of pressure drop.

(v) The alarm is provided with the manual pressure gauge for indication of pressure in services. It shall have anti-microbial coating labels for touch control.

(vi) The alarm system shall be complete with digital display, sensor module and power supply. The alarm system shall be complete with all indication controls, wirings, accessories etc as required.

12. Servo Voltage stabilizer:

Servo voltage stabilizer of suitable capacity for oxygen plant and allied equipment’s with input voltage range 300V-480V & output voltage 415+1% rating 3 phase 50Hz, micro processed based digital display suitable for unbalanced/balanced supply and unbalanced/balanced load copper wound with by pass switch, MCCB, selector switches, complete in all respect.

13. Online UPS of suitable capacity:

With at least 30 min backup for PLC of the concentrator plant or as per manufacturers standards.

14. Documents to be submitted along with Technical Bid (Packet 1): (i) Flow line diagram/Block Schematic Diagram, colored technical manuals

scanned in original of the complete oxygen plant should be provided with the tender document.

(ii) Bidder should submit complete technical offer including Make, Model and certifications in accordance with technical specifications with Non Price BOM(Bill of Material) i.e. for each component or equipment installed with PSA Oxygen Generation Plant.

(iii) Copies of same documents to be submitted to the Hospital at the time of handing over the Plant to the Hospital after commissioning.

Page 69: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 69 of 154 `

15. Erection of the plant should be under the scope of the bidders (which includes masonry works required for plant erection and commissioning as per the Foundation layout.

Any work beyond the scope of Hospital and necessary for successful installation, testing and commissioning of PSA Oxygen Plant shall be deemed to have been included within the scope of vendor with no extra cost.

16. Oxygen pipeline works (including fabrication/welding/jointing if required) from the Plant till the existing Oxygen supply system/manifold system/LMO system or 15m whichever is lower of the hospital shall be of vendor’s responsibility.

17. Warranty and CAMC:

All the equipment’s including the accessories supplied as per the technical specification should carry comprehensive warranty for a period of THREE years and Comprehensive Annual Maintenance Contract (CAMC) for a period of SEVEN years. During this period, the successful bidder shall replace all defectivepartsandattendtoallrepairs/breakdownsandundertakestipulatednumberofpreventivemaintenance visits to every user installation site. The cost of spare parts for all replacements has to be borne by the successful bidder during the period of comprehensive warranty and Comprehensive Annual Maintenance Contract (CAMC).

Maintenance of all the equipments for Ten (10) complete years (3 year Warranty + 7 Years CAMC) from date of commissioning of Oxygen Plant and comprise of consumable items, Consumable/ lubricants , filters, UPS, Batteries for complete servicing of equipments or replacement of any spares as well which may develop defect during said period. The servicing shall be carried strictly as per maintenance schedule of OEM. The replacement of Zeolites should be included in warranty and CAMC period.

The Comprehensive Annual Maintenance Contract (CAMC) is otherwise an extended warranty. All the terms and conditions agreed by the successful bidder for executing the comprehensive warranty of the equipment shall be extended during the period of CAMC, only difference being the payment of CAMC charges is absent during the period of comprehensive warranty. Warranty as well as Comprehensive Maintenance contract will be inclusive of all accessories supplied as per Technical Specifications and it will also cover the following wherever applicable:-

Any kind of motor. All kind of sensors.

Page 70: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 70 of 154 `

All kind of coils. consumable items Consumable/ lubricants filters UPS including the replacement of batteries. replacement of Zeolites

18. Life Span: Minimum 15 years and certificate in this regard should be from OEM. Vendor

should also certify the availability of all the parts/spares/accessories delivered with the equipment to be available for 15 years. Certification from the OEM should be produced in this respect.

19. Documentation (included, minimum in English language)

Hard and soft copies, in English language as requirement and local language as preference, of: • life span of minimum 15 years; guaranteed by a letter from the manufacturer; • certificate of quality, calibration and inspection; • user manual, detailing: specific protocols for operation. list of equipment and procedures required for cleaning, disinfection,

troubleshooting, calibration, and routine maintenance; • service manual;

• contact details of manufacturer, and authorized distributors (if applicable), and local service agent.

20. Product labelling : Electrical power input requirements (voltage, frequency and socket type); labelling for medical use according to standards. 21. Primary packaging: Labelling on the primary packaging to include: name and/or trademark of the manufacturer; model or product’s reference. Information for storage conditions (temperature, pressure, light, humidity). 22. User and Maintenance training: Manufacturer must indicate explicitly the following maintenance routines to match

the dedicated staff capabilities within the health facility: • Cleaning routines of the PSA plant considering the electrical safety precautions. • Cleaning routines for the filters, if applicable (i.e. reusable). • Testing of alarms.

Page 71: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 71 of 154 `

• Testing of operating pressures. • Testing of oxygen concentration. • Frequency of the recommended maintenance routines. • Safety precautions on management of oxygen. 23. Inspection and Testing after Installation: A joint team of Hospital staff and vendor/supplier will collect the sample of

oxygen output and get the sample analysis report of the PSA Oxygen Generation Plant output, from third party NABL approved Lab after commissioning & submit a copy of same signed by Hospital Authority along with the final acceptance certificate to CMSS for payment.

The Pressure of the output, concentration of the oxygen, alarms and automatic change over in case of failure need to be demonstrated by the supplier and certified by the User Hospital at the time of taking hand over and during Preventive maintenance also.

24. Service Level Agreement: i. Maximum time to attend any Repair call- Within 48 hours. In cases, where the

down time increases beyond 48 hours the vendor would (keep arrangement ready) to make available the medical oxygen backup in shape of the oxygen cylinders to meet hospitals daily requirements failing which this requirement would be met by hospital/institution at risk and cost of the defaulting vendor.

ii. Frequency of visits to all User Institution concerned during Warranty/ CAMC- One

visit every 3 months (4 visits in a year) or one visit after every 3000 hours of usage (whichever is earlier) for periodic/ preventive maintenance and any time for attending repairs / break down calls. Training and Capacity Building of one day has to be imparted every year after the installation, date and time to be decided on mutual agreement between the vendor and user department.

Iii. Uptime in a year- The bidder shall ensure uptime of 95%. The bidder shall provide up-time warranty of complete equipment, the uptime being calculated on 24 (hrs) X 7 (days) basis, failing which the extension of Warranty period will be extended by double the downtime period.

Quality Certificates:

a. Copy of ISO certification or GMP Certificate of its original equipment manufacturer.

b. ISO 13485: 2016 certification – for design of medical systems c. ISO 10083/ EN ISO 7396-1/ EN 737-3 European Standards and should be in

accordance with medical device directives 93/42/EEC or Medical use international standard regarding the supply of oxygen via oxygen

Page 72: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 72 of 154 `

generators for a use in medical gases distribution networks. d. The Medical grade oxygen concentrator/generator shall be either US

FDA approved or CE or should have CE(Conformity European)/European Certificate( EC) number and a certificate that the oxygen generated complies with Medical grade standard of the OEM be uploaded.

The capacity of the components of various plant capacities is as under:

PSA Plant Capacity in LPM

Power supply Required

(KW)

Dimension of Room required

(LxWxH) in Metre

Civil work

100-200 LPM 20 KW 6X6X5 1.Plant room shall have PCC flooring with even surface and area around plant room shall have proper drainage facility with no slopes for rain water to get collected inside the plant room and proper cross ventilation. 2. Oxygen generator shall not be installed close to Diesel Generators (minimum distance 5 M) or any other system which releases smoke or fire. 3. Cooling water is not required for these systems

200-500 LPM 40 KW 7X7X5

500-1000LPM 80 KW 8X8X5

1000-1500LPM

120 KW 10X10X7

1500-2000 LPM

130kW 12x12x7

2000-2500LPM

160kW 15x15x8

2500-3200LPM

220kW 18x18x8

Note:

1. Above are the preferred room sizes. In some cases, vendors may be willing to tailor make as per available space of approx equivalent area for which vendor and site/Hospital would need to interact and take a final call after issuance of LOA.

2. Refer Site Readiness Certificate- Annexure XXVI

Page 73: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 73 of 154 `

Annexure 1B

The details of Consignee Location are given below:-

S. No. State Complete name and Address of the hospital

Total Bed Capacity of

the Hospital

Proposed

capacity of PSA in LPM

1.Contact details of Nodal officer of Hospital for all works/queries ( Name, Mobile, email address) 2.Contact details of MS of Hospital ( Name, Mobile, email address)

1 Assam Tinsukia Civil Hospital, Bordoloi Nagar, Tinsukia, Tinsukia District

268 300

Nodal officer details: Name: Dr. Biswajit Saikia Designation: SMO Mobile Phone: 9435336348 email:[email protected] MS: Name:Dr. Mridul Gogoi Designation: Superintendent Mobile Phone:9435528636 email:[email protected]

2 Assam Singimari Model Hospital, No.2 Dolibari,Kamrup Rural district

75 100

Nodal officer details: Name: Dr. Kartik Chandra Medhi Designation: Dy Superintendent Mobile Phone: 9101237831 email:[email protected] MS:

3 Assam Civil Hospital Golaghat, Station Road, Golaghat, Golaghat District

200 200

Nodal officer details: Name: Dr. Rupam Duarah Designation: SMO Mobile Phone:9435053800 email:[email protected] Details of MS: Name:Dr. Surendra Nath Tamuly Designation: Superintendent Mobile Phone:6001395900 email:[email protected]

Page 74: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 74 of 154 `

4 Assam Sub-Divisional Civil Hospital, Bokakhat, Golaghat District

140 150

Nodal officer details: Name: Dr.Samipjyoti Bora Designation: Mobile Phone: 9954211213 email:[email protected] Details of MS: Name: Dr. Apurba Kumar Sarma Designation:Superintendent Mobile Phone:9435351902 email:[email protected]

5 Assam B.P. Civil Hospital, Daccapatty, Nagaon District

210 300

Nodal officer details: Name: Dr. Mukuty Bora Designation: Sr. M&HO Mobile Phone:9435060668 email:[email protected] Details of MS: Name: Dr. Lalit Chandra Nath Designation:Superintendent Mobile Phone:8876020937 email:[email protected]

6 Assam RNB Civil Hospital, Kokrajhar, Kokrajhar District

200 200

Nodal officer details: Name:Dr. Zunikar Ali Designation: M&HO1 Mobile Phone:9435720216 email:[email protected] Details of MS: Name: Dr. A.S. Sarma Designation: Superintendent Mobile Phone:8638315765 email:[email protected]

7 Manipur JNIMS, Porompat Pin No. 795005

650 700

(i) Dr. Thoibahenba Mobile No. 9436039818 Email: [email protected] (ii) Dr. T. Rajen Singh Mobile No. 9089768846 Email: [email protected]

Page 75: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 75 of 154 `

8 Manipur DH, Churachandpur, Hiyangtam, Lamka, Pin No. 795128

200 200

i) Dr. Jamtianlal Mobile No. 8413847485 Email: [email protected] (ii) Dr. Vanlalkungi Hmar Mobile No. 9862353448 Email: [email protected]

9 Manipur DH, Thoubal, Thoubal Khangabok, Pin No. 795138

100 100

(i) Dr. W. Rohinikumar Mobile No. 9874007046 Email: [email protected] (ii) Dr. Ch. Memcha Devi Mobile No. 8974971355 Email: [email protected]

10 Meghalaya Civil Hospital, Shillong 600 600

Dr. L. Buhphang - Nodal Officer Ph No - 8794748166 email ID - [email protected] Dr. S. S. Nongbri - Jt. Director of Health Services (SS) Ph. No - 9402327030 email ID - [email protected]

11 Meghalaya Ganesh Das Govt. MCH Hospital, Pasteur Hills, Lawshillong, Shillong

400 400

Dr. Cherry J. B. Kharbudnah - Nodal Officer Ph.No- 8794944570 email ID - [email protected] Dr. Y. Shabong - Medical Superintendent Ph. No - 8257957582 email ID - [email protected]

12 Meghalaya Reid Provincial Chest Hospital, Jhalupara, Mawprem, East Khasi Hills

217 300

Dr. B. Thangkhiew - Nodal Officer Ph. No. 8014067629 email ID - [email protected] Dr. J. Lakiang - Jt. Director of Health Services (MS) Ph. No.- 8132009417 email ID - [email protected]

Page 76: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 76 of 154 `

13 Mizoram Zoram Medical College, Falkawn, Mizoram Pin : 796009

300 300

1. Dr. P.C. Lalramliana, Jt. Director Hospital & Medical Education Mb. : 9436142154 Email : [email protected] 2. Dr. H.C. Laldina, Medl. Supdt. Mb. : 9436156177 Email : [email protected]

14 Nagaland Naga Hospital Authority of Kohima Kohima 797001

300 300

1.Dr. Visasie Kire (MS) (9436006404) [email protected] 2. Abliea Solo (NO) 7005605818 [email protected]

15 Nagaland Dimapur District Hospital 797112

200 200

Dr. Keviduyi Theyo (8415927327) (MS and NO) [email protected] , [email protected]

16 Nagaland Imkongliba Memorial District Hospital (IMDH) Mokokchung 798601

200 200

1. Dr.P. Medemmayang (MS) 9436006230 [email protected] 2 Dr. Takosunep Ao (NO)9436006240 [email protected]

17 Sikkim STNM, Sochakgang Gangtok

70 200

Rakesh Kumar Sundas (NO), 9434174490 [email protected] 2. Dr. C. S. Sharma, PCC-cum-MS STNM Hospital, 7797893508

18 Tripura

Agartala Government Medical College & GB Pant Hospital, Kunjaban, Agartala, Tripura West, Pin 799006

811 900

1. Dr Samarpita Dutta , SNO, AGMC & GBPH ,MOBILE 8787886764, Email [email protected] 2. Dr. S P Chakrabarti, Dy MS, AGMC & GBPH, MOBILE 9436457937 3. Dr. Debasish Ray, Medical Superintendent, AGMC AND GBP HOSPITAL, MOBILE 9436125100 email : [email protected]

Page 77: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 77 of 154 `

19 Tripura

Tripura Medical College and Dr. BRAM Teaching Hospital, Hapania, West Tripura

550 600

1. DR.TAMAL CHAKRABORTY, R.M.O & NODAL OFFICER,TASK FORCE COVID 19 PHONE- 8132927620, 6009717411 EMAIL- [email protected] 2. PROF. (DR) ARINDAM DATTA, MEDICAL SUPERINTENDENT & VICE PRINCIPAL [email protected] PHONE-09436126174, 8732066599

20 Himachal Pradesh

SLBS Govt Medical College Nerchowk, Distt. Mandi

500 500

1. Dr Piyush Vaidya Dy. MS, Mob. No. 9736000190, [email protected] 2. Dr Jiwanand Chauhan, Mob No. 9418056973, [email protected]

21 Himachal Pradesh

Dr.RP Govt Medical College Tanda, Distt. Kangra

802 900 Dr. Surinder S Bhardwaj,9418463737,[email protected]

22 Himachal Pradesh

DDU Zonal Hospital, Shimla, Distt. Shimla

257 300 Dr Lokender Sharma, 7018831904, [email protected]

23 Himachal Pradesh Zonal Hospital Dharmshala 225 300

1. Dr Ajay Dutta, 9418094510,[email protected] 2. Dr Deepali Sharma,9418410463, [email protected]

24 Himachal Pradesh

Dr. YSP Govt Medical College, Nahan, Distt. Sirmour

300 300 Dr Yashwant Chauhan,8219088198,[email protected]

25 Himachal Pradesh

Dr RK Govt Medical college Hamirpur, Distt. Hamirpur

300 300 Dr. RK Agnihotri, 9418096541,[email protected]

26 Himachal Pradesh

Pt JLN Govt Medical College Chamba

380 400

1. Dr Pankaj Gupta, 7006824335,[email protected] 2. Dr Mohan Singh, 9418079491, [email protected]

27 Uttarakhand DH Uttarkashi 158 200 Dr S D Saklani -7830700501, C.M.S. Uttarkashi: [email protected]>

28 Uttarakhand B D Pandey District Hospital Pithoragarh

180 200 Dr KC Bhaat-941297742 [email protected]

Page 78: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 78 of 154 `

29 Uttarakhand SSJ Base Hospital Haldwani Nainital

300 300 CMC-Dr Harish Lal -9837391772 [email protected]

30 Uttarakhand Jawahar Lal Nehru District Hospital Rudrapur US nagar

264 300 Dr TD Rakholia -9412927988 [email protected]

31 Uttarakhand Chandra Mohan Singh Negi Govt. Base Hospital Kotdwar Pauri Garhwal

300 300 Dr VS Kala -9412965287 [email protected]

32 Uttarakhand Har Milap Mission DH Haridwar

100 100 Dr Rajesh Gupta-9412034991 [email protected]

33 Uttarakhand DH Champawat 60 100 Dr RK Joshi-9412097099 [email protected]

34 Bihar Sadar Hospital, Araria, Bihar

200 200 1. Dr. Umar Akbar, 9801567786 2. Dr. Jitender, Supdt. Sadar Hospital Araria, 8986373799

35 Bihar Sadar Hospital, Aurangabad, Bihar

187 200

1. Dr. Laldeo Prasad, Deputy Superintendent, Mobile No.-9199080028, Email- [email protected] 2. Dr. Akram Ali, Superintendent, Mobile No.- 9470003061, Email- [email protected]

36 Bihar Sadar Hospital, Katihar, Bihar

212 300

1. Dr. R.N. Pandit, D.S., Sadar Hospital Katihar, Mob:- 9470003369, Email- [email protected] 2. Dr. D.N. Pandy, Superintendent, Sadar Hospital Katihar, Mob:- 9470003366, [email protected]

37 Bihar Sadar Hospital, Muzaffarpur, Bihar

236 300

1. Dr. N. K. Chaudhary, Deputy Superintendent, Mob:- 9470003496 , Email- [email protected] 1. Dr. Sanjay Kumar Gupta, Medical Officer, Mob:-9431404333, Email- [email protected]

38 Bihar Sadar Hospital, Sitamarhi, Bihar

175 200

1. Dr. Shakil Anjum, DS, Sadar Hospital, Mob:- 9470003754, Email- [email protected] 2. Dr. Rakesh Chandra Sahay Verma, Supeerintendent, Mob:- 9470003747, Email- [email protected]

Page 79: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 79 of 154 `

39 Chhattishgarh District Hospital, Kondagaon

200 200

Dr Kunal Dewangan, Mb no- 8817931066 mail id- [email protected] 2.Dr Sanjay Basak Mb no- 9424281388, mail id- [email protected]

40 Chhattishgarh

District Hospital, MCH, Near Collectorate, Panchsheel Nagar,Balodabazar, Pin 493332

183 200

1. Dr HK Chouhan, Mob no-9516088413, mail [email protected] 2. Dr GL Tondon, Mb no-8815676737 , mail id- [email protected]

41 Chhattishgarh District Hospital, Jila Panchayat, Ramgarh,Mungeli

200 200

Dr SPS Sidar, Mb No- 7869990191, mail [email protected] 2. Dr RK Bhuarya, Mb no-9425563002, mail [email protected]

42 Chhattishgarh

District Hospital, MCH, Durg road,Singhauri,Bemetara,491335

240 300

1.Dr Deepak Mire, RMO, Mob no-9406353630, mail id- [email protected] 2. Dr Vandana Bhele, CS, Mb no- 7828250010, mail [email protected]

43 Madhya Pradesh District Hospital, Ujjain 700 700

1. CS Dr. R.P.Parmar 8827688787 [email protected] 2. RMO Dr G.S Dhawan 9301626257

44 Madhya Pradesh District Hospital, Morena 600 600

1. CS Dr.A.Gupta 9425340049 [email protected] 2. RMO Dr.D.Gupta 9826654923

45 Madhya Pradesh District Hospital, Khandwa 400 400

1. CS Dr.O.P.Jugtawat 9425495405 [email protected] 2. RMO Dr.A.Kaushik 9826176708

Page 80: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 80 of 154 `

46 Madhya Pradesh District Hospital, Jabalpur 500 500

1. CS Dr.C.B.Arora 9826191906 [email protected] 2. RMO Dr.Sanjay Jain 9425863999

47 Madhya Pradesh District Hospital, Ratlam 500 500

1. CS Dr. Anand 9303599479 [email protected] 2. RMO Dr.Yogesh 7999131096

48 Madhya Pradesh

District Hospital, Mandsaur

500 500

1. CS Dr.A.K.Gulati 9406853788 [email protected] 2. RMO Dr Saurabh Mandwaria 8319233064

49 Madhya Pradesh District Hospital, Shivpuri 400 400

1. CS Dr.P.K.Khare 9425490161 [email protected] 2. RMO Dr.Rajkumar 9425489592

50 Madhya Pradesh District Hospital, Seoni 400 400

1. CS Dr.V.Navkar 9425174925 [email protected] 2. RMO Dr.Sarotia 7509306006

51 Odisha

District Headquarter Hospital, Medical Road, Malkangiri, Dist. Malkangiri , Pin-764048 ,Malkangiri

200 200

1. Sashank Sekhar Panditra (Hospital Manager), Mob. No.- 9439989363 2. DMO-cum-Superintendent - 9439983249

52 Odisha

District Headquarter Hospital , Kandhamal, Medical Square, At / Po - Phulbani, Dist.- Kandhamal, Odisha, Pin-762001

236 200

1. Bijaya Kumar Mahanta (Hospital Manager) Mob. No. - 9439990208 2.DMO-cum-Superintendent - 9439988077

53 Odisha

District Headquarter Hospital Sundargarh, At/Po- Sundargarh, Dist. Sundergarh , Odisha Pin-770001

297 300

1. Miss Anjul Kumari (Hospital Manager) Mob. No. - 9439999168 2.DMO-cum-Superintendent - 9439993004

Page 81: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 81 of 154 `

54 Odisha

District Headquarter Hospital, Bhawanipatna, At./ P.O-Bhawanipatna Dist. Kalahandi , Odisha Pin-766001

270 300

1. Sriram Mohanty (Hospital Manager) Mob. No.- 9439980004 2. DMO-cum-Superintendent - 9439980001

55 Odisha District Headquarter Hospital,Angul Dist. Angul , OdishaPin-759122

300 300

1. Debasish Dash (Hospital Manager) Mob. No.-9437416773 2.DMO-cum-Superintendent - 9439981334

56 Odisha

District Headquarter Hospital,Jajpur , Jajpur Town, Dist. Jajpur , Odisha Pin-755001

361 400

1. Chinmaya Baral (DPM) Mob. No.- 9439988880 2.DMO-cum-Superintendent - 9439992396

57 Odisha

District Headquarter Hospital, Keonjhar Dist. Keonjhar , Odisha, Pin-758001

311 400

1. Abhisek Sadangi (GKS-cum-Quality Manager) Mob. No.-9439990223 2.DMO-cum-Superintendent - 9439987006

58 Uttar Pradesh District Combined Hospital, Chakia, Chandauli

100 100 1. Dr Usha Yadav 9415202138 2. Dilshad Ali 9415427356 [email protected]

59 Uttar Pradesh District Combined Hospital, Siddarth Nagar

100 100 1. Dr S C Prasad 8756872612 2. Dr Anoop Yadav 8853990357 [email protected]

60 Uttar Pradesh District Hospital Fatehpur 110 200 1. Dr. Prabhakar 8005192721 2. Mohd Kaff 7897517324 [email protected]

61 Uttar Pradesh Distt. Combined Hospital, Balrampur

100 100 1. Dr AP Mishra 9918131034 cmschbalrampur@gmail 2. Dr Ruchi Pandey 8400595277

62 Uttar Pradesh 200 Bed MCH Wing Khoh Chitrkoot

200 200 1. Dr Imtiyaz Ahmad 9522703560 2.

63 Uttar Pradesh District Hospital, Ballia 176 200 1. Dr B P Singh 9451157822 2. Chandrashekhar 9936227078 [email protected]

64 Uttar Pradesh District Hospital, Mirzapur 300 300

1. Dr Kamal Kumar 80054897972 2 .Anuj Kumar 9074424145 [email protected] 2. Mohd Faizal 7007783214

65 Uttar Pradesh UHM District Hospital, Kanpur Nagar

416 500 1. Dr Anil Nigam 9415184160 [email protected] 2. Mohd Faizal 7007783214

Page 82: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 82 of 154 `

66 Uttar Pradesh Dr. S.P.M. Hospital, Lucknow

341 400

1. Dr Madhu Saxena 8057048866 2. Dr S R Singh 9415048952 [email protected]

67 Uttar Pradesh

LLRM Medical College,Jaibhim Nagar, Garh Road , meerut (Uttar Pradesh)

950 1000 1.Dr Gyanendra Kumar ,9415030444 [email protected]

68 Uttar Pradesh MLB Medical College, Jhansi

900 900 1. Dr Sadhna Kausik,7897038922 [email protected]

69 Uttar Pradesh Govt. Medical College, Saharanpur

470 500 1. Dr D S Martoliya 8765186942 [email protected]

70 Uttar Pradesh District Hospital, Ghazipur 200 200

1. Dr Nisar Ahmad 8005192830 2. Dr K N Chaudhary 9452685785 [email protected]

71 Uttar Pradesh District Hospital, Jaunpur 185 200 1. Dr Anil Sharma 8005192832 2. Abhishek Ranjan 8009899959 [email protected]

72 West Bengal Alipurduar DH Alipurduar, Pin -736122

370 400 Mobile:7319575654

73 West Bengal

Diamond Harbour MCH , Diamond Harbour Rd, Harindanga, Diamond Harbour, West Bengal 743331

500 500 Mobile:9433381429

74 West Bengal

Murshidabad MCH (Matrisadan Sadar Campus) , Station Road PO & PS- Berhampore Pin-742101

820 900 Mobile:9433135753

75 West Bengal

CNCI, Rajarhat Street Number 299, DJ Block(Newtown), Action Area I, Newtown, New Town, West Bengal 700156

450 500 Superintendent: Mobile:9433097804

76 West Bengal

Coochbehar MCH , Silver Jubilee Road, Cooch Behar, West Bengal 736101

500 500 Mobile: 9474762434

Page 83: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 83 of 154 `

77 Chandigarh GMSH-16, Chd 500 500

1.Dr. Manjeet Singh Nodal Officer Mob.-9463488086 Email :- [email protected] 2. Dr. V.K. Nagpal Medical Supdt. Mob.:- 9466116611 Email.:- [email protected]

78 Chandigarh GMCH-32, Chd 1000 1000

Dr. Manpreet Singh Nodal Officer Mob.:- 9646121503 Email [email protected] 2. Dr. Ravi Gupta Medical Supdt. Mob. :- 9646121592 [email protected]

79 Chandigarh GMCH-48, Chd 100 100

Dr. Manpreet Singh Nodal Officer Mob.:- 9646121503 Email [email protected] 2. Dr. Ravi Gupta Medical Supdt. Mob. :- 9646121592 [email protected]

80 Lakshadweep IGH Kavaratti 50 100

Nodal Officer: Dr Abdul Nizar Anaesthetist, +919497547606 [email protected] MS: Dr Mohammad Jaleel, +919447935844 [email protected]

81 Lakshadweep RGSH Agatti 100 100 NO & MS : Dr MK Soudhabi, Administrative Officer, RGSHAgatti+919495963395

82 Pudducherry GOVERNMENT GENERAL HOSPITAL, MAHE

171 200

1. Dr. Sreejith Sukumaran, CMO email: drsreejisuku@ndhm, 8129392344 2. Dr. S. Premkumar, Deputy Director, email: premkr@ndhm, 9400117182

Page 84: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 84 of 154 `

83 Pudducherry GOVERNMENT GENERAL HOSPITAL, YANAM

85 100

1. Dr. K. Satyanarayana, Medical Superintendent, email: [email protected] 8184960918 &6302193793

84 Pudducherry GOVERNMENT GENERAL HOSPITAL, KARAIKAL

474 500 1. Dr. P. Chitra, Medical Superintendent email: [email protected], 9443120591

85 Pudducherry COMMUNITY HEALTH CENTRE, KARIKKALAMPAKKAM

30 100

1. Dr. G. Ragunathan (SAG), Medical Officer i/c., email: [email protected] 2. Dr. G. Bharathipriyan, GDMO email: [email protected] 9597317532

86 Pudducherry

INDIRA GANDHI GOVT. GENERAL HOSPITAL AND POST GRADUATE INSTITUTE, PUDUCHERRY

626 700

1. Dr. S. Vasudevan, MedicalSuperintendent, email: [email protected] 9443234372 2. Dr. G. Sreenivassan (SAG), email:[email protected] 9443214699

87 Pudducherry

MAHATMA GANDHI POST GRADUATE INSTITUTE OF DENTAL SCIENCES, INDIRA NAGAR, PUDUCHERRY

40 100 Dr. S. Jayaram, Convenor, email:[email protected] 9443215839

88 Delhi Deep Chand Bandhu Hospital, Ashok Vihar, Delhi

200 200

Dr. Vikaram Kumar, Mob NO. 999027556 Dr. Suman Kumari, Mob No. 9717293536 [email protected]

89 Delhi Deen Dayal Upadhyaya Hospital

640 700

Dr. A.K. Mehta, Medical Director, 9718990182 Dr. Ritu Aggarwal, Nodal Officer, 9718990123 Dr. Sandhya Aggarwal, Incharge, Gas Pipeline, 9718990116

90 Delhi Ambedkar Nagar Hospital, Dakshinpuri, New Delhi

600 600

Nodal officer: Dr Puneet Dwivedi Contact: 9718932064, 9999178199 Email: [email protected] Medical Director: Dr. P. K. Malik Contact: 8860681810, Email: [email protected]

Page 85: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 85 of 154 `

91 Delhi Dr. Baba Saheb Ambedkar Hospital, Sec-6, Rohini

500 500

M.S.: Dr. P.S. Khatana, 7290095440 [email protected], [email protected] Nodal Officer: Dr. Pradeep Sharma, 7290095655 [email protected], [email protected] Oxygen Pipeline I/c: Dr. Sumanta Boro, 7290095545 [email protected], [email protected]

92 Delhi Lok Nayak Hospital Jawaharlal Nehru Marg Delhi-110002

2000 2000

Dr. Vandana Saith 9873617541 [email protected] Dr. Gunjan 9873617540 [email protected] Dr. Farah 9873617545 [email protected] Dr. Ravinder (PWD)9873617558 [email protected] Dr. Kirti Nath Saxena 9968604215 2. Dr. Suresh Kumar, Medical Director, 9968604276 [email protected]

93 Delhi Burari Hospital, Kaushik Enclave, Delhi 110084

450 500

Dr Rajender 7290095444 [email protected] Dr Ashish Goyal 9810564564 [email protected]

94 Delhi VMMC & Safdarjung Hospital, New Delhi 110029

3000 3000 DR. KRISHAN KUMAR Deppt Of Aneasthesia 9560015630

95 Delhi

Satyawadi Raja Harish Chandar (SRHC) hospital Campus, Narela, Delhi, 110040

200 200

1. Dr. Shilpi Aggarwal-9999612552 2. Dr. Vandana Jain-9717455800 3. Vikas Bhardwaj- 9268563113 4. Dr. Sanjay Kumar Jain, MS - 9540055762 email - [email protected]

96 Andhra Pradesh

Kurnool Medical College, Kurnool, Kurnool District

1050 1000

1. Nodal officer: Executive Engineer, APMSIDC, Kurnool, Mobile.No.8978680859 [email protected] 2. MS: Dr. Narendranath Reddy 9849903115 [email protected]

Page 86: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 86 of 154 `

97 Andhra Pradesh

SVRRGGH, Tirupathi, Chittoor District

850 900

1. Nodal officer: Executive Engineer, APMSIDC, Tirupathi, Mobile.No.8978680873 [email protected] 2. MS: Dr. Bharathi 9849264604 [email protected]

98 Andhra Pradesh

Andhra Medical College, Visakhapatnam, Visakhapatnam District

2017 2000

1. Nodal officer: Executive Engineer, APMSIDC, Visakhapatnam, Mobile.No.8978680790, [email protected] 2. MS: Dr. P. Mythili 9849903060 [email protected] [email protected]

99 Andhra Pradesh

Guntur Medical College, Guntur, Guntur District

1277 1200

1. Nodal officer: Executive Engineer, APMSIDC, Guntur, Mobile.No.8978680823, [email protected] 2. MS: Dr. N. Prabhavathi 9849903089 [email protected]

100 Andhra Pradesh

Rangaraya Medical College, Kakinada, East Godavari District

1085 1000

1. Nodal officer: Executive Engineer, APMSIDC, Kakinada, Mobile.No.8978680798 [email protected] 2. MS: Dr. Raghavendra Rao, Superintendent 9849903870 [email protected]

101 Haryana DCH Sonepat 200 200 Dr. Sandeep([email protected])

102 Haryana DCH Faridabad 200 200 Dr. RS Poonia([email protected])

103 Haryana DCH Panchkula 300 300 Dr.Jasjeet([email protected])

104 Haryana DCH Ambala 200 200 Dr.Kuldeep([email protected])

105 Haryana DCH Karnal 200 200 Dr.Yogesh([email protected])

106 Haryana DCH Hissar 200 200 [email protected]

107 Goa Goa Medical College & Hospital, Bambolin Goa

1900 2000

Nodal Officer: Dr. Viraj Khandeparkar GMC Mob- 9421138116 Mail: [email protected] Prof. Dr. SM Bandekar, Dean & MS, GMC Mob- 9420920890 Mail: [email protected]; [email protected]

Page 87: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 87 of 154 `

108 Goa DH Margao 556 600 Dr Deepa Corriea; 9960838269; 9011025065; [email protected]

109 Punjab Guru Nanak Dev Hospital, Amritsar

1200 1200

Nodal Officer:- Dr. Brij Mohan 98141-12569 Dr. Harjit Singh 98150-05484 MS of Hospital Dr. R.K Sharma 98142-90885 [email protected] [email protected]

110 Punjab Rajindra Hospital, Patiala 1237 1200

Nodal Officer:- Dr. Hardeep 98726-22505 [email protected] MS of Hospital Dr. Harnam Singh Rekhi 82862-03807

111 Punjab Guru Gobind Singh Medical Hospital, Faridkot

979 1000

Nodal Officer:- Dr. Rohit Chopra 88472-19897 MS of Hospital Dr. Shilekh Mittal 98144-57445 [email protected]

112 Rajasthan Medical College Bikaner 2479 2500

1. Dr. Saleem 9414217999 2. Dr. S.S. Rathore 9414051460 [email protected]

113 Rajasthan RUHS Medical College, Jaipur

550 600

1. Dr. Varun Sharma 9461536400 2. Ajeet Shekhawat 9829135692 [email protected]

Page 88: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 88 of 154 `

114 Rajasthan Medical College Jodhpur 3257 3200

1. M.K. Aseri 9414200900 2. Dr. G.L. Meena 9413143709 meenabkm@yahoo. co.in

115 Rajasthan Rajeev Gandhi Govt. Hospital, Alwar

587 600

1. Dr. Sushil Batra (Supdt.) 9414016402 2. Dr. Rajeev Gupta (Nodal Officer) 9414231598 [email protected] [email protected]

116 Jharkhand RIMS, Ranchi 1764 1900 Dr, Vivek Kashyap, Sup., Mob. No. 7992307003

117 Jharkhand PMCH, Dhanbad 560 600 Dr K Vishwavas, HOD, Mob. No. 9772376856

118 Jharkhand MGM MEDICAL COLLEGE & HOSPITAL, JAMSHEDPUR.

570 600

1. Dr R Y Choudhary, Nodal Officer, Mobile No.-941186310, E mail-NA 2. Dr. Sanjay Kumar, Med Suptd. Mobile No.-9472782370, E [email protected]

119 Jharkhand Sadar Hospital, Ranchi 100 100 Dr. Vijay Prashad Mob. No. 7543026162

120 Kerala Govt Medical College hospital, Thiruvanthapuram

2075 2000

1. Nodal Officer: Smt. Shruthi 9946102584, [email protected] 2. MS: Dr. Sharmad 9447205445 [email protected]

121 Kerala MCH Kottayam 1806 1900

1. Nodal Officer: Dr.Sajith Kumar -9447239277. [email protected], [email protected] 2. MS: Dr Jayakumar-9447355841 [email protected]

Page 89: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 89 of 154 `

122 Kerala MCH Ernakulam 600 600

1. Nodal Officer: Dr.Fathahudeen- 9847278924. [email protected] Nithin Besant - 9048245334 [email protected] 2. MS: Dr.Peter P Vazhayil- 9645938855 [email protected] [email protected] [email protected]

123 Kerala MCH Thrissur 1436 1500

1. Nodal Officer:Dr Geo Paul 9496346258 [email protected] [email protected] Dr.Lijo 9447603814 [email protected] 2. MS: Dr.Andrews 9446073739 [email protected]

124 Kerala MCH Pariyaram 850 900

1. Nodal Officer: Dr. Pramod VK - 9447641309 [email protected] 2. MS: Dr. Sudeep K - 9446844154. [email protected] Dr.Kuriakose (Principal) - 9447221300 [email protected]

125 Telangana GANDHI HOSPITAL 1700 2000

1.Nodal Officer for Oxygen:Venu Madhav Contact: 9440552444 Email id : [email protected] 2. MS: Dr Raja Ram Contact: 9849010915 email id: [email protected]

126 Telangana TIMS GACHIBOWLI 1021 1000

Director and Nodal Officer for Oxygen: Dr. Vimala Thomas Contact: 98490 37845 Email id: [email protected]

127 Telangana DH, KARIMNAGAR 400 400

MS and Nodal Officer for Oxygen: Dr Ratnamala Contact: 9849277260 Email id: [email protected]

Page 90: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 90 of 154 `

128 Telangana DH, KHAMMAM 520 600

MS and Nodal Officer for Oxygen: Dr.B.Venkateswarlu, Contact: 8008553184 / 8008553180. email id: [email protected], [email protected]

129 Telangana AH, Bhadrachalam 300 300

MS and Nodal officer: Dr. Ungender 8008553304 / 9885984298 [email protected]

130 Ladakh CHC Nubra. C/o Diskit Nubra district Leh UT Ladakh

30 100

Dr.Deskit Dolma, Block Medical Officer, Nubra. M.9419819778 [email protected]

131 Ladakh CHC Drass. C/o Drass district Kargil, UT Ladakh

30 100 Dr.Reyaz Block Medical Officer Drass M.9469040209

132 Ladakh CHC Zanskar, C/o Padum Zanskar, Distt. Kargil, UT Ladakh

30 100 Dr.Stanzin Namgail Block Medical Officer Zanskar, M.9419861452

133 Gujarat GMERS general hospital,Himatnagar

650 700 Dr Ashish Katarkar 9426454958 [email protected]

134 Gujarat

GMERS Medical College attached General Hospital, Gandhinagar, Opposite Pathika Bus Stand, gandhinagar

900 900 Dr. Niyati Lakhani 99784 05056 [email protected]

135 Gujarat Nanakawada, Halar Road, Valsad

650 700 Dr Amit Shah 9978905358 [email protected]

136 Gujarat

GMERS Medical College, Khervad Medan, Shipor Road, Vadnagar Dist – Mehsana, Gujarat Pin Code: 384355

650 700

Dr.H.D.Palekar [email protected] [email protected]

137 Gujarat GMC Surat-New Civil Hospital,Majura Gate,Surat

2225 2000 Dr Ragini Verma 7990427220 [email protected]

138 Gujarat General Hospital, Chhotaudepur

100 100

Dr.YOGESH P PARMAR 7567867220 [email protected]

Page 91: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 91 of 154 `

139 Gujarat General Hospital, Morbi 100 100 Dr P.K.Dudhrejia 7567876154 [email protected]

140 Gujarat M.G.G.General Hospital ,Navsari

175 200 Dr. Avnish Dube 9687685804 [email protected]

141 Maharashtra Dist Hospital Ahemadnagar

374 400

Dr Pokhara, 9822036838 Civil Surgeon & NO [email protected]

142 Maharashtra Dist Hospital Bhandara 482 500

Dr Pramod Khandare,9423628955 Civil Surgeon & NO [email protected]

143 Maharashtra Women Hospital Buldhana 306 400 Dr. Suresh Gholap, 9273517633 Civil Surgeon & NO [email protected]

144 Maharashtra Dist Hospital Osmanabad 236 300

Dr. Dhananjay Patil , 9422496580 Civil Surgeon & NO [email protected]

145 Maharashtra Dist Hospital Alibag 272 300 Dr Mane ,9404019000 Civil Surgeon & NO [email protected]

146 Maharashtra Dist Hospital Ratnagiri 200 200 Dr Mrs Fule , 9623969964 Civil Surgeon & NO [email protected]

147 Maharashtra District Hospital Sindhudurg

200 200

Dr. Shrimant Chavan, 8208116185 Civil Surgeon&NO [email protected]

148 Maharashtra Dist Hospital Washim 200 200 Dr M K Rathod, 9422263923 Civil Surgeon & NO [email protected]

149 Maharashtra Dist Hospital Satara 242 300

Dr. Subhas Chavan , 9121413347 Civil Surgeon & NO [email protected]

150 Maharashtra Dist Hospital Hingoli 200 200

Dr. Rajendra Suryawanshi , 9422464525 Civil Surgeon & NO [email protected]

CMSS reserve to right the change the consignee at any time if required.

Page 92: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 92 of 154 `

This page is intentionally left blank

Page 93: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Page 93 of 154 `

Annexure-II

TENDER FORWARDING LETTER (To be given on Company Letter Head)

Date: To,

DG&CEO, Central Medical Services Society

2nd Floor, Vishwa Yuvak Kendra, Pt. Uma Shankar Dikshit Marg, Teen MurtiMarg, Opposite Police Station ChankayaPuri, New Delhi-110021

Sub: Acceptance of Terms& Conditions of Tender. Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018 Name of Tender: - Online Tender for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis on PAN India Basis

Dear Sir, 1. I/We have downloaded/obtained the tender document(s) for the above mentioned ‘Tender/Work ’from the web site(s)namely:

as per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I/we have read the entire terms and conditions of the tenderDocuments (Including all documents like annexure(s),schedule(s), etc.,),which form part of the contract agreement and I/we shall abide hereby by the terms /conditions /clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/organization too has also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s)/ corrigendum(s) in its totality/entirety.

5. I/We do hereby declare that our Firm has not been blacklisted/debarred by any Govt. Department/Semi-Government/Public sector/Autonomous undertaking.

6.1 I/We hereby declare that bid will remain valid for a period of 150 days after opening of Tender bid/packet1 7. I/We certify that all information furnished by our Firm is true & correct and in the event that the information is found to be incorrect/untrue or found violated, then your department/organization shall without giving any notice or reason therefore or summarily reject the bid or terminate the contract, without prejudice to any other rights or remedy including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Tenderer ,with Official Seal)

Page 94: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 94 of 154

This page is intentionally left blank

Page 95: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 95 of 154

Annexure-III

DETAILS OF E.M.D. SUBMITTED

We herewith submit the E.M.D. of Rs.____________________ in the form of Account Payee Demand Draft, FD Receipt, Banker’s Cheque, RTGS/ NEFT and Bank Guarantee vide document Ref. No.________________ Dated: ________________ Bank: ____________________________________________ in favour of Central Medical Services Society for the following items:-

Sch. No.

CAPACITY OF PSA

OXYGEN GENERATION PLANT (IN LPM)

Total

Tentative Quantity Unit

Amount of EMD Payable (in INR) for 100% quantity

Quantity Quoted

Amount of EMD for the quoted quantity

I 100 19 No. 21,07,480

II 200 35 No. 51,42,200

III 300 24 No. 46,66,560

IV 400 12 No.

30,24,480

V 500 14 No. 37,10,000

VI 600 11 No. 32,95,160

VII 700 7 No. 22,58,200

VIII 900 7 No. 30,74,680

IX 1000 6 No. 26,70,000

X 1200 3 No. 14,43,000

XI 1500 1 No. 5,96,200

XII 2000 8 No. 58,06,400

XIII 2500 1 No. 8,69,800

XIV 3000 1 No. 10,93,000

XV 3200 1 No. 11,65,000

Note: EMD amount indicated above is for 100% quantity for each schedule. Vendors have to be submit proportional EMD Amount as per the quantity quoted by them for each schedule.

Page 96: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 96 of 154

This page is intentionally left blank

Page 97: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 97 of 154

Annexure-IV

PROFORMA FOR PERFORMANCE STATEMENT

(FOR A PERIOD OF LAST 3 YEARS)

Name of Bidder with Address Name of Manufacturer with Address Ref Tender No Sr. No. of the Product ________________ Name of the Product _____________ Order placed by (full address of TIA/Consignee)

Year Order number and date

Description and quantity of ordered goods and services

UOM 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 9 10

Note: 1. Proof for the manufacturing (BMR) / importing of the items quoted to be produced, if demanded. 2. Copies of purchase orders in support of performance statement may be uploaded along with this

Annex-IV. Signature of Tenderer Signature of Auditor/ Chartered Accountant Name in Capitals Name in Capitals Date: Date Seal: Seal

Page 98: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 98 of 154

This page is intentionally left blank

Page 99: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 99 of 154

Annexure-V

ANNUAL TURN OVER STATEMENT The Annual Turnover (Sales) of M/s.__________________________________ for the past two years are given below and certified that the statement is true and correct. S. No. Financial Year Turnover in Lakhs (Rs)

1. 2017-2018 - 2. 2018-2019 -

Total - Rs. _________________ Lakhs.

Average Turnover Per Annum in the last two years mentioned above - Rs._________________ Lakhs. Date:

Signature of Auditor/ Seal: Chartered Accountant (Name in Capital)

Page 100: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 100 of 154

This page is intentionally left blank

Page 101: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 101 of 154

Annexure– VI

LIST OF ITEMS QUOTED & THEIR PRODUCTION CAPACITY

1. Name of the firm : 2. Address of the firm as given in Drug license/Manufacturing License : 3. Details of Endorsement for all products quoted :

Sch.

No.

CAPACITY OF PSA OXYGEN GENERATION

PLANT (IN LPM)

Total Tenta

tive Quant

ity

Unit

Item Code/ Quoted Make & Model

Qty. Quoted

Manufacturing Capacity

Quantity Manufactured

Average Quantity Manufactured ( Sr. No 8A, 8B, 8C)

Percentage Earmarked to CMSS (6/9*100)

8

2016-17

2017-18

2018-19

1 2 3 4 5 6 7 8A 8B 8C 9 10

I 100 19 No.

II 200 35 No.

III 300 24 No.

IV 400 12 No.

V 500 14 No.

VI 600 11 No.

VII 700 7 No.

VIII 900 7 No.

IX 1000 6 No.

X 1200 3 No.

XI 1500 1 No.

XII 2000 8 No.

XIII 2500 1 No.

XIV 3000 1 No.

XV 3200 1 No.

Date:

Authorized Signatory:

Page 102: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 102 of 154

This page is intentionally left blank

Page 103: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 103 of 154

Annexure – VII

CHECK LIST

Packet 1 Page No

1. Checklist – Annex-VII

Yes No

2. EMD in the form of DD/NEFT/BANKER’S

CHEQUE/RTGS/FDR/ BG as per Annex-III / Notarised Undertaking for MSME for EMD exemption as per Annx. VIII (Non submission attracts summary rejection as per clause no. 6.2 (b)).

Yes No

3. Certificate by MSME/ SSI units in support of

being a MSE/ SSI unit. Yes No

4. Duly attested photocopy of Certificate of

Incorporation and Import License (as the case may be).

Yes No

5. Authorization letter nominating a responsible

person of the tenderer to transact the business with the Tender inviting Authority.

Yes No

6. Power of Attorney/Board Resolution to sign the

bid and bind the bidder as per tender clause no. 6.1 (c).

7. Purchase Order Copies along with Satisfactory Installation and Commissioning Reports (Notarised)

Yes No

8. Capacity Certificate issued by the

Auditor/Practising CA Yes No

9. ISO or GMP cerification and Other Quality

Certificate (As per Tech. Spec.)- ISO and USFDA/CE/EC

Yes No

10. Annual Turnover Statement for 2 Years

(Annex-V) Yes No

11. Copies of Balance Sheet & Profit & Loss

Account for last two years Yes No

Page 104: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 104 of 154

12. Proforma for Performance Statement (Annex-IV)

Yes No

13. List of items quoted and their production capacity – Annex-VI

Yes No

14. Mandate Form for RTGS

Annex-XII

Yes No

15. The Tender document signed by the

tenderer in all pages with office seal.

Yes No

16. Service Centre Details (Annexure XX)

Yes No

17. Technical Compliance sheet, Product Catalogue, Literature, Data Sheet, Schematic Diagram

Yes No

18. Undertaking that Firm is not being blacklisted

or debarred

Yes No

19. Technical Specification Compliance- Statement

wise along with Life Span of the equipment Yes No

19. No Deviation Certificate (Annexure XVII) Yes No

20. Manufacturer Authorization Form (Annex – XIX)/Self Declaration for Manufacturer or subsidiary

Yes No

21. GST Registration Certificate Yes No

22. Certificate of Incorporation in case of companies/copy of partnership deed in case of partnership firm.

Yes No

23. Copy of PAN Card and ITR

Yes No

24. Declaration of Domestic Content as per Annex XXIV

Yes No

Page 105: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 105 of 154

Annexure-VIII

NOTARISED UNDERTAKING BY MSE COMPANIES

(In 20- Rupees stamp paper)

I __________________, S/o _________________, Proprietor / Partner / Managing Director of

______________________________________ (Proprietary Concern / Firm / Company Ltd.) execute this Undertaking for myself and on behalf of ________________________ (Proprietary Concern / Firm / Company Ltd.).

2. Whereas, CMSS (Tender Inviting Authority) has invited Tender for supply of

Equipments, Drugs and medicines for the year 2019-2020 and in pursuant to the conditions in the tender documents. M/s ______________________________________ (Proprietary Concern/ Firm / Company Ltd.), having its Office at _____________________________________________________________________________________________________ is exempted from payment of Earnest Money Deposit as indicated in the Annexure-II of tender document.

3. And whereas, in pursuant to the conditions in Clause Nos. 9.2, 9.3& 9.4 of the tender,

the Earnest Money Deposit can be forfeited by the Tender Inviting Authority in case of violation of any of the conditions and for non-performance of the obligation under tender document.

4. In consideration of exempting M/s.________________________________ (Proprietary Concern/

Firm / Company Ltd.) from payment of Earnest Money Deposit as indicated in the Annexure-II of tender document, I undertake to pay the said sum without any demur on receipt of demand issued by the tender inviting authority.

M/s _________________________________

For Self and Firm / Company Ltd.

Signature and Seal

Witness:-

(1)

(2)

Page 106: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 106 of 154

This page is intentionally left blank

Page 107: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 107 of 154

Annexure-IX

Central Medical Services Society 2nd Floor,VishwaYuvak Kendra, Pt. Uma Shankar DikshitMarg, Teen MurtiMarg,

Opposite Police Station ChankayaPuri, New Delhi-110021 Tel: 011-21410905, 21410906

Email: [email protected]

LETTER OF ACCEPTANCE

No:CMSS/PROC/2020-21/PSA PLANT/AL/018 Date _________ To,

M/s ______________________________ Address: ________________________ Attn: _____________________________ Phone: __________________________ Email ____________________________ (Kind Attn: _________________(Name), _____________ Designation) Sub: Acceptance of Tender for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis

Ref: 1) CMSS Tender No. CMSS/PROC/2020-21/PSA PLANT/018opened on ___________ 2) Your Ref. No. _______ dated _________ in response to above mentioned tender.

Dear Sir,

I am pleased to inform you that your offer in response to above mentioned tender for supply for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis has been accepted for following items:

Sch No.

Items Description

Quantity Unit

Ex-Works

per Unit (Rs.)

GST (%)

GST (Rs)

Transport & any other charges

(Rs.)

Total unit price (all incl) (Rs.)

Grand Total (Rs.)

1 2

Grand Total

2. You are requested to deposit Security Deposit @ 10% of the total value by NEFT/ RTGS/ Bank

Guarantee/Demand Draft/ Banker’s Cheque and enter into an Agreement, as per the format given in Annex-X of the Tender document, within 15 days from the date of receipt of this letter.

3. Detailed Agreement including consignee list shall be forwarded after receipt of Security Deposit.

4. You are intimated that in anticipation of your acceptance to this LOA and submission of Security Deposit as above we are processing purchase order for supply of _______quantity to be supplied within 45 days from the date of issue of this LOA and 3 weeks for installation & commissioning from the handing over site/PO. Kindly take appropriate necessary action in this regard.

Page 108: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 108 of 154

5. Please convey your acceptance to this LOA within 03 days of issue, else it will be presumed that you are not keen to accept the LOA and CMSS may proceed for allocation of quantity to other bidder and with other actions stipulated in referred Tender document.

6. All other terms and conditions will be as per Tender document no. CMSS/PROC/2020-21/PSA PLANT/018 and subsequent amendments to it.

Yours faithfully,

(Ms. Anjana)

General Manager (Procurement) Encl: - Annexure A: List of manufacturing license and site address. Annexure A to Acceptance Letter No: Supplier: M/s ______________________

Page 109: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 109 of 154

Annexure - A

LIST OF MANUFACTURING LICENSES & SITE ADDRESSES

Sr. No.

Item Code Item

Description Manufacturing

Site Address Manufacturing

License No. Remarks

1

2

3

Page 110: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 110 of 154

This page is intentionally left blank

Page 111: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 111 of 154

Annexure – X

LONG TERM AGREEMENT (LTA) NO.:CMSS/PROC/2020-21/PSA PLANT/LTA/018

E- STAMP CERTIFICATE NO.:

LTA Validity: From ___________ to ____________

TERMS OF AGREEMENT

THIS AGREEMENT made the........... day of ........................., year between Central Medical Services Society, 2nd Floor,VishwaYuvak Kendra, Pt. Uma Shankar DikshitMarg, Teen MurtiMarg, Opposite Police Station ChankayaPuri, New Delhi-110021(here in after "the Purchaser") of the one part and ........................ (Name of Supplier) of............................................................. (Address and Country of Supplier) (Here in after called "the Supplier") of the other part: WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz; Equipment for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis in the Tender Reference No.CMSS/PROC/2020-21/PSA PLANT/018, Dt_________________(Brief Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those goods and services for the sum of................................ (Contract Price in Words and Figures) (Hereinafter called "the Contract Price"). WHEREAS the Supplier confirms that it is qualified, ready, willing and able to supply/services the for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis , in accordance with the terms and conditions of this Agreement. 1. DEFINITIONS Commencement Date means _________________________ Expiry Date means ____________________________

Products,in singular form Product, means the item(s), as described and detailed above, provided by the Supplier to CMSS from time to time pursuant to this agreement. Tender means Tender No. Tender No: CMSS/PROC/2020-21/PSA PLANT/018from CMSS to the Supplier, to quote for the cost of supply of the Products to CMSS. Long Term Agreement, as abbreviated to Agreement or LTA, means this Agreement between the Parties, to provide Products, including its Annexes, however with due consideration of the order of precedence among the LTA and individual Annexes. Parties means CMSS and the Supplier, their successors and assigns and where not repugnant to the context, their servants or agents.

Page 112: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 112 of 154

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. LTA DOCUMENTS:

The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) This LTA (b) The Notice Inviting Tender (c) Terms and Conditions of Tender Document as given in Tender No:

CMSS/PROC/2020-21/PSA PLANT/018 dt. _______________ (d) The Minutes of Pre-Bid meeting and corrigendum issued. (e) Schedule of Requirement. (f) The Technical Specification (g) The Supplier’s Offer including Enclosures, Annex etc. (h) Any other document listed in the supplier’s bid and replies to queries,

clarifications issued by the purchaser, such confirmations given by the tenderer which are acceptable to the purchaser and the entire Addendum issued as forming part of the contract.

(i) The Letter of Acceptance issued by the purchaser.

2. PURPOSE OF LTA: 2.1 The Purchaser hereby covenants to pay the Supplier in consideration of the provision

of the goods, the Contract Price at the times and in the manner prescribed by this Agreement.

2.2 Brief particulars of the Products or goods which shall be supplied / provided by the Supplier are as under.

Sch No.

Items Description

Quantity Unit

Ex-Works

per Unit (Rs.)

GST (%)

GST (Rs)

Transport & any other charges

(Rs.)

Total unit price (all incl) (Rs.)

Grand Total (Rs.)

1 2

Grand Total

2.3 The supplier agrees that his supplies are subject to terms and conditions details contained in LTA documents mentioned above. The supplier appreciates that the supplies are meant for public health system in the country and hence will agree to supply the goods of good quality as per standards in a timely manner as specified as per tender terms and conditions. The supplier has already given its no deviation (clause-by-clause compliance) for the subject terms and conditions.

Page 113: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 113 of 154

3 . Manufacturing License and Site

License and Site Address: As per Annexure A.

IN WITNESS where of the parties here to have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the said.................................................................. (For the Purchaser)

in the presence of ..........................................

Signature

Name

Address

Signed, Sealed and Delivered by the Said .................................................................... (For the Supplier)

in the presence of ............................................

Signature

Name Address

Annexure A to LTA No:

Supplier: M/s

Page 114: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 114 of 154

Annexure - A

LIST OF MANUFACTURING LICENSES & SITE ADDRESSES

Sr. No.

Item Code Item

Description Manufacturing

Site Address Manufacturing

License No. Remarks

1

2

3

Page 115: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 115 of 154

Annexure - XI

CENTRAL MEDICAL SERVICES SOCIETY

Ministry of Health & Family Welfare (Government of India)

2nd Floor, VishwaYuvak Kendra, Pt. Uma Shankar DikshitMarg, Teen MurtiMarg, Opposite Police Station Chankaya Puri, New Delhi-110021, India

PURCHASE ORDER

PO No: CMSS/PROC/ 2020-21/PSA PLANT/PO/018 Dated: _____________ To, M/s ______________________________ Address: ________________________ Attn: _____________________________ Phone: __________________________ Email ____________________________

Subject: Purchase Order for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis

Ref : Long Term Agreement No: CMSS/PROC/2020-21/PSA PLANT/LTA/018 dated______________

Dear Sir, Please supply following quantities for the items specified as per the technical specifications and terms & conditions of the Long Term Agreement referred above:

Sr.No.

Item Code/

Make & Model

Item Description

Quantity Accepted

by the Purchaser

Unit

Ex-Works

per Unit (Rs.)

GST (%)

GST (Rs)

Transportation Charges

(Rs)

Rate Per Unit

(Landed Price) (Rs)

Total unit

price (all

incl) (Rs.)

Destination

1 As per Annex-A

2 As per Annex-A

3 As per Annex-A

1. All the Terms & Conditions of the Agreement signed by you on acceptance of your tender

are applicable.

2. Delivery Period:90 Days from the date of this Letter of Acceptance and 30 days for installation and commissioning the equipment from handing over the site.

Page 116: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 116 of 154

3. Manufacturing license as perAnnexure A and site address as per Annexure B.

4. Payment Terms: As per tender.

(Ms. Anjana) General Manager (Procurement)

Copy to :

1. General Manager (LSC), CMSS 2. General Manager (QA), CMSS 3. Asst. General Manager (Finance), CMSS 4. All Consignees.

Page 117: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 117 of 154

Annexure A to PO No:

Supplier: M/s

Annexure - A

CONSIGNEE-LIST

Sr. No.

Item Description

Consignee Location

Consignee Address

Quantity UOM Remarks

1

2

3

Page 118: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 118 of 154

Annexure-B

Annexure B to PO No: Supplier: M/s

LIST OF MANUFACTURING LICENSES & SITE ADDRESSES

Sr. No.

Item Code Item

Description Manufacturing

Site Address Manufacturing

License No. Remarks

1

2

3

Page 119: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 119 of 154

Annexure -XII

MANDATE FORM

01 Company Name

02 Postal Address of the company with Telephone No., Fax No. and Mail ID.

03 Name of the Managing Director / Director / Manager Mobile No. / Phone No. E-mail ID.

04 Name and Designation of the authorized company official Mobile No. E-mail ID

Date: Company Seal Signature Place: (Name of the person signing & designation)

Page 120: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 120 of 154

Mandate Form contd..

01 Name of the Bank. Branch Name& address. Branch Code No. Branch Manager Mobile No. Branch Telephone no. Branch E-mail ID

02 9 digit MICR code number of the bank and branch appearing on the MICR cheque issued by the bank.

03 IFSC code of the Branch

04 Type of Account (Current / Savings)

05 Account Number (as appear in Cheque book)

(in lieu of the bank certificate to be obtained , please attach the original cancelled chequeissued by your bank for verification of the above particulars). I /We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold M/s. Central Medical Services Society (CMSS) responsible. I have read the conditions of the tender/agreement entered and agree to discharge the responsibility expected of me / from the company as a tenderer /successful tenderer. Date: Company Seal Signature Place: (Name of the person signing& designation) ---------------------------------------------------------------------------------------------------------------- CERTIFIED THAT THE PARTICULARS FURNISHED ABOVE BY THE COMPANY ARE CORRECT AS PER OUR RECORDS.

Bank Seal with address. Signature of the authorized official of the bank. ----------------------------------------------------------------------------------------------------------------

Page 121: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 121 of 154

Annexure-XIII PACKET -2

PRICE –BID

CENTRAL MEDICAL SERVICES SOCIETY

NEW DELHI – 110021

Tender for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis

Schedule of price bid in the form of BOQ.XXXX.xlsuploaded online.

(* The bid evaluation is based L1 price determined for each schedule separately &will include CAMC cost as per sr. No 1to 32)

Note:

1. List of consignee asper Annex-IB.

2. Details of weight, volume and dimensions of shipping cartons and intermediate cartons may be provided as an additional annex to this form

Bidder Name :

NUMBER # TEXT # NUMBER # TEXT # TEXT NUMBER # NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER

Sl.No.

Name of the Item (PSA PLANT CAPACITY IN LPM)

Quantity in Tender

Units Quantity Offered

Ex Works price per unit with 3 years warranty in

Rs.

GST (In Rs.)

Service charges All Inclusive (Including Transportation, installationn,

commissioning, and any Other services in Rs. (Till Consignee Locations) on DDP basis, All Inclusive and firm &

fixed.

CAMC price for 1st year after completion of warranty (All Inclusive) in Rs.

CAMC price for 2nd year after completion of warranty (All Inclusive) in Rs.

CAMC price for 3rd year after completion of warranty (All Inclusive) in Rs.

CAMC price for 4th year after completion of warranty (All Inclusive) in Rs.

CAMC price for5th year after completion of warranty (All Inclusive) in Rs.

CAMC price for6th year after completion of warranty (All Inclusive) in Rs.

CAMC price for7th year after completion of warranty (All Inclusive) in Rs.

Total Unit Price With GST(In Rs.) & CAMC

(Col6+ Col 7+ Col 8+Col 9 + Col 10+ Col11 +Col12+

Col13+Col14+Col15)

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 161.01 100 21 Nos. Rs. 0.0000

2 200 34 Nos. Rs. 0.0000

3

300 22

Nos. Rs. 0.0000

4

400 12

Nos. Rs. 0.0000

5

500 14

Nos. Rs. 0.0000

6 600 11 Nos. Rs. 0.00007

700 88

900 79

100010

120011

1500Nos. Rs. 0.0000

12 2000 Nos. Rs. 0.0000

132500

Nos. Rs. 0.0000

143000

Nos. Rs. 0.0000

153200

Nos. Rs. 0.0000

PRICE SCHEDULE(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

Item Wise BoQ

Tender Inviting Authority: DG & CEO, CMSS

Name of Work:

Tender No:

Validate Print Help

Page 122: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 122 of 154

This page is intentionally left blank

Page 123: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 123 of 154

Annexure-XIV

Bank Guarantee for EMD (Format)

[The Bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.] [insert Bank’s Name, and Address of Issuing Branch or Office] Beneficiary: [insert Name and Address of Purchaser] Date: BIDGUARANTEE No.: We have been informed that [insert name of the Tenderer ] (hereinafter called “the Tenderer ”) has submitted to you its bid dated (hereinafter called “the Bid”)for the execution of [insert name of contract]under Tender No……………………… Further more, we understand that, according to your conditions, bids must be supported by a EMD. At the request of the Tenderer ,we [insert name of Bank] hereby irrevocably under take to pay you any sum or sums not exceeding in total an amount of [insert amount in figures]([insert amount inwords]) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Tenderer is in breach of its obligation(s) under the bid conditions, because the Tenderer :

(a)has withdrawn its Bid during the period of bid validity specified by the Tenderer in the Form of Bid; or (b) having been notified of the acceptance of its Bid by the Purchaser during the period of

bid validity, (i)fails or refuses to execute the Contract Form, if required, or(ii)fails or refuses to furnish the security deposit, in accordance with the Instructions to Tenderer s.

(c)does not accept the correction of the Bid Price

(d)This guarantee will expire: (a) if the Tenderer is the successful tenderer ,upon our receipt to copies of the contract signed by the Tenderer and the performance security issued to you upon the instruction of the Tenderer ; or(b) if the Tenderer is not the successful tenderer ,upon the earlier of (i) our receipt of a copy of your notification to the Tenderer of the name of the successful tenderer ;or (ii) Twenty Eight days after the expiration of the Tenderer ’s Bid.

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

[signature(s)]

Page 124: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 124 of 154

This page is intentionally left blank

Page 125: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 125 of 154

Annexure-XV

Security Bank Guarantee (Format)

________________________________ [insert: Bank’s Name, and Address of Issuing Branch or Office] Beneficiary: ___________________ [insert: Name and Address of Purchaser] Date: ________________ PERFORMANCE GUARANTEE No.: _________________ We have been informed that [insert: name of Supplier] (hereinafter called “the Supplier”) has received a Letter of Acceptance No. [insert: reference number of the Letter of Acceptance] dated ____________ for entering into a Rate Agreement with you, for the supply of [insert: description of goods] Furthermore, we understand that, according to the conditions of the Tender, a performance guarantee is required post acceptance of letter of Acceptance. At the request of the Supplier, we [insert: name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert: amount in figures] (___) [insert: amount in words]1 upon receipt by us of your first demand in writing accompanied by a written statement stating that the Supplier is in breach of its obligation(s) under the Tender , without your needing to prove or to show grounds for your demand or the sum specified therein. This guarantee shall expire no later than the ____ day of _________, 2_____, and any demand for payment under it must be received by us at this office on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded. __________________ [signature(s)]

The Guarantor shall insert an amount representing the percentage of the Price specified in the letter of Acceptance and denominated in the currency of the Contract.

Page 126: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 126 of 154

This page is intentionally left blank

Page 127: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 127 of 154

Annexure-XVI

Instructions for Online Bid Submission

The tenderers are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the tenderers in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP portal. More information useful for submitting online bids on the CPP Portal may be obtained at:

REGISTRATION

1) Tenderers are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online tenderer Enrollment” on the CPP Portal which is free of charge.

2) As part of the enrolment process, the tenderers will be required to choose a unique user name and assign a password for their accounts.

3) Tenderer s are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

4) Upon enrolment, the tenderers will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify/ n- Code/e-Mudhra etc.),with their profile.

5) Only one valid DSC should be registered by a tenderer .Please note that the tenderer s are responsible to ensure that they donot lend their DSC’s to others which may lead to misuse.

6) Tenderer then logs into the site through the secured log-in by entering their user ID /password and the password of the DSC /e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate tenderers to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the tenderers may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.

2) Once the tenderers have selected the tenders they are interested in, they may download the required documents/tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the tenderers through SMS /e-mail in case there is any corrigendum issued to the tender document.

Page 128: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 128 of 154

3) The tenderer should make a note of the unique Tender ID assigned to each tender, incase they want to obtain any clarification/help from the Helpdesk.

PREPARATION OF BIDS

1) Tenderer should take into account any corrigendum published on the tender document before submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents-including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

3) Tenderer ,in advance, should get ready the bid documents to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/XLS/RAR/DWF/JPG formats. Bid documents may be scanned with100dpi with black and white option which helps in reducing size of the scanned document.

4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.)has been provided to the tenderers. Tenderer scan use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents maybe directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1) Tenderer should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Tenderer will be responsible for any delay due to other issues.

2) The tenderer has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

3) Tenderer has to select the payment option as “offline” to pay the tender fee/ EMD as applicable and enter details of the instrument.

4) Tenderer should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

Page 129: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 129 of 154

5) Tenderers are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the tenderers. Tenderers are required to download the BoQ file, open it and complete the white coloured (unprotected)cells with their respective financial quotes and other details (such as name of the tenderer ). No other cells should be changed. Once the details have been completed, the tenderer should save it and submit it online, without changing the file name. If the BoQ file is found to be modified by the tenderer , the bid will be rejected.

6) The server time (which is displayed on the tenderers’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the tenderers, opening of bids etc. The tenderers should follow this time during bid submission.

7) All the documents being submitted by the tenderers would be encrypted using PKI

encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to a symmetric encryption using buyers/bid openers’ public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

8) The uploaded tender documents become readable only after the tender opening by

the authorized bid openers.

9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid withal other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO TENDERERS

1) Any queries relating to the tender document and the terms and conditions contained there in should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk Ph.:0120-4200462, 0120-4001002.Mobile: 91 8826246593

……………………………………………………………………………………………………………………

Page 130: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 130 of 154

This page is intentionally left blank

Page 131: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 131 of 154

Annexure- XVII

No Deviation Certificate

This is to certify that the product(s) quoted____________ by our firm, M/s. ______________________ is as per the given technical specifications in the tender document & there is no deviation in relation to any conditions/requirements specified in the tender document. It is also to declare that all other commercial clauses stipulated in the tender have been carefully seen. I hereby convey the unconditional acceptance of the same.

Signature of Authorised Signatory (with Stamp)

Page 132: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 132 of 154

This page is intentionally left blank

Page 133: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 133 of 154

Annexure-XVIII

Near Relative Certificate (In case of Proprietorship firm certificate will be given by the proprietor. For partnership firm certificate will be given by all the partners and in case of limited company by all the Directors of the company excluding Govt. of India/Financial Institutions nominees and independent non-official part time directors appointed by Govt. of India or the Governor of the state. Authorised signatory of bid may also sign this bid on behalf of the entire directors/ partners/ proprietor). This is to certify that none of my/our Company Directors’ near relative as defined below currently works in CMSS where I am/we are going to apply for the tender. I/We also agree to the condition that due to any breach of conditions by the company or firm or any other related person the bid submitted on behalf of the company or firm will be cancelled and bid security will be forfeited at any stage whenever it is noticed and CMSS will not pay any damage to the company or firm or the concerned person. The company or firm will also be debarred for further participation for the quoted item in CMSS for a period of one year. The near relatives for this purpose are defined as: (a) Members of a Hindu undivided family. (b) They are husband and wife. (c) The one is related to the other in the manner as father, mother, son(s) & son’s wife (Daughter in law), daughter(s) and daughter’s husband (son in law), brothers(s) and brother’s wife, sister(s) and sister’s husband (brother in law).

Signature/Signatures (with Stamp)

Page 134: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 134 of 154

This page is intentionally left blank

Page 135: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 135 of 154

Annexure XIX

MANUFACTURER’S AUTHORISATION FORM To, DG&CEO, Central Medical Services Society

2nd Floor,VishwaYuvak Kendra, Pt. Uma Shankar DikshitMarg, Teen MurtiMarg, Opposite Police Station ChankayaPuri, New Delhi-110021 Dear Sir, 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 also state that we are not participating directly in this tender for the following reason(s): _____________________________________________(please provide reason here).

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 confirmation regarding full life cycle of the equipment as per tender requirement and extend full warranty, CAMC as applicable as per the terms of the tender document, read with modification, if any, for the goods and services offered for supply by the above firm against this TE document. We also hereby confirm that we would be responsible for the satisfactory execution of contract placed on the authorised agent We also confirm that the price quoted by our agent shall not exceed the price which we would have quoted directly”

Yours faithfully,

Page 136: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 136 of 154

[Signature with date, name and designation] [Signature with date, name and designation] for and on behalf of Messrs__________ for and on behalf of Messrs__________ [Name & address of the manufacturers] [Name & address of the bidder] 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 shall be submitted at the time of signing the contract; scanned copy to be uploaded at the e-procurement site.

3. Manufacturer is solely responsible for providing the continuing warranty, CAMC service and Contractual Obligations for the approved stipulated period.

Page 137: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 137 of 154

Annexure XX

Details of Service Centre Service Centre Address Contact No Email Address Name of Head of Service Centre with Contact Details

Name of Service engineer with Contact details location wise

1 2 3 4 5 6 7 8 9 10

Signature Head of Service Centre with Seal Signature of Bidder with Seal

Page 138: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 138 of 154

This page is intentionally left blank

Page 139: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 139 of 154

Annexure XXI (on Rs. 100 stamp paper)

CONTRACT FORM FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT Annual CM Contract No._______________________ dated_________________ Between

(Address of Head of Hospital) And

(Name & Address of the Supplier) Ref: Contract No___________ dated______________ (Contract No. & date of Contract for

supply, installation, commissioning, handing over, Trial run, Training of operators & warranty of goods)

In continuation to the above referred contract

1 2 4 5

S.No.

BRIEF DESCRIPTION OF GOODS

Annual Comprehensive Maintenance Contract Cost (after 3 years warranty) one Unit year wise*. (in INR inclusive of all applicable taxes)

Total Annual Comprehensive Maintenance Contract Cost for 7 Years

(4a+4b +4c)

(in INR inclusive of all applicable taxes)

4th year

5 th year

6th year

7th year

8th year

9th year

10th year

a b c d e f

g

Page 140: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 140 of 154

a) The Contract of Annual Comprehensive Maintenance is hereby concluded as

under: -

Total value (in figure) ____________ (In words) ___________________________ b) The CAMC commence from the date of expiry of all obligations under Warranty

i.e. from______________ (date of expiry of Warranty) and will expire on ______________ (date of expiry of CAMC)

c) The cost of Annual Comprehensive Maintenance Contract (CAMC) which includes preventive maintenance, labour and spares, after satisfactory completion of Warranty period may be quoted for subsequent years as contained in the above referred contract on yearly basis for complete equipment and Turnkey (if any).

d) There will be 95% uptime warranty during CAMC period on 24 (hrs) X 7 (days) X 365 (days) basis, with penalty( As per clause no 18), to extend CAMC period by double the downtime period.

e) During CAMC period, the supplier shall visit at each consignee’s site for preventive

maintenance including testing and calibration as per the manufacturer’s service/ technical/ operational manual. The supplier shall visit each consignee site as recommended in the manufacturer’s manual, but at least once in 6 months commencing from the date of the successful completion of warranty period for preventive maintenance of the goods.

f) All software updates should be provided free of cost during CAMC. g) The bank guarantee valid till ______________ [(fill the date) 2 months after expiry of

entire CAMC period] for an amount of Rs. _______________ [(fill amount) equivalent to 5 % of the cost of the equipment as per contract] shall be furnished in the prescribed format given in Annexure XV of the TE document, along with the signed copy of Annual CMC within a period of 21 (twenty one) days of issue of Annual CMC failing which the proceeds of Performance Security shall be payable to the TIA/Consignee. h) If there is any lapse in the performance of the CAMC as per contract, the

proceeds Annual CMC bank guarantee for an amount of Rs. __________ (equivalent to 5 % of thecost of the equipment as per contract) shall be payable to the Consignee.

i) Payment terms: The payment of Annual CMC will be made against the bills

raised to the consignee by the supplier on six monthly basis after satisfactory completion of said period, duly certified by the HOD concerned. The payment will be made in Indian Rupees.

Page 141: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 141 of 154

j) Paying authority: ______________________ (name of the

consignee i.e. Hospital authorised official)

____________________________ (Signature, name and address Of Hospital authorised official) For and on behalf of__________________ Received and accepted this contract (Signature, name and address of the supplier’s executive duly authorised to sign on behalf of the supplier) For and on behalf of _________________________ (Name and address of the supplier) (Seal of the supplier) Date: _________________________ Place: _________________________

Page 142: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 142 of 154

This page is intentionally left blank

Page 143: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 143 of 154

Annexure XXII CONSIGNEE RECEIPT CERTIFICATE

(To be given by consignee’s authorized representative) The following store(s) has/have been received in good condition:

1) LoA/ P.O No. & date:____________________

2) Supplier’s Name:__________________

3) Consignee’s Name & Address with telephone No. & Fax No. : ___________

______________________________________________________________________

______________________________________________________________________

4) Name of the items/equipment supplied:______________________________

5) Quantity of items/equipment Supplied:______________________________

6) Date of Receipt of items/equipment by the Consignee:______________________________

7) Name and designation of Authorized Representative of Consignee :___________________

8) Signature of Authorized Representative of Consignee with date:______________________

9) Counter Signed by Director/MS/Dean of the concerned Hospital/Institute:_______________

10) Seal of the Consignee:_________________

Page 144: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 144 of 154

This page is intentionally left blank

Page 145: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 145 of 154

Annexure XXIII

Performa of Final Acceptance Certificate by the Consignee/Hospital

No_______________ Date_______________

To M/s _______________________

_______________________

_______________________

Subject: Certificate of commissioning of equipment/plant. This is to certify that the equipment(s)/plant(s) as detailed below has/have been received in good conditions along with all the standard and special accessories and a set of spares (subject to remarks in Para no.02) in accordance with the tender/LoA/Purchase order/technical specifications. The same has been installed and commissioned.

(a) LoA/PONo______________________________________ dated_______________

(b) Description of the equipment(s)/plants: __________________________________

(c) Equipment(s)/ plant(s) nos.:_____________________________________________

(d) Quantity: ____________________________________________________________

(e) (h) Date of Installation/ commissioning and Quality checktest date:____________________________________

Details of accessories/spares not yet supplied.

Sl. No.

Description of Item Quantity Amount to be recovered

The proving test has been done to our entire satisfaction and operators have been trained to operate the equipment(s)/plant(s). The supplier has fulfilled its contractual obligations satisfactorily or The supplier has failed to fulfil its contractual obligations with regard to the following:

a) He has not supplied/provided the documents/ drawings pursuant to ‘Technical Specifications’/tender.

b) He has not commissioned the equipment(s)/plant(s) in time, i.e. within the period specified in the contract and there is delay of ….days

Page 146: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 146 of 154

c) The supplier has not done training of personnelas specified in the contract.

(Signature) (Name) (Designation with stamp)

(Counter Signed by Director/MS/Dean of the concerned Hospital/Institute)

## Explanatory notes for filling up the certificate:

i) In the event of documents/drawings having not been supplied or installation and commissioning of the equipment(s)/plant(s) having been delayed on account of the supplier, the extent of delay should always be mentioned in clear terms.

Page 147: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 147 of 154

Annexure XXIV

FORMAT FOR LOCAL CONTENT DECLARATION

Tender Reference No: Date:

I __________________________, S/o, D/o, W/o _____________________,

Resident of _________________________________do hereby solemnly affirms and

declares as under:-

The local content is _____% (for the Equipment part) ________________________

(quoted item of M/s _____________________.

That I on behalf of M/s ___________________will agree to abide by the terms and

conditions of the Ministry of Chemicals & Fertilizers, DOP, Government of India issued

vide notification no. 31026/4/2018- policy dated 01.01.2019 and DPIIT order no. P-

45021/2/2017-PP (BE-II) dt. 16.09.2020 and I hereby undertake that calculations for local

content have been done in accordance with the referred order.

That the information furnished hereinafter is correct to best of my knowledge and belief and

I on behalf of M/s ___________________undertake to produce relevant records (whenever

demanded) before the procuring entity or any authority so nominated by the Department of

Pharmaceuticals/any other relevant Ministry, Government of India for the purpose of

assessing the local content.

(Name of Firm/ Entity)

Authorized Signatory/ Statutory Auditor/ Chartered Accountant (with Company Seal/Stamp)

Page 148: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 148 of 154

This page is intentionally left blank

Page 149: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 149 of 154

ANNEXURE XXV

INSTALLATION CERTIFICATE

(to be filled jointly by the vendor/supplier, head of user institution individually for every PSA Plant)

Hospital Name:

Equipment Details of the PSA Plant

Name of all the elements/items/eqpt of PSA Plant:

Purchase Order No:

Make / Manufacturer of all elements /eqpts

Purchase Order Date:

Model no of all the elemenst/eqpts Purchase

Amount

Serial no. of all the elements/eqpts Tender

ref.No.

Location / Department

Installation Start Date

Completed Date.

Comprehensive Warranty Start Date Comprehensive Warranty End Date:

Preventive Maintenance including calibration Schedule ( Specify Year & Month )

YEAR Visit 1 Visit 2 Visit 3 Visit 4

Contact Details

Name of the Supplier

Name of Service Engineer Mobile No.

Service Centre Manager’s name

Mobile No.

Service center address

Page 150: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 150 of 154

Manuals/ documents /Accessories/Components supplied

Sl. No. Item Qty. Serial No. Remarks

To be filled by Institution Whetherthesticker/label(asper spec.)affixedonallthekeycomponents oftheequipmentoronaconspicuousplaceintheinstalledroom/storagearea?

YES / NO

(tick one)

Whetherajoint team of Hospital staff and vendor/supplier has collected the sample of oxygen output and got it

tested from 3 rd party NABL accredited Lab. Copy of Lab Report with sign of Hospital authority to be

enclosed

YES / NO

YES / NO

The Pressure of the output, concentration of the oxygen, alarms and automatic change over in case of failure need to be demonstrated by the supplier and certified by the User Hospital at the time of taking H/o

Yes/No

Digital Photograph of training and commissioning to be submitted

Yes/No

Whether the Demonstration of the equipment with accessories on the technical

specification/keyfeatureswasconductedtothesatisfactionatthetimeofinstallation? YES / NO

Whether training was conducted to the satisfaction at the time of installation? YES / NO

Short supply items, if any

Remarks of hospital authorities

Page 151: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 151 of 154

Recommend to release the second(60%)payment YES NO

Theequipmentisworkingsatisfactorily& confirmstotechnicalspecification

YES NOTheequipmentwasinstalledandhandedoveron

(Installation date to be filled in by the Head of the institution or by the end user)

Name of Service Engr. Sign.

Name of End User &

Department

Sign.

Signatureofthe Superintendent/ Principal

Sign. & Seal

Date:

Seal of supplier:

Date:

Hospital Seal :

Page 152: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 152 of 154

This page is intentionally left blank

Page 153: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 153 of 154

ANNEXURE XXVI

SITE READINESS CERTIFICATE (to be filled by the consignee and approved by the head of

user institution individually for every PSA Plant)

Hospital Name:

Number of Units of PSA Plant to be installed:

Capacity of PSA Plant (s) to be installed:

Is the site ready w.r.t. Civil and Masonry Work as per requirement:

YES/NO

Details of Dimensions of the space (in meters):LxWxH

Shape of the space/room for installation of the plant:

Pl attach a rough layout showing dimensions and to be signed by Hospital/Institution Head

Is the room/space has PCC flooring with even surface and area around plant room have proper drainage facility with no slopes for rain water to get collected inside the plant room and proper cross ventilation.

Is the room for Oxygen generator is at a safe distance from Diesel Generators (minimum distance 5 M) or any other system which releases smoke or fire.

Pl indicate the distance of proposed PSA room from these facilities

Pl confirm Availability of single phase or 3 phase (as per

Page 154: JHQ *HQHUDWLRQ 3ODQW DW 3XEOLF +HDOWK )DFLOLWLHV … · ã x v x v æ x w v w ~ w p í } ( í ñ ð í 2qolqh 7hqghu ri 6 , 7 & ri 36$ 2[\jhq *hqhudwlrq 3odqw dw 3xeolf +hdowk )dflolwlhv

CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Page 154 of 154

requirement) uninterrupted electrical power supply of indicated load nearest to the civil structure(PSA room) with assured available Back up

Confirmation of availability of Oxygen pipeline works including manifold (including fabrication/welding/jointing if required) beyond vendor’s scope as detailed in the tender document

Name of End User &

Department

Sign.

Signature of the Superintendent/ Principal

Sign. & Seal

The proforma has to be filled by the concerned department incharge of the hospital and approved by the head of the hospital/institution.

The above proforma along with rough layout of the site and a digital photograph of the site has to be submitted to the vendor and CMSS for confirmation of site readiness.

Hospital is also requested to communicate with the vendor (through Video Calls too if required) regarding the site readiness as per the equipment installation requirement (Civil and Infra works required to commence the installation).


Recommended