+ All Categories
Home > Documents > MAULANA AZAD INSTITUTE OF DENTAL SCIENCES Document for Fabrication of Mobile... · EICHER-11.10 E2...

MAULANA AZAD INSTITUTE OF DENTAL SCIENCES Document for Fabrication of Mobile... · EICHER-11.10 E2...

Date post: 13-Mar-2020
Category:
Upload: others
View: 8 times
Download: 0 times
Share this document with a friend
33
1 www.maids.ac.in , www.madch.ac.in MAULANA AZAD INSTITUTE OF DENTAL SCIENCES (AN AUTONOMOUS ORGANISATION OF GOVT.OF NCT OF DELHI) MAMC COMPLEX, NEW DELHI- 110002. Purchase Branch ***** Notice Inviting e-Tender (Online Tender) e-Tenders are invited for Fabrication of Mobile Dental Clinics required in MAIDS under Two Bid System. Detailed Program along with Terms & Conditions are as under: - 1) Tender ID : 2013_MAIDS_32455_2 2) Name of Tender : Fabrication of Mobile Dental Clinics EICHER-11.10 E2 PLUS-BS-IV Diesel WB: 4300mm 3) Quantity Required : 02 Nos. 4) Date of release of e-tender through E-procurement Solution : 10/04/2013, 09.00 A.M 5) Last Date/Time of submission of tenders : 23/04/2013, 01.00 P.M. 6) Date/Time of Opening of tenders in Pre-qualification Bids : 23/04/2013, 02.00 P.M Date/Time of Opening of Technical Bids : 23/04/2013, 03.00 P.M 7) Amount of Earnest Money Deposit : Rs.2,00, 000/- 8) Date/Time of opening of online Price Bids : To be intimated later on. In case any clarifications are required pertaining to this e-tender, please contact the purchase branch of MAIDS, Room no. 08 between 02:00 p.m. to 04:00 p.m. on any working day personally or from Dr. Vikrant Ranjan Mohanty on mobile no. 9654700983.
Transcript

1

www.maids.ac.in, www.madch.ac.in

MAULANA AZAD INSTITUTE OF DENTAL SCIENCES

(AN AUTONOMOUS ORGANISATION OF GOVT.OF NCT OF DELHI)

MAMC COMPLEX, NEW DELHI- 110002.

Purchase Branch

*****

Notice Inviting e-Tender (Online Tender)

e-Tenders are invited for Fabrication of Mobile Dental Clinics required in MAIDS under Two

Bid System. Detailed Program along with Terms & Conditions are as under: -

1) Tender ID : 2013_MAIDS_32455_2

2) Name of Tender : Fabrication of Mobile Dental Clinics

EICHER-11.10 E2 PLUS-BS-IV Diesel

WB: 4300mm

3) Quantity Required : 02 Nos.

4) Date of release of e-tender through

E-procurement Solution : 10/04/2013, 09.00 A.M

5) Last Date/Time of submission of tenders : 23/04/2013, 01.00 P.M.

6) Date/Time of Opening of tenders in

Pre-qualification Bids : 23/04/2013, 02.00 P.M

Date/Time of Opening of Technical Bids : 23/04/2013, 03.00 P.M

7) Amount of Earnest Money Deposit : Rs.2,00, 000/-

8) Date/Time of opening of online Price Bids : To be intimated later on.

In case any clarifications are required pertaining to this e-tender, please contact the purchase

branch of MAIDS, Room no. 08 between 02:00 p.m. to 04:00 p.m. on any working day personally or

from Dr. Vikrant Ranjan Mohanty on mobile no. 9654700983.

2

ISSUE OF TENDERS

1. Issue of tenders: Details of the tenders along with terms and conditions and specifications

can be seen and can be downloaded from the website https://govtprocurement.delhi.gov.in .

For participation in these tenders through e-procurement solution, all Bidders / Tenderers

are required to have digital certificates (Class IIb) and get registered with NIC. For any

assistance/clarifications, please contact NIC Help Desk, 6 th Floor, C- Wing, Vikas Bhavan-

II, (Near Metcalfe House), Civil Lines, Delhi-110054. Toll Free No: 1800-233-7313

(Monday - Saturday, 09:30 AM to 06:00 PM) email-id: [email protected]

Validity of Tenders

1. Validity of Tender: The tender shall remain valid for 120 days from the date of

opening.

ELIGIBILITY CRITERIA:

1. The firm should possess the 3 years work experience of similar nature.

2. Previous work experience with Government agencies in the last three years should be

attached.

3. Audited statement of accounts of last 3 years duly certified by the Chartered Accountant

should be provided.

4. The annual turnover of such kind of jobs should be minimum 50 Lakhs.

5. The firm should have a workshop or liaison agency in Delhi NCR to cater to the

maintenance of the vehicles.

6. An undertaking to the effect that the firm has not been blacklisted by any government

agency should be given as per annexure F.

Two Bid Tender Systems is to be followed as under:-

1. EMD, Pre-qualification and Technical Bid

2. Financial Bid

1. Pre-Qualification Bid:-

Essential documents to be submitted in Pre-Qualification Bid are:-

Pre-qualification should be submitted in Annexure - B

a) Attested scanned copy of PAN Card of the Firm/Individual participating in Tender.

3

b) Earnest Money of Rs.2, 00,000/- in the shape of FDR/DD drawn on any scheduled

bank in favor of "Director-Principal, MAIDS, New Delhi" should be submitted in

Physical Form along with NIT duly signed on each page by the authorized

signatory in Room No.08, Ground Floor, Purchase Branch, MAIDS. The FDR/DD

of maturity value which should be valid up to 180 days from last date of submission

of Tender Form failing which Tenders are liable to be rejected. Any small scale

units registered with the NSIC under it single point registration scheme are

exempted from EMD. All tenderers should submit a valid registration

certificate.

c) Copy of VAT Registration.

d) Payment shall be made through ECS. To facilitate this the Tenderers are requested to

indicate their Bank Details as follows:-

i) Name of Beneficiary

ii) Name of the Bank & Branch address.

iii) Account No.

iv) IFSC Code

e) Statement of Accounts of the last three financial years

f) An undertaking on stamp paper of Rs.10/- duly notarized in original as per Annexure

G.

g) List of liaisoning offices/workshops in Delhi NCR

h) An undertaking to the effect that the firm has not been blacklisted by any

government agency as per Annexure F.

In absence of any of these documents the Tender will be rejected out rightly. The

documents should be in sequence as mentioned above. Physical copies of these documents

along with earnest money may also be submitted in the Purchase Branch, Room No. 08,

Ground Floor, MAIDS till bid submission date and time.

2. TECHNICAL BID:

1. Technical Bid should be submitted as per Annexure - C.

2. Technical Specifications for Fabrication of Mobile Dental Clinics for approved

Chassis i.e. EICHER-11.10 E2 PLUS-BS-IV Diesel WB: 4300mm should be

enclosed.

4

3. 3-D Drawing/ Catalogue/Technical Literature/ Leaflet or Catalogue book will be

accepted in the sealed cover in MAIDS till closing date and time of receipt of the

tenders.

4. Tenderer shall furnish complete technical details of the Fabrication of Mobile Dental

Clinics offered, clearly indicating special features etc, if any and furnish, detailed

literature and catalogues/Leaflets with the tender in support of their quotation, along

with list of accessories/spares/consumable should also be quoted separately. The

technical bid shall be cancelled in case it is noted during the technical evaluation that

technical details are incomplete/not in accordance with literature and

catalogues/Leaflets submitted.

5. Detailed layout of the proposed Mobile Dental Clinics should be attached for aiding

in fabrication of the Medical/Dental container.

6. Supply orders preferably of the last three financial years preferably of Government

agencies should be attached along with the bid.

7. Appropriate certifications should be attached along with, for vehicle registration of

the chassis in the State of NCT of Delhi.

8. Tenderer should provide Temporary registration of the Vehicle Chassis for a period

till the completion of the work and should be followed by providing the permanent

registration with assistance from the Institution of these vehicles at Delhi.

9. Comprehensive Maintenance Guarantee for 5 years should be provided.

10. Additional features, if any, should be listed separately in the offer.

3. PRICE BID:-

1. Price Bid shall be submitted in Annexure - D

2. Price Bids of only those Tenderers shall be opened which meet our Technical

specifications in Technical Bid Evaluation.

3. Price Bids should be submitted only on online.

4. The tenderer should quote the price bearing in mind that the completed vehicle is to

be delivered/transported to the Institution in New Delhi.

5. Prices per unit should be indicated as total i.e. all inclusive of taxes etc.

6. The purchaser reserves the option of price preference to the offer from public sector

units in accordance with the policy of the Govt. of India from time to time.

5

MAULANA AZAD INSTITUTE OF DENTAL SCIENCES

Tender document no: ____________________

Name of the Firm: _______________________

TERMS AND CONDITIONS OF THE TENDER No. / 2013

1. Maulana Azad Institute of Dental Sciences, New Delhi is inviting tenders for fabrication of

Mobile Dental Clinics on EICHER-11.10 E2 PLUS-BS-IV Diesel WB: 4300mm. Chassis

supplied by the authorized vendors approved by MAIDS to the fabricator’s site.

2. The tenderer or his authorized representative along with the authorization letter

shall only be present at the tender opening process. (Annexure E)

3. The earnest money deposit will be refunded to the tenderers after finalization of the

Tenders.

4. The successful tenderer shall have to deposit the cost of the vehicle chassis within

seven days from the date of issue of the award letter amounting to Rupees Twenty

Three Lakhs Only (Rs.23, 00,000/-) in the form of Bank guarantee/FD etc which will

be valid up to the date of the handing over the fabricated vehicle chassis to the

Institute.

5. The successful tenderers will also be required to pay a Security deposit of 10% of the total

net landing value of the order through FDR/Bank Guarantee. The Bank guarantee

should be valid till the end of guaranty/warranty. The Security Deposit is refundable

only after the expiry of guaranty/warranty. This FDR/Bank guarantee would serve as

security deposit towards performance of fabricated medical/dental grade sandwich

container, fulfillment of contract and for the safe custody of chassis during fabrication

of medical/dental grade sandwich container at their works.

6. Those who are in regular line of fabrication of Mobile Clinics or Specialized

Coaches of medical/dental grade sandwich container shall only quote against the tender.

7. The firms who are having earlier experience with Mobile Clinics or Specialized

Coaches and reputed concerns should mention the names of such concerns, years of

experience, type and number of vehicle fabricated, type of contract, etc., duly

supported by the copies of the documents together with delivery capacity per month.

The details should also cover the type and number of machines/equipment a n d

6

m a n p o w e r available for fabrication of such medical/dental grade sandwich container.

8. Normal de l ive r y t ime a l lowed fo r f abr i ca t ion o f Mobile Dental Clinic is 90

days f rom the da t e o f r ece ip t o f chass i s .

9. Temporary Registration shall be extended and cost shall be incurred by the fabricator till

the time the fabricated body work along with vehicle chassis is not completed and

submitted to MAIDS.

10. The final registration of the vehicles will also be done by the fabricator in Delhi in

assistance with the institution.

11. In the event of non-completion of chassis fabrication in time and not putting the

mobile clinics on road for plying them, then MAIDS shall have right to recover loss

sustained due to the above reason and the fabricators shall have no right to raise any

objection in this connection which will be drawn as per schedule the late drawl

penalty shall be imposed as follows (% on the supply order Basic Price):

Sl No Description Penalty

1 First fifteen days 0.50%

2 16 days to One month 1.00%

3 Second month 2.00%

4 Third month 3.00%

5 Fourth month 4.00%

6 Fifth month 5.00%

7 Six months & above 10.00%

In the event of the total damages sustained by the MAIDS being more than the penalty

levied to the body builders, the balance shall be recovered from the amount deposited

by the fabricators as security and should this not be sufficient, from the effects of fabricators.

12. The Fabricator is liable for penalty to the extent of 1% to 3 % of the cost of

Medical/Dental container for any kind of bad workmanship. The minimum penalty that

could be levied is Rs.1000/- or actual cost of material plus double the cost of labor for any

kind of bad workmanship or if it is not possible to quantify the bad workmanship due to

which the elegance of the Medical/Dental container is spoiled, penalty will be levied

within 1% to 3% of the cost of body, whichever is higher.

13. MAIDS reserves the right to cancel the Tender / Supply Orders placed basing on this

Tender at any point of time without assigning any reason. No compensation is

7

payable for such cancellation of Tender/ Supply Order. The successful tenderers shall

not have any right to claim damages on account of such cancellations at any point of

time.

14. In the event of the total damages sustained by the MAIDS being more than the penalty

levied to the fabricator, the balance shall be recovered from the amount deposited

by the fabricators as security and should this not be sufficient, from the effects of

fabricators.

15. In case of breach of an y t e rms and cond i t i ons o f the cont ra c t t he f i rm i s

l i ab l e fo r black listing and forfeiture of security deposit.

16. The mobile dental clinic built will be inspected by the authorities of the MAIDS at

various stages of fabrication. The decision of the MAIDS is final in accepting the mobile

dental clinic.

17. The rates quoted will be inclusive of all taxes etc and quoted for single unit.

18. Full payment of the cost for the completed body will be made to the fabricators

in a maximum of fifteen (15) working days after receipt of the required bills in

the office after the inspection and taking over of the completed fabricated bodies

by the MAIDS, such taking over will be subject to the inspection and final approval of

the Director-Principal, MAIDS in point of workmanship and the material used in the

manufacture of the said bodies in accordance with the drawings and specifications

mentioned in the MAIDS order cited and confirmed by the fabricators. In case the firm

needs advance payment, then 25% of the value of the order will be given after furnishing a

bank guarantee of equal amount to Institution.

19. In addition to the above conditions, the firm shall comply with the statutory

regulations that may come into force from time to time during the execution of orders.

20. Director-Principal, MAIDS is the final authority to take a decision in case of any

dispute that may arise while executing the order and his decision is binding on all.

21. The fabricator shall manufacture and fabricate the mobile dental clinic on the chassis

supplied by the MAIDS strictly as per specifications (Annexure A) and amendment letters

issued by MAIDS in this regard which shall form an integral part of this Agreement.

22. The successful tenderers shall note that the rates quoted should be kept valid till

completion of the job.

23. The chassis shall be delivered at the premises of the fabricator from the Chassis supplier.

The completed vehicle chassis should be delivered b y t h e f a b r i c a t o r at Maulana

8

Azad Institute of Dental Sciences, 2, B.S.Z Marg, MAMC Campus, New Delhi-

110002. The fabricators shall at their own expenses, effect insurance coverage for the

loss or damage by firm, theft or otherwise, of the chassis for the period during which the

chassis are in the premises of the fabricator and during Transportation of chassis.

24. The fabricators shall make no deviation from the specifications as notified in the

Specifications a s p e r A n n e x u r e A . For S p e c i f i c a t i o n s f o r “ f a b r i c a t i o n

mobile dental clinic” and the Work Order No. _________dt___ which forms an

integral part of this Agreement without the prior written consent of the Director

Principal, Maulana Azad Institute of Dental Sciences, 2, B.S.Z Marg, MAMC

Campus, New Delhi-110002 or of any other Officer authorized by him in that behalf.

However, Director Principal, MAIDS has the exclusive powers to change any

design specifications during the fabrication and the fabricator shall have no

objection.

25. The Fabricators shall allow the Director Principal, MAIDS or any Officers authorized by

him to have access to the works carried out by the Fabricators for the purpose of inspection

at all reasonable times, and the suppliers shall see that the whole work is carried out to the

entire satisfaction of these Officers. The fabricators shall particularly give all assistance to

the inspectors of the MAIDS to inspect the work in question at various stages of the

manufacturing.

26. The fabricators do hereby guarantee that the medical/dental grade sandwich container so

fabricated shall give satisfactory performance without any defect developing in the

bodies so as to render their use unfit or unsafe.

27. The fabricator shall give guarantee for the mobile dental clinic as above for any failure on

account of defective material or of workmanship, excluding glasses. However if the

glass breakage is due to improper fitment or structural defect, fabricator has to change the

glasses under guarantee.

28. Should any Medical/Dental container fail to give satisfactory performance or any

defect develops in the body as aforesaid, the fabricators do hereby agree to repair and

recondition such body at the cost of the fabricators to the satisfaction of the MAIDS as

per the specifications within a period of 15 (Fifteen) days of being called upon to do so.

29. In the event of the fabricators failing to repair and recondition the body in the aforesaid

circumstances, the MAIDS is entitled to have the necessary repairs or alterations done

and recovers the cost thereof from the fabricator payable bills or security deposit and also

to such damages as may accrue to the MAIDS on that behalf.

9

30. All the chassis on which the medical/dental grade container are to be built will be

supplied by the supplier of vehicle chassis to the fabricator’s premises.

31. Subject to the causes beyond the control of the fabricators such as force- majeure, act

of god, civil commotion, riot, fire, strike or lock-out, the Fabricators shall make

over the MAIDS the medical/dental grade sandwich container ex-Delhi, completed and

finished and ready for use on the road for the final inspection and acceptance by the

MAIDS.

32. The line of demarcation and responsibilities between the chassis manufacturers and body

builder shall be as settled by the Technical Committee of MAIDS and the decision of

MAIDS shall be final and binding.

33. The fabricator shall be liable for any damage which occurs to the chassis including

engine, tyres and other fittings belonging to the MAIDS while there in the custody of

the fabricators.

34. The fabricators shall not directly or indirectly transfer or assign this contract or any

portion of it whatsoever to any other firm, person/persons.

35. The fabricators shall at their own expense, effect insurance that cover loss or damage, by

fire, theft or otherwise of the chassis for the period during which they are in the

premises of the fabricators from the date of supply of chassis to the fabricator. This

contract relates to the entire responsibility of the fabricator, until such time, as the chassis

are finally made over to the MAIDS. The fabricator shall produce the insurance policy and

receipts for which premia paid by the fabricators for such insurance at the time of taking

over the chassis from MAIDS/Supplier.

36. All statutory price revision on Mobile dental clinic and material like Aluminum, Steel and

Steel Tubes etc will be absorbed by the fabricator.

37. The delivery schedule for the completed medical/dental grade sandwich container shall be

90 days from the date of delivery of chassis.

38. The MAIDS has the right to modify the order or cancel the Work Order due to

contravention of the conditions of agreement at any time without assigning any reason

whatsoever. The fabricator shall not claim any damages for such cancellation or

modification of Work Order. The MAIDS reserves the right to ask for certain fitments

without any additional costs. The MAIDS has the right to modify the Work Order in

relation to design, quality of material used or any other particulars and in such case the

Fabricators should abide by the change and the MAIDS shall have the right to deduct the

amount which may have been saved consequent to the modifications made in the

10

Specifications.

39. The MAIDS reserves it’s right to withdraw Chassis from the fabricators, whether un-

fabricated/partly fabricated duly cancelling the work order and allot the same to other

fabricators if MAIDS is of the opinion that the fabricator is unduly delaying the work

without any cogent reasons and the difference in cost if any will be recovered

from the defaulted fabricators and the fabricator will be blacklisted.

40. In case of partly fabricated Mobile dental clinic, the payment will be made by the

MAIDS as per its assessment of the cost after fabrication. The decision of MAIDS

regarding the delay on the part of fabricator and also about the cost of the work carried

over by the fabricator shall be final and binding on the fabricator.

41. In case it is found that the Delivery Schedule is not adhered to strictly, the MAIDS

reserves the right to withdraw the Chassis from fabricator and allot the same to another

fabricator and the difference in cost, if any, will be recovered from the defaulting

fabricator.

42. The Work Order is valid till the completion of the job. In addition to the above

conditions, the firm shall comply with the statutory regulations that may come into force

from time to time during the execution of orders.

43. All disputes or litigations related to this Agreement are subject to the jurisdiction

of Delhi/New Delhi.

MAIDS-NRHM 11

Annexure – A

TECHNICAL SPECIFICATIONS OF MEDICAL/DENTAL CONTAINER FOR MOBILE

DENTAL CLINIC

The basic requirement of the design is a sandwich paneled container in which the dental

clinic will be designed and established. The container would be designed on EICHER-11.10

E2 PLUS-BS-IV Diesel WB: 4300mm. The requirements are detailed below and the

fabricator should submit the design and tentative plan for the fitment of dental, electrical,

service devices, water supply and equipments on the vehicle along with layout. The plan

shall allow installation of dental equipments, adequate storage space and enough space for

easy movement of the patients and the staff.

I. Sandwich panel body fabrication specifications are further divided into:

a. General Body Specifications

b. Sandwich panel Body Specifications

c. Floor Specifications

d. Roof Specifications

e. Under chassis storage accommodations/space

f. Interior Body Specifications

g. Interior Partition Wall Specifications

h. Doors & Windows Specifications

i. Cabinet and Countertops Specifications

II . Electrical Fittings Specifications:

a. General aspects of electrical aspects

b. Generator

c. Air Conditioning

d. Exterior and Interior Lighting

e. UPS, Stabilizer and Voltmeter with adequate earthing

III. Water System Specifications:

a. Drinking Water Storage System

b. Waste Water from Dental Units Collection System Specification

IV. Miscellaneous:

a. Fire Extinguishing Provision and certificate

MAIDS-NRHM 12

b. Chemical toilet

c. Audio-Video display equipment- LCD TV and Music System.

d. Awning/Canopy

e. Exterior Graphics

f. Accessories

Note:

Two Dental Chairs along with its delivery units and its other components like

operating stool, operating Light, Suction unit. Installation will be assisted by

Approved Dental Company (Dimension of each chair 6.2ft x4.5ft approx).

All installations and mountings on the vehicle chassis of dental equipments will be

done by the fabricator along with supervision and technical assistance from the

Equipment supplier.

The arms of operating light and work station of the dental chairs will be

modified for wall mount by the fabricator and other attachments will be

provided as trolley based or as per required. The Dental chairs will be supplied by

the Dental Company to the fabricator’s premises.

All installation and modification during installation will be done by fabricator with

assistance from Dental Equipment Company.

Installation of Medical grade compressor (Capacity-1.5Hp, weight 70-90 Kgs) on

vehicle chassis will be done by the fabricator. The Medical grade compressor will

be supplied to fabricator’s premises by the dental equipment company.

The laying of concealed supply pipes for Compressed Air and Water from the

compressor to the dental chairs will be done by the dental equipment company in

assistance with the fabricator.

All concealed pipes of standard quality and make (BIS) shall be ducted and secured

at suitable places in such a manner that during normal use of vehicle the y are

not subjected to any tension, stretching, nicking, cutting, abrasion or chaffing.

I. SANDWICH PANEL BODY FABRICATION SPECIFICATIONS

i. GENERAL BUS BODY SPECIFICATIONS:

a. The fabricated sandwich panel container should be based on the Chassis

specifications i.e. EICHER-11.10 E2 PLUS-BS-IV Diesel WB: 4300mm

and comply with the permitted State Transport Department norms. The

MAIDS-NRHM 13

overall dimensions of the container, however it should not be less than 7 ft

wide x 7.5 ft high x 20 feet long.

b. The drawings i.e. three dimensional diagrams (using Autocad software or

any other) and “Center of Gravity” lay out plan based on the technical

specifications should be enclosed. There should be adequate zoning of the

compartments in the drawings with detailed locations of different components

like Air conditioners, condensers, generator, water tank, seating areas,

gangways etc.

c. The fabrication of the vehicle is carried out using standard and good quality

material and should be certified by the fabricator.

d. The Dental Container is designed as an insulated box type and is mounted on

the truck chassis provided by the Institution.

e. The body construction should be single piece and joint less without the use of

cam locks, and glued together with sealant of appropriate grade without the

use of rivets.

f. Weight distribution of a fully loaded Vehicle on a level surface shall be such

as not to exceed the manufacturer’s front gross axle rating and rear gross axle

weight rating.

ii. SANDWICH PANEL MATERIAL SPECIFICATIONS:

a. Dental Containers should be made of sandwich panels made out of Aluminum

sheets of 2mm thickness and 40-50mm Poly Urethane Foam. It is made using

high pressure vacuum bonding process making it durable, weather resistant,

ability to sustain high forces, complying to standard safety norms as per

Transport Department, GNCT of Delhi and of standard quality and make.

b. The skin and insulation foam shall be joined together by MS Polymer based

sealants (similar to Silyl terminated Modified Polymers) on the basis of

moisture curing adhesive and sealant or equivalent having optimum elastic,

humidity, environmental friendliness, non-staining, weather resistance and

durability properties.

c. Floor shall have reinforcements for receiving and fastening of examination

tables, seats, storage compartments and inner framework. This will allow for

installation of equipments which are premade using internal embedded wall

MAIDS-NRHM 14

and floor mounts.

d. The body corners shall be connected with a corner cap consists of three

directional locking systems (X/Y/Z coordinate) for exact positioning and

connecting. The walls and floor shall be connected using one piece, minimum

3 mm thick, hollow powder coated profiles and joined together with

polyurethane adhesive and sealant to provide extreme torsion strength to the

walls and floor.

e. The Dental container should be designed and made according to technical

specifications and of standard quality standards.

f. The dental container design requires joint less surfaces and disinfectable

interiors.

g. All walls along with roof and floors of the dental container should be of

same quality and make and wherever necessary technical modifications as

per the requirements.

iii. FLOOR SPECIFICATIONS:

a. The floor specifications should be of same quality of the sandwich panels and

wherever necessary technical modifications as per the requirements.

b. Dental Containers bottom floor will have appropriate strength and structure, to

allow container to be installed, fixed onto truck chassis and trailer, and de-

installation from truck chassis and trailer and will comply with ISO standards.

c. Floor shall be coated with 3-4 mm thick multicolored Polyurethane/Vinyl flooring

using two component solvent free resin and with anti skid, good cleaning ability

and impervious to disinfectants of any standard BIS/ISO make.

iv. ROOF SPECIFICATIONS:

a. The roof specifications should be of same quality of the sandwich panels and

wherever necessary technical modifications as per the requirements which

should be of standard quality and make.

b. The roof design shall allow rapid draining of water from the roof so that water

would not accumulate anywhere on the roof.

v. UNDER CHASSIS STORAGE ACCOMMODATIONS

a. Van shall be furnished with weatherproof, rustproof storage compartments

and aesthetically pleasing and ergonomically well-designed doors for

MAIDS-NRHM 15

miscellaneous equipments.

b. Generator, waste water tank etc if located should be secured in well ventilated

compartments and provided with adequate and standard locks. The doors shall

be 180 degree revolving outward opening and laterally supported by rust

resistant high-grade steel hinges.

c. In case there are any exterior compartments provided its doors shall be flush

type construction. The doors and storage compartments shall be produced with

minimum 2 mm thick Aluminum sheets. Doors shall have effective

compression or overlapping seals to prevent leakage of exhaust fumes, dust,

water and air.

d. Doors shall be 180 degree revolving outward opening and laterally supported

by rust resistant high-grade steel hinges. Doors shall be latched automatically

with standard locks to the wall-mounted latches on the body at its fully open

position.

vi. INTERIOR BODY SPECIFICATIONS:

a. The inner wall should be smooth and with no visible joinery.

b. The inner partition walls and table tops should be made of hygienic and

disinfect able materials, they should be easy to clean with hot or cold water,

c. The containers when closed have a minimum noise level inside.

d. The panels edges should be covered with Stainless Steel formed sections for

aesthetic appeal. The use of wood should be avoided to preserve natural

resources.

e. The total number of seats inside would be for at least 6 (Based on final

approved design and space availability) excluding the driver cabin with

adequate gangway.

f. Seats should be made of High Density Moulded Polyurethane Foam of at least

40kg/m3 with head rest and foldable arm rest and leg space with foldable tray

with latch (Based on design and space availability). The upholstery shall be of

leather-match vinyl/polyurethanes/leatherette, color in dark blue or as per

approved interiors.

g. Provision for a continuous seat (Bench type, dual purpose, mainly seating but

in emergency can be used as a bed i.e. if required). Or as per design and space

MAIDS-NRHM 16

availability the layout and location of passenger seats may be altered.

h. Retractable/Foldable prescription writing table in Dental Clinic and Passenger

cabins.

i. Driver / Co-driver Seat shall be comfortable with head and hand rest and

comply with the standard quality and norms.

vii. DOORS & WINDOWS SPECIFICATIONS:

a. Dental Containers doors opening to outside will provide easy entrance and exit

of dental equipments, Doors will be of appropriate dimensions as per design

approved.

b. There will be foldable steps on the Dental Container outside wall in order to

climb to the roof.

c. There should two doors for entry- Side entry and Rear Utility Door. The

Steps on both doors should be manually retractable in nature along with

detachable handrails.

d. The steps in doors shall be provided with anti skid surface (Aluminum

chequered plate/ grooved vinyl sheet or any non-slip coating). The anti skid

surface shall meet the standard requirements.

e. There should be provided with handrails with one detachable assist handrail at

each door. Hand rails and hand holds section dimensions shall be such that the

passengers can grasp them easily and firmly.

f. The windows should be sliding type, and should have adequate rubber bushes

and channeling and also be equipped with a positive latch / lock that can be

secured from inside of standard quality.

g. The size of the windows should be min 2ft wide by 1.5 ft high and of

adequate number of windows to allow effective ventilation and outside vision

for the van staff.

h. The windows should be clear toughened glass and their location i.e. height

and width and number would be finalized as per design approved.

i. Adequate curtains/blinds matching the interiors of standard quality will be

provided.

MAIDS-NRHM 17

viii. INTERIOR PARTITION WALL SPECIFICATIONS:

a. The inner partition walls and table tops should be made of hygienic and

disinfect able materials, they should be easy to clean with hot or cold water.

b. The panels edges should be covered with Stainless Steel formed sections for

aesthetic appeal.

c. The Internal partition wall between the passenger cabin and Dental Clinic

cabin should be of either sliding type or door type with a glass window in

centre. It should be tightly secured. Communication window between driver

and passenger cabins should be possible. (Layout can be modified as per

requirement)

ix. CABINET SPECIFICATIONS:

a. The cabinets and storage compartments should be made of powder coated

steel of min 18 gauge thickness of standard quality.

b. They should be lockable with self locking latch type system where ever

possible and should not open during transport. The drawers should be of

Medical grade Mobile drawers with Silicone rollers.

c. They should have a vision window, so that materials kept inside can be seen.

Adequate number of such storage should be given under the table and

overhead.

d. All cabinets and storage compartments should be designed and colors should

as per the interiors. All storage compartments shall be aesthetically pleasing

and ergonomically well designed.

e. To preclude injury in the event of an accident all cabinet shall be firmly

anchored to tapping plate of the body structure.

x. COUNTERTOPS SPECIFICATIONS:

a. The table counter tops should be made of scratch resistant materials or

stainless steel grade, the edges should be covered with a SS channel for

aesthetic and hygienic conditions. The table thickness should be of minimum

25 mm.

II. ELECTRICAL FITTINGS SPECIFICATIONS:

A. GENERAL ELECTRICAL SPECIFICATIONS

a. It would include External Power Source (Shore Power), UPS (6.5 KVA),

MAIDS-NRHM 18

Generator (5.5Kv), Alternating Current Supply (AC) and Direct Current

Supply (DC) i.e. from vehicle battery.

b. The electrical circuit designing and layout also to be done prior to

installation.

c. All cables a n d f i x t ures used shall be BIS/AIS marked having low

smoke and fire retardant. Copper conductors with fire retardant PVC

insulation and able to withstand working temperature up to 70 Degree

Celsius shall be used.

d. All the cables should be color coded for ease of identification,

ducted and secured at suitable places in such a manner that during

normal use of vehicle the cables are not subjected to any tension,

stretching, cutting, abrasion or chaffing.

e. Electrical cables shall be internally concealed and located such that no

part can make contact with any fuel line or exhaust system subjected to

excess heat.

f. Suitable special insulation shall be provided where such electrical circuits

are necessary. Non-conductive insulated backing for all switch boards.

g. Wires shall be of sufficient length to provide a loop at terminals so as to

permit ample slack for directional positioning.

h. Adequate number of 6Amp and 15 Amp plug points along with

switches with equivalent number and of Standard quality (BIS). Location

and number finalized as per design. At least five 6 Amp and three 15 Amp

in different locations of the clinical areas and other areas minimum of two

6 Amp for TV and DVD.

i. Electrical layout plan should be submitted along with other drawings.

j. Signed and verified Certifications of all concealed wires and electrical

components will be provided by the manufacturer.

k. Power Distribution Panel inside the Container will be located conveniently,

isolated within a box and used to transmit power from Power Entry Panel

on the Container.

j. Adequate provision for external power source in an accessible and well

protected area from rain etc should be provided.

MAIDS-NRHM 19

B. GENERATOR:

a. Any standard with a minimum of Capacity: 5.5 KVA or more (i.e. as

per demand of electrical loading of equipments installed), Type:

Diesel/Petrol, 4 stroke, Water Cooled.

b. Sound attenuated with dreadners, vibration free enclosed space,

c. Generator Controls along with remote interior panel should include

Start, Stop & Hour meter display, and adequate exhaust provision

should be made for sufficient exhaust.

d. The flooring should provide sufficient Shock absorption and

equipment should be from BIS/Standard approved company and

preferably mounted on a retractable and well enclosed location as per

final design beneath the vehicle chassis. (Note: Generator and Air

Conditioner to be provided by the fabricator).

C. AIR CONDITIONING:

a. Split air conditioner of 1.5 Ton of reputed make.

b. Energy efficient at least 3 star rating, different operating modes and fan

speeds with a capacity of at least 18,000 BTU, Full HD Filter, Anti-

bacteria Coating, timer, display and remote control.

c. It should be mounted, stowed and properly fastened in the walls with

additional support if required along with shock absorbing rubber

mountings; resist the vibrations and shall not produce noise during transit

along with all concealed pipes and connections.

d. The location is as per design but care should be taken that there is adequate

and uniform cooling in the entire dental container preferably by extra vents

to allow air circulation.

D. EXTERIOR AND INTERIOR LIGHTING:

a. Container inside illumination will be according to ISO standard.

b. Adequate number in all chambers of the vehicle to maintain quality intensity.

c. All lighting should be LED based for inside and outside.

d. Each Dental Container will have minimum 2 Emergency Lighting Lamp

installed to the wall of the Dental Container. Emergency Lighting Lamp will

be automatically charged directly from Line Power or Generator. Lamps power

MAIDS-NRHM 20

will be minimum 8 W and will run minimum 4 hours.

E. UPS, STABILIZER AND VOLTMETER WITH ADEQUATE EARTHING:

a. UPS: Dental Container will have electric network suitable for equipment contents.

UPS capacity of at least 6.5 KW with a minimum back up time of at least 15-20 mins

of standard quality and BIS marked. Waveform Type: Sine wave, Nominal Output

Voltage 230V, Nominal Input Voltage 230V. Input Frequency at least 45Hz. Auto-

restart when mains power is restored (programmable via software) Bypass on: when

the machine is switched off, it automatically goes into bypass and battery charge mode

Minimum load switch-off, Low battery warning. It should be ISO 9001 certified. The

UPS is secured and kept in a closed vented compartment so that the battery is

accessible for convenient service from the outside.

b. Each Container will have power entry panel. Panels will have heavy duty water proof

connectors. Panels will contain appropriate fuses, and lighting protectors.

c. Power Entry Panel will have 2 AC power entry and 1 DC power entry to use truck 12

or 24 VDC power. Power Distribution Panel inside the Container will be used to

transmit power from Power Entry Panel on the Container.

d. There will be cable raceways for computer network lines in each container.

Distribution Panel will have the minimum specifications and functions given below.

e. Main Power Switch/ UPS 6 KVA for equipments.

f. Power Source-Line Power selection switch Interior lights switch

g. A.C and D.C power Ampere meter, A.C and D.C power Voltmeter,

h. A.C power Frequency meter,

i. Circuit Breaker for Equipment and Environmental Conditioning Unit.

j. Each Container will have its own grounding system. Grounding system will have

grounding rods, cables in appropriate quantities.

k. Electrical conductors shall meet the requirement for flame resistance norms.

l. Stabilizer and Voltmeter for adequate specifications matching the equipment on

the mobile clinic along with adequate earth leakage circuit breakers.

m. The circuit diagram for the container shall be type approved. The number of

lamps, their position, type and wattage used shall also be type approved.

III. WATER SYSTEM SPECIFICATIONS:

a. Drinking Water Storage System: The water dispending system should be

MAIDS-NRHM 21

pressurized by using pressure pumps and one 150 liter Fresh Water tank and

150 liter Grey/Waste water storage tank along with 0.25 hp pump with

adequate length pipe exclusively for filling the tank.

b. The fresh/drinking water should pass through a filtration system of

adequate quality for necessary use. The water supply system is designed to

supply water for cleaning and drinking purposes.

c. A Grey/Waste water storage tank of 150 liters is placed under the Carriage.

The plumbing is high pressure, polybutylene tubing of adequate diameter for

water supply and for drainage.

d. There should be preferably electronic monitoring and control system with

alarm to indicate the status of water in the tank. An auto shut off system

should be there to prevent dry run or over flowing tanks. There is also an

external water supply tap, which can be used for cleaning the vehicle or

washing purposes outside the vehicle. Integrated washbasin for washing hand

is provided beside the nursing area.

e. The wash station is provided with mirror, soap dispenser, towel hanger/ring

and trap in the wash basin of standard quality.

f. Waste Water from Dental Units Collection System Specification: The

waste water should be collected in a grey water tank placed beside the

fresh water tank. There should be alarm indication when the tank is full and

in the eventuality of overflow it should stop further filling of the water tank

and also stop water supply to the taps above.

g. Waste water tank should be located ideally and made of durable, leak

proof, weather and corrosion resistant material along with adequate

drainage system.

IV. Exterior Graphic Design of good quality Vinyl with eco-solvent type with

lamination, to be finalized after approval covering the entire vehicle. The Exterior

Graphic Design would incorporate logo of National Rural Health Mission and MAIDS

along with full wall clinical pictures provided by the institution adequately placed.

V. FIRE EXTINGUISHERS: Adequate Size, Type and Number of Fire Extinguishers

in Driver Cabin, Passenger cabin and Dental Clinical area of standard quality BIS marked.

All of them should be secured in an extinguisher manufacturer bracket of automotive type

MAIDS-NRHM 22

and located in full view and in an accessible place and along with details of the

manufacturer and necessary certificates.

VI. DRIVER CABIN: The cabin will be ergonomically modified and designed keeping

in mind the comfort of the driver and co-driver. Provision for adequate lights, Fans and

music system along with adequate storage space. Adequate carpeting and floor mats of

standard quality should be provided in the cabin. Rear view mirrors made up of moulded

and made up of toughened material of adequate size and standard quality and allowing

good visibility in all weather conditions.

VII. TOILET: Chemical Toilet (Basic model) should be of standard size and

components, quality and make and fabricator should provide adequate supply of chemical.

The toilet will also have provision for wash basin, mirror, towel hanger, Clothes/Apron

hanger and exhaust fan. The size and location can be finalized as per design and space

availability.

VIII. INTERCOM TELEPHONE FACILITY: Should be provided between the driver

and passenger cabin. (Optional)

IX. Provision of Hot water kettle and amenities for coffee and tea vending.

X. FIRST AID KIT should be provided.

XI. Biomedical waste color coded collection units with pedal type concealed bins in the

dental clinical area with clean lids (Red, yellow and black bins) should be provided.

XII. ROOF LADDERS- should be provided as per design.

XIII. Equipment Mounting, Tie downs, padding & Bracing for Operational Transport of

various equipments in the dental clinic and outside for canopy/awning.

XIV. COMPREHENSIVE MAINTENANCE GUARANTEE for 5 years should be

provided. The sandwich body and structural components shall have warranty (100% parts

and labor). This warranty shall include integrity, rust perforation and paint addition. The

remaining items (steps, under chassis compartments, interior compartments, over head

racks, hardware, seats, wiring, light assemblies, sockets, switches etc., shall have a 1 year

(from the date van is put into service) full warranty (100% parts and labor) for all

manufacturing defects.

XV. AUDIO-VIDEO DISPLAY EQUIPMENT- LCD Television will be wall mounted and

of adequate dimensions as per design and DVD/Music System along with adequate

number of concealed speakers connected as per design approved. It shall be stowed and

MAIDS-NRHM 23

properly fastened with shock absorbing rubber mountings; resist the vibrations and shall

not produce noise during transit.

XVI. PUBLIC ADDRESSING SYSTEM: Portable microphone with a cordless microphone of

adequate output with both power supply cable along with provision for use of

rechargeable batteries.

XVII. AWNING/CANOPY: Mobile Clinic shall have a sturdy and retractable awning with

extra strong lightweight white-coated aluminum structure of standard brand on the helper

side. Fabric shall be Vinyl UV resistant waterproof and washable, color shall be hospital

blue. Awning shall be waterproof and of adequate dimensions covering one side of the

wall and allowing to position one table and 4 chairs beneath it. Location can be on one

side or rear side of the vehicle.

XVIII. ACCESSORIES:

a. Computer system: All in one computer system with Intel Core i series processor

with windows 7 operating system, Hard Disk Space of 540 GB, 2/3 GB RAM and

latest version of MS Office Home with key board and cordless mouse installed

will be connected to the installed RVG. It shall be stowed and properly fastened

with shock absorbing rubber mountings; resist the vibrations and shall not produce

noise during transit.

b. Socket Extensions and Cables: 15-meter cable of adequate load bearing capacity

and of standard BIS quality shall be provided to charge the battery/supply power

form the AC source.

c. Other Accessories: Soap Dispensers, Towel and apron hangers, Dust free Blinds

or Curtains in Passenger and Dental Clinic Cabins, Dust bins (at least 2), Public

Addressing system in Driver cabin with overhead microphone and siren.

XIX. TRAINING, MANUALS AND HAND BOOK OF INSTRUCTIONS

The supplier shall be responsible for training of members involved in the mobile

clinic. They should furnish one copy of reference handbook providing the instructions

of operation, care and repair for all van related accessory, component equipment

stated in this document. The handbook shall also contain all installation instructions,

drawings, schematics wiring diagrams, illustrations and safety precautions to ensure

proper management and maintenance. A permanent label shall be affixed on to the

inverter storage box at a visible area and shall state the manufacturer’s name, address,

MAIDS-NRHM 24

phone number and warranty information.

XX. A certificate of quality for all concealed items used like Insulation (e.g. PUF), Wiring etc

should be provided by the fabricator.

XXI. The fabricator will help and liaison the final registration of the vehicle for the

Institute and allow to fulfill all necessary formalities required for the registration.

XXII. TERMS AND CONDITIONS:

The supplier shall submit layouts/design with dimensions of the fabrication

including stowing and fastening of equipments/devices, material data sheets and

literature, catalogs, warranty information for all the standard equipments/

accessories stated in this document along with the technical bid.

The supplier shall submit detailed design with dimensions including electrical

drawings and discuss the same with the Technical committee prior to

manufacturing. Material/system/process/workmanship, which does not meet

quality requirements, shall be liable to be rejected.

If the material/system/process/workmanship do not confirm to statutory

standards/ specifications, the supplier will be liable for relevant action under the

existing law. The supplier for the product could be blacklisted and no further

supplies shall be accepted from him till he is legally cleared.

Any modification of the originally manufacturered vehicle chassis frame shall

provide warranty at least equal to the warranty offered by the original equipment

manufacturer (OEM), and shall certify that the modification and other parts or

equipment affected by the modification shall be free from defects in material and

workmanship under normal use and service intended by the OEM.

MAIDS-NRHM 25

Annexure – B

Prequalification Bid Format

1. Tender Inviting Authority: Director- Principal, Maulana Azad Institute of

Dental Sciences, New Delhi.

2. Name of Work: Fabrication of Mobile Dental Clinic on

EICHER-11.10 E2 PLUS-BS-IV Diesel

WB: 4300mm

3. Quantity 02

4. Tender Id: 2013_MAIDS_32455_2

5. Bidder Name:

6. Names of Documents Whether attached or not

1. Attested scanned copy of Pan Card Y/N

2. Earnest Money attached Y/N

3. Copy of VAT registration Y/N

4. Bank Details Y/N

5. Statement of Accounts of the last three

financial years

Y/N

6. An Undertaking of Annexure F on

Letter Head of the firm

Y/N

7. List of liaison office /workshop in Delhi

NCR

Y/N

8. An Undertaking on stamp paper of

Rs.10/- as per Annexure G

Y/N

Name(s) & Signature of the Tenderer (s) with date & place Seal of the Firm……………………….

Mobile No…………..............................

PAN No……………………………......

E-mail …………………………………

Place……………………………………

Date…………………………………….

MAIDS-NRHM 26

Annexure C

Technical Bid Format

Tender Inviting Authority: Director- Principal, Maulana Azad Institute of

Dental Sciences, New Delhi

Name of Work: Fabrication of Mobile Dental Clinic

EICHER-11.10 E2 PLUS-BS-IV Diesel

WB: 4300mm

Tender Id: 2013_MAIDS_32455_2

Bidder Name:

1. Whether attached Technical specifications duly signed as per

Annexure A (Duly Signed)

Y/N

2. Whether attached 3-D Drawing/Center of Gravity drawing

Catalogue/Technical Literature/ Leaflet or Catalogue book

Y/N

3. Whether attached detailed layout of the proposed

Medical/Dental Sandwich Panel Container based Mobile Dental

Clinic to be attached

Y/N

4. Whether attached Appropriate Certifications for equipments like

A.C, Fire extinguisher, Concealed items like electrical wiring

etc.

Y/N

5. Supply orders of last three financial years preferably of Govt.

Agencies

Y/N

Name(s) & Signature of the Tenderer (s) with date & place

Seal of the Firm……………………….

Mobile No…………..............................

PAN No……………………………......

E-mail …………………………………

Place…………

Date………….

Note: The above documents are to be submitted physically in the sealed envelope to be

submitted as “Technical Bid”. Only the scanned copy of Annexure ‘C’ is uploaded.

MAIDS-NRHM 27

Annexure – D

PRICE BID WITH SPECIFICATIONS

(To be submitted on line only)

TENDER FOR FABRICATION OF MOBILE DENTAL CLINIC

PRICES SHALL REMAIN VALID UPTO 120 Days FROM THE DATE OF OPENING OF TENDER

(TOTAL PRICE PER UNIT WITH TAXES IN Rs.)

Tender ID: 2013_MAIDS_32455_2

Name of the Company:-

***Total in Words Rupees only

The cost of fabrication of only one vehicle should be mentioned in the price bid format.

Name(s) & Signature of the Tenderer (s) with date & place

Seal of the Firm……………………….

Mobile No…………..............................

PAN No……………………………......

E-mail …………………………………

Place…………………

Date…………………

Note: - Please attach additional sheets if required.

Bidder Name:

Sl. Name of the ITEM

Total Price PER UNIT with taxes in Rs.

1. Fabrication of Mobile Dental Clinic

EICHER-11.10 E2 PLUS-BS-IV Diesel, WB:

4300mm

MAIDS-NRHM 28

Annexure – E

AUTHIORISATION LETTER FOR ATTENDING OPENING OF TENDER

Tender document no: ___

Name of the Firm: ___________________

To

The Director-Principal,

Maulana Azad Institute of Dental Sciences,

2, B.S.Z Marg, MAMC Campus,

New Delhi-110002.

Sir,

1. I, Sri. (Tenderer and authorized signatory)

of M/s. (Name of the firm)

would like to attend the tender opening of tender _______________.

or

2. Sri. (Representative of the firm)

whose signature is appended below is here by directed to attend the opening of

tender.

Signature of the firm’s representative:

Name & designation:

Signature of representatives appended below who is hereby directed to attend the opening of

the tender.

Seal of the Firm……………………….

Mobile No…………..............................

PAN No……………………………......

E-mail …………………………………

Place……………………………………

Date…………………………………….

MAIDS-NRHM 29

Annexure – F

UNDERTAKING FOR BLACKLISTING OF THE FABRICATORS

AFFIDAVIT ON CRIMINAL LIABILITY

CRIMINAL LIABILITY UNDERTAKING ON LETTER HEAD OF THE FIRM

I/We _______________________________S/o Shri._______________________

resident of _________________________________

Do solemnly pledge and affirm:

a. That I am the proprietor/partner/director of M/s ______________________

___________________________________________________________

b. That no case of any nature i.e. CBI/Criminal/Income Tax/Sales

Tax/Blacklisting is pending against the firm at the time of submission of

tender.

Signature of Tenderer/Manufacturer

Seal of the Firm……………………….

Mobile No…………..............................

PAN No……………………………......

E-mail …………………………………

Place………………………

Date………………………

MAIDS-NRHM 30

Annexure – G

UNDER TAKING (To be executed on 10/- Stamp Paper)

(To accept terms and conditions)

To

The Director-Principal,

Maulana Azad Institute of Dental Sciences, New Delhi-110 002

Sir,

1. The undersigned certify that I/we have gone through the terms and conditions mentioned in

the Tender Form and undertake to comply with them. I have no objection to any of the

condition of the tender document. I undertake not to submit any complaint/representation

against the tender document after expiry of submission date and time of the tender. The

rates quoted by me/us are valid and binding on me/us for acceptance for the period ending

____________________.

2. I/We undersigned hereby bind myself /ourselves to Director-Principal, MAIDS to Fabricate

the Buses as per Technical Specification and the job order issued by MAIDS for Maulana

Azad Institute of Dental Sciences, New Delhi, during the period under contract as per rates

quoted by us and negotiated / finalised by the MAIDS.

3. The fabrication work done shall be of the best quality and kind as per the requirement of

the Institution. The decision of the Director-Principal, Maulana Azad Institute of Dental

Sciences, New Delhi (Hereinafter called the Purchaser) as regard to the quality and kind of

article shall be final and binding on me/us.

4. Bid Security deposited by me in the form of FDR/Bank Guarantee in the name of the

Director-Principal, New Delhi has been deposited in Purchase Branch of MAIDS and shall

remain in the custody of the Director-Principal till the expiry of guarantee/warrantee

period.

5. I/We shall forfeit to the Director-Principal, MAIDS the Security money in case of any

delay occurs on my part or I or my agent fails to fabricate the Buses of the desired

specifications within the specified period of supply of goods.

6. In case of the Jobs, approved in my favour are got done from any other source due to delay

or non-supply, the extra amount paid may be deducted from the Security submitted by me

and the excess amount if any shall be recovered from my pending dues with the Institution.

MAIDS-NRHM 31

7. Should the Director-Principal deem it necessary to change any article on being found of

inferior quality or defective, it shall be replaced by me free of cost in time to prevent

inconvenience.

8. The conditions contained herein shall form part of the agreement.

9. If I/We fail to fabricate the Buses in stipulated period the Institute has full power to

compound or forfeit the Security Money.

10. I/We declare that no legal/financial irregularities/cases are pending against the

proprietor/partner of the tendering firm or manufacturer.

11. I/We undertake that the rates quoted by us when approved and selected by the Director-

Principal, Maulana Azad Institute of Dental Sciences, New Delhi-2 will be valid for the

asked period (from finalisation of current tender to expiry of guarantee/warrantee), I

undertake to complete the Job within 120. I undertake to supply the ordered goods within

stipulated period and if I fail to supply order during the stipulated period, the necessary

action can be taken by the Director-Principal, Maulana Azad Institute of Dental Sciences,

New Delhi as per Terms & Conditions of Tender Document.

12. I/We undertake that if the rates of any items are lowered due to any reason, I will charge

the lower rates.

13. I/We undertake that the items supplied shall be as per sample/catalogue/technical literature

description approved by the MAIDS.

14. I/We undertake that the quoted rates are the same as with the other Govt. Institutions in

Delhi as well as in India.

Affirmation

I/we pledge and solemnly affirm that the information submitted in tender documents are true to the best

of my/our knowledge and belief. I/we further pledge and solemnly affirm that nothing has been

concealed by me/us and if anything comes to the notice of purchaser during the validity of tender period,

Director-Principal Maulana Azad Institute of Dental Sciences will have full authority as he deems fit,

which may amount to rejection of tender without assigning any reason and forfeiting the Bid Money.

Signature

(Name of Tenderer)

Seal of the Firm……………………….

Mobile No…………..............................

PAN No……………………………......

E-mail …………………………………

Place…………………

Date…………………

MAIDS-NRHM 32

Pre-Qualification:-

1. The firm should possess the 3 years work experience of similar nature.

2. Previous work experience with Govt. agencies in the last three years should be attached.

3. Scanned Copy of Audited statement of accounts of last 3 years duly certified by the

Chartered Accountant.

4. The Annual Turnover around 50 Lakhs.

5. The firm should have a workshop or liaison agency in Delhi NCR to cater to the

maintenance of the vehicles.

6. Scanned copy of Annexure F.

7. Scanned Copy of EMD.

8. Scanned copy of Annexure – B

9. Scanned copy of PAN Card.

10. Scanned Copy of VAT Registration.

11. ECS Details.

12. Scanned copy of Statement of Accounts of the last three financial years

13. Scanned copy of undertaking on stamp paper of Rs.10 duly notarized in original as per

Annexure G.

MAIDS-NRHM 33

TECHNICAL BID:

1. Scanned copy of Annexure - C.

2. Technical Specifications for Fabrication of Mobile Dental Clinics for approved Chassis

i.e. Fabrication of Mobile Dental Clinics EICHER-11.10 E2 PLUS-BS-IV Diesel WB:

4300mm should be enclosed.

3. 3-D Drawing/ Catalogue/Technical Literature/ Leaflet or Catalogue book will be

accepted in the sealed cover in MAIDS till closing date and time of receipt of the

tenders.

4. Tenderer shall furnish complete technical details of the Fabrication of Mobile Dental

Clinics offered, clearly indicating special features etc, if any and furnish, detailed

literature and catalogues/Leaflets with the tender in support of their quotation, along

with list of accessories/spares/consumable should also be quoted separately. The

technical bid shall be cancelled in case it is noted during the technical evaluation that

technical details are incomplete/not in accordance with literature and

catalogues/Leaflets submitted.

5. Detailed layout of the proposed Mobile Dental Clinics should be attached for aiding

in fabrication of the Medical/Dental container.

6. Supply orders preferably of the last three financial years preferably of Government

agencies should be attached along with the bid.

7. Appropriate certifications should be attached along with, for vehicle registration of

the chassis in the State of NCT of Delhi.

8. Tenderer should provide Temporary registration of the Vehicle Chassis for a period

till the completion of the work and should be followed by providing the permanent

registration with assistance from the Institution of these vehicles at Delhi.

9. Comprehensive Maintenance Guarantee for 5 years should be provided.

10. Additional features, if any, should be listed separately in the offer.


Recommended