Download as pdf or txt
Download as pdf or txt
You are on page 1of 81

Bid Number: GEM/2021/B/1486856

Dated: 06-09-2021

Bid Document

Bid Details

Bid End Date/Time 16-09-2021 17:00:00

Bid Opening Date/Time 16-09-2021 17:30:00

Bid Life Cycle (From Publish Date) 90 (Days)

Bid Offer Validity (From End Date) 75 (Days)

Ministry/State Name Ministry Of Health And Family Welfare

Department Name Department Of Health And Family Welfare

Organisation Name Hospital Services Consultancy Corporation (i) Limited (hscc)

Office Name Head Office

Total Quantity 1588

ICU Bed , clinical cabinets , Treatment Couch , overbed


tables-Patients , medical stools or chairs , Saline Stand ,
Dressing Trolley , instrument trolley for hospitals , wheel
chairs , Patient Stretcher Trolley , resuscitation crash cart
console for hospitals , emergency recovery trolley , Kick
Buckets for Hospital , Almirah Steel-IS:3312 , Executive
Item Category Table , High End office Table/Desk Furniture Set / Suit ,
Revolving Chair , Classroom Chairs , Sofas , Chairs-Office- IS
3499 , Centre Table , Public Place Seating Chair , Clothes
Lockers - Steel-IS:3314 , Credenzas , Movable File Storage
System (Compactor) , Wooden Almirah , Laboratory
Benches , Waste Containers Or Rigid Liners- Dust Bin Or
Garbage Bin Or Household Bin-IS 12402

Minimum Average Annual Turnover of the


153 Lakh (s)
Bidder

OEM Average Turnover (Last 3 Years) 612 Lakh (s)

Years of Past Experience required 3 Year (s)

MSE Exemption for Years of Experience and


No
Turnover

Startup Exemption for Years of Experience


No
and Turnover

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Additional Doc 1
(Requested in ATC),Additional Doc 2 (Requested in
ATC),Additional Doc 3 (Requested in ATC),Additional Doc 4
Document required from seller (Requested in ATC),Compliance of BoQ specification and
supporting document
*In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Past Performance 80 %

1 / 81
Bid Details

Bid to RA enabled No

Primary product category ICU Bed

Time allowed for Technical Clarifications


2 Days
during technical evaluation

Estimated Bid Value 30621753.5

Evaluation Method Total value wise evaluation

EMD Detail

Required No

ePBG Detail

Advisory Bank State Bank of India

ePBG Percentage(%) 3.00

Duration of ePBG required (Months). 18

(a). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.

Beneficiary:
CGM
HSCC India Limited (A Subsidiary of NBCC (India) Limited) ,E-6A, Sector-01, Noida
(S.a. Usmani)

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference Yes

MSE Purchase Preference

MSE Purchase Preference Yes

1. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.
2. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above
in the bid document before the bid opening date. Copies of relevant contracts to be submitted along with bid in

2 / 81
support of having supplied some quantity during each of the Financial year. In case of bunch bids, the category of
primary product having highest value should meet this criterion.
3. OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period
shall be uploaded with the bid. In case the date of constitution / incorporation of the OEM is less than 3 year old,
the average turnover in respect of the completed financial years after the date of constitution shall be taken into
account for this criteria.
4. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier
as defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .In case
Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
5. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.
6. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
7. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 80% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant
contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid
in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to
primary product having highest bid value should meet this criterion.

ICU Bed ( 100 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

3 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Performance Purpose ICU Bed are required to be used in Intensive Care


Parameter Unit for comfort of Patient & facilitate comfortable
transfer to & from Emergency/ OT/ Ward etc. & also
to carry out point of care process including Radio-
logical procedure at bed side

Type of ICU Bed Actuator Electro-Mechanical (Motorized )

Type of mechanism for Hydraulic mechanism (Motorized)


functioning or controlling
angular motion of bed part

Type of mechanism for Counter weight mechanism


functioning or controlling
Height of bed

Bed top perforated Yes

Bed should have radio No


translucent top (X-Ray
translucent)

Type of side panel Swing Up Down type

Number of Side panel 4

Shape of Head & Foot panel D-type


/Board

Type of Head & foot Panel Detachable type

Number of hooks provided 2


in IV rod

Availability of rectangular Yes


telesccopic tube box
housing for tension spring

Degree Angle & Height Yes


indicator shall be provided
at both foot & head side

X-Ray film holder used from One side

Power of motor in HP(for 0.5 hp


non motorized put NA)

Avaiability of patient No
constraint belt provided on
both side of bed

Number of caster to which 2


braking system provided

Safe working load capacity 150


of ICU bed in kg

Mattress provided with ICU No


bed

ICU mattress must X-ray NA (If mattress is not provided)


translucent

Mattress shall be made of NA (If mattress is not provided)


High resilient & bio-density
foam

4 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Mattress should be NA (If mattress is not provided)


translucent to allow
radiography using portable
X-ray machines

Mattress should be made in NA (If mattress is not provided)


cube cut design &
independent cubes promote
air flow to reduce moisture

Material for ICU Bed NA (if mattress not provided)


Mattress

Therapeutic Weight limit for NA (if mattress not provided)


mattress in kg

Power Supply ( as Single phase 230 Volt, 50 Hz ( AC Supply )


appropriate fitted with
Indian plug)

Facility of Resettable Yes


overcurrent breaker shall
be fitted for protection

Warranty (Option of 1
comprehensive warranty is
available through bidding
only, which if opted will
supersede normal warranty
in the catalogue)

Standard Parameter Conformity to standard for IEC-60601-1-2:2001 Standard or IS-13450


safety & electromagnetic
compatibility

Dimensional & Material for the frame of MS


Material Parameter bed

Material for side railling/ ABS Plastic


Side Safety guard

Material for Head & Foot ABS Plastic


Panel/Board

Material for Bed top Section ABS Plastic

Material of wheels Polyester

Material for IV rod with SS


chromium plated

Maximum Adjustable Back 0-70


Rest Angle in Degree

Maximum Adjustable Knee 0-40


Rest Angle in Degree

Maximum Trendlenburg 15
Angle in Degree with
tolerance ±2 degree

5 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Maximum Reverse 10
Trendlenburg Angle in
Degree with tolerance ± 2
degree

Mean coil diameter of 40


tension spring used in
counter weight mechanism
in mm

Spring coil diameter used in 6


counter weight mechanism
in mm

Clearance between Bed 150


Base frame and Floor
surface in mm

Length of bed in mm with 220-2300


2% tolerance

Width of bed in mm with 2% 1000-1050


tolerance

Additional Spares ICU Bed Mainframe Not supplied


Parameters supplied

Spares Pair of Bed Ends, Not supplied


detachable supplied

Spares Collapsible side rails Not supplied


supplied

Spares IV Rods supplied Not Supplied

Spares Matress simmilar to not supplied


one supplied with ICU bed

Reports Electric Shock Protection NA for handle operated


level-Class-B/class-1

Additional Specification Parameters - ICU Bed ( 100 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

X-Ray Cassette X-Ray Cassette holder must be there for bed side x-ray facilities

Existing: Length of bed in mm


Amended: Length of bed in mm with 2% tolerance: 2250-2300
with 2% tolerance: 220-2300

5 Function Motorized bed out of which 3 Function on Actuator with Remote


Type of ICU BED controlled operated (Back Rest , Knee Rest & Height Adjustment) and rest 2
Function on Manual operated (TR & ATR ) on Manual Crank.

6 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name

The bed should be provided with Provision of Urine bag holder on both sides
ICU Bed and saline stand holders provided at thefour corners of the bed, the ICU Bed
As approved by engineer incharge/employer

Mattress: The bed should be provided with 40 density 100 mm thick PU


foam mattress which should be covered by heavy helium material which is
ICU Bed Mattress water proof, flame retardant, vapour & Xray permeable. The zip & stitches
for the mattress cover should be concealed or As approved by engineer
incharge/employer
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 100 90
College, Shimla (Himachal
Pradesh)

ICU Bed ( 27 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Performance Purpose ICU Bed are required to be used in Intensive Care


Parameter Unit for comfort of Patient & facilitate comfortable
transfer to & from Emergency/ OT/ Ward etc. & also
to carry out point of care process including Radio-
logical procedure at bed side

Type of ICU Bed Actuator Electro-Mechanical (Motorized )

Type of mechanism for Hydraulic mechanism (Motorized)


functioning or controlling
angular motion of bed part

Type of mechanism for Counter weight mechanism


functioning or controlling
Height of bed

Bed top perforated Yes

Bed should have radio Yes


translucent top (X-Ray
translucent)

Type of side panel Swing Up Down type

Number of Side panel 4

7 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Shape of Head & Foot panel D-type


/Board

Type of Head & foot Panel Detachable type

Number of hooks provided 2


in IV rod

Availability of rectangular Yes


telesccopic tube box
housing for tension spring

Degree Angle & Height Yes


indicator shall be provided
at both foot & head side

X-Ray film holder used from One side

Power of motor in HP(for 0.5 hp


non motorized put NA)

Avaiability of patient No
constraint belt provided on
both side of bed

Number of caster to which 2


braking system provided

Safe working load capacity 150


of ICU bed in kg

Mattress provided with ICU Yes


bed

ICU mattress must X-ray Yes


translucent

Mattress shall be made of Yes


High resilient & bio-density
foam

Mattress should be Yes


translucent to allow
radiography using portable
X-ray machines

Mattress should be made in Yes


cube cut design &
independent cubes promote
air flow to reduce moisture

Material for ICU Bed PU Foam


Mattress

Therapeutic Weight limit for 150


mattress in kg

Power Supply ( as Single phase 230 Volt, 50 Hz ( AC Supply )


appropriate fitted with
Indian plug)

Facility of Resettable Yes


overcurrent breaker shall
be fitted for protection

8 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Warranty (Option of 3
comprehensive warranty is
available through bidding
only, which if opted will
supersede normal warranty
in the catalogue)

Standard Parameter Conformity to standard for IEC-60601-1-2:2001 Standard or IS-13450


safety & electromagnetic
compatibility

Dimensional & Material for the frame of MS


Material Parameter bed

Material for side railling/ ABS Plastic


Side Safety guard

Material for Head & Foot ABS Plastic


Panel/Board

Material for Bed top Section ABS Plastic

Material of wheels Polyester

Material for IV rod with SS


chromium plated

Maximum Adjustable Back 0-70


Rest Angle in Degree

Maximum Adjustable Knee 0-40


Rest Angle in Degree

Maximum Trendlenburg 15
Angle in Degree with
tolerance ±2 degree

Maximum Reverse 15
Trendlenburg Angle in
Degree with tolerance ± 2
degree

Mean coil diameter of 40


tension spring used in
counter weight mechanism
in mm

Spring coil diameter used in 6


counter weight mechanism
in mm

Clearance between Bed 120


Base frame and Floor
surface in mm

Length of bed in mm with 220-2300


2% tolerance

Width of bed in mm with 2% 1000-1050


tolerance

Additional Spares ICU Bed Mainframe Not supplied


Parameters supplied

9 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Spares Pair of Bed Ends, Not supplied


detachable supplied

Spares Collapsible side rails Not supplied


supplied

Spares IV Rods supplied Not Supplied

Spares Matress simmilar to not supplied


one supplied with ICU bed

Reports Electric Shock Protection Yes


level-Class-B/class-1

Additional Specification Parameters - ICU Bed ( 27 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Existing: Length of bed in mm


Amended: Length of bed in mm with 2% tolerance: 2250-2300
with 2% tolerance: 220-2300

X-Ray Cassette X-Ray Cassette holder must be there for bed side x-ray facilities

5 Function Fully automatic wire remote control Intensive care unit bed with
back rest up down, knee rest up-down, trendelenburg and reverse
Type of ICU BED trendelenburg, hi-low position controlled through noiseless electro
mechanical actuators (Linak made) operated by soft touch attendant(
nurses’) control panel

The bed should be provided with Provision of Urine bag holder on both sides
Fully Motorized ICU Bed and saline stand holders provided at the four corners of the bed, the ICU Bed
As approved by engineer incharge/employer

Mattress: The bed should be provided with 40 density 100 mm thick PU


foam mattress which should be covered by heavy helium material which is
ICU Bed mattress water proof, flame retardant, vapour & Xray permeable. The zip & stitches
for the mattress cover should be concealed or As approved by engineer
incharge/employer
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 27 90
College, Shimla (Himachal
Pradesh)

Clinical Cabinets ( 127 pieces )


(Minimum 50% Local content required for MII compliance)

10 / 81
Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

DIMENSIONS Overall depth range (mm) 400 mm (+/- 2.5%)

Overall Width range (mm) 400 mm (+/- 2.5%)

Overall Height range (mm) 820 mm (+/- 2.5%)

CONFIGURATION Frame Tube Thickness (mm) 1.2 - 5.0 Or higher


DETAILS
No. of castor wheels (Nos) 4

Painting Powder Coating

Type of slide of drawer Fitted With Telescopic Channel

Material of Enclosure of Mild steel


bedside locker

Material of cabinet and Mild steel


Drawer

Locking system for cabinet Yes


and drawer

FEATURES Number of Shutters 1

Number of Open shelves 1

Number of Shelves 2

Finish Power Coated

FRAME TUBE Frame Tube Material MILD STEEL

Additional Specification Parameters - Clinical Cabinets ( 127 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Frame Tube Thickness (mm) 1.6 mm

Top should be made of ABS cover & should have minimum thickness of 2.2
mm. Top should have recessed and contoured shaped for better usability.
TOP
Plastic molded knob should be provided on the drawers and Cabinet for easy
opening.

Cabinet and drawer should be made of CRCA sheet of thickness 0.8 mm.
Cabinet should be provided with lock. Telescopic ball slides should be used
for easy smooth operation of the drawer. Corner tubes should be made of
Cabinet and drawer
MS ERW tubes of dia 25 mm x 1.2mm thickness. Locker should be Anti
microbial and thermosettinh epoxy polyester powder coated for bacterial
protection.

11 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name

Clinical cabinet As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 127 90
College, Shimla (Himachal
Pradesh)

Treatment Couch ( 10 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

General Features Warranty 2.0

Maximum Load Weight 180.0

Type of Treatment Couch 2


Section

Standard and Certificated CE


Certificate

Measurements & Maximum Height in mm 800-850


Technical Data
Total Length in mm 1800-1825

Table Top Width in mm 550-575

Leg Section Length in mm 1175-1200

Foot Section Adjustment NA

Wheel Base Retracable, Central Locking, Independent Locking, No


Wheel, Without Wheel, NA

Height Adjutable No

Mattress Mattress fitting Type Fixed


Specification

Couch Construction Frame Type Mild Steel

12 / 81
Additional Specification Parameters - Treatment Couch ( 10 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name

All metal components should be pre treated with zinc phosphating in 9 tank
Finish process and then powder coated with anti microbial epoxy polyester powder
coating

Under structure frame material section size/tube dia should be 32


mm(±3mm) . Thickness of under structure frame material should at least
Under structure of Examination 1.6 mm It should have 3 drawer and 3 storage cabinets with
Couch 550mm(±30mm) (W) x 1300mm(±30mm) (L) x800 mm(±30mm) (Height) it
should have tray for B.P. apparatus pre treated & epoxy powder coated at
least 2mm thick

Foot rest stool is to be made of ERW square tube.Textured and Rubber mat
is to be provided, of 20mm X 20mm size. Tube 1.2 mm thick and mat 3.0
mm thick Size:485(L) x 335 (W) X 210 mm (H) Step stool is to be made of
sliding Foot rest
MS square tubes, is to be strong and firm. Top is to be made of textured
rubber offering firm grip for climbing or As approved by Engineer Incharge/
Employer

Existing: Table Top Width in


Amended: Table Top Width in mm: 600-650 mm, Wheel Base:: NA
mm:525-550

Treatment Couch As approved by Engineer In-charge/Employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 10 90
College, Shimla (Himachal
Pradesh)

Overbed Tables-Patients ( 127 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Dimensions Overall Height(If fixed >= 900 mm to 1000 mm


height table)/Minimum
Height(If variable height
table)

Overall Length >950 mm to 1000 mm

Overall Width >400 mm to 450 mm

13 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Permissible Height 200, 300, 400 Or higher


Adjustment over the
Minimum height

Height of the table top Yes


adjustable:

Cross section of Frame Rectangle


material

Frame n Design Design of Over bed Table Ability to position bed table top over patient from side
of bed

Provision for changing No


slope of table top from its
horizontal position

Material Of Frame Mild Steel, Stainless Steel Or higher

DIa/size of pipe used in frame 50.0

Thickness Of Pipe Of Frame 2.0

Table Top Material Of Top Membrane Pressed MDF board

Length Of table top 880.0 - 900.0 Or higher

Width Of table top 435.0 - 600.0 Or higher

Thickness Of table top 25.0

Certifications Availability Of Type Test Yes


Reports(TTRs)[to be
submitted by seller to
buyer on demand) of The
Product From Central
Govt/NABL/ILAC Accredited
Lab Showing Compliance To
The Specification

Miscellaneous Number Of Supports In The 1


Frame

Dia Of Castor wheels 50.0

Additional Specification Parameters - Overbed Tables-Patients ( 127 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Permissible Height Adjustment


300 mm
over the Minimum height

Length Of table top 880.0 - 900.0 mm

Width Of table top 600 mm

14 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name

Bottom frame made of SS 304 tube of section 38X38 mm and 1.2 mm


thick.top frame of 30X30mm and thickness 1.2 mm .fixed tube of section
38X38mm of thickness 2.6 mm for providing guidway to telescopic tube it
Under structure should be buffed finish to provide smooth operation without wear and
corrosion .Locking knob mechanism should be used to lock SS telescopic
tube at desired ht .SS 304 tube 30 X 30 mm and thickness 1.2 mm for tray
mounting and supporting the top frame and welded with telescopic tube .

Castors must be injection molded type of 50mm dia having high endurance,
Castors
anti-static properties. Safe working load must be 40kgs
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 127 90
College, Shimla (Himachal
Pradesh)

Medical Stools Or Chairs ( 131 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Dimensions Adjustable Height Yes

Normal Height (mm) 470

Back rest height (mm) withoutbackrest

Min. Height (mm) 470

Diameter/Side length of Top 300


(mm)

Thickness/Size of Under 1.2


structure Frame (mm)

Max. height (mm) 655

Stool Top base Thickness 1.01


(mm)

Material and shape Cushioning in the stool Top Without cushion


of Stool
Finish powdercoating

Design of Back rest withoutbackrest

15 / 81
Specification Specification Name Bid Requirement (Allowed Values)

No of Legs in the under 4


structure

Foot rest Without

Shape of stool top Round

Material of Top Stainless Steel

Leg shoe Material pvc

Painting Powder coating

Type of Stool Revolving

Material of Under Structure ms

Back rest Without

Additional Specification Parameters - Medical Stools Or Chairs ( 131 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Stool Top base Thickness (mm) 2.0 mm

Seat base is made of MS ring and rectangular tube. EN8 Screw having dia of
22 mm should be used for height adjustment of the seat base.The hub
Seat base should be made of MS ERW tube having dia of 38mm and thickness 2 mm.
The Hub should be welded with the legs and it should accommodate and
cover the lead screw mechanism.

The under structure should consist of 4 legs made up of MS ERW tube of


diameter 25.4 mm and 1.6mm thick. The press formed pipe leg should give
Under structure
a ro und & clean look. All the legs should be provided with 4 nos of Nylon-6
bush., Safe working load must be 135kg

medical stools As approved by engineer incharge/employer

All metal components should be pre treated with zinc phosphating in 9 tank
process and then powder coated with anti microbial epoxy polyester powder
Finish
coating to fulfil the requirements for bacterial protection against at least 2
commonly found bacteria in Hospital environment
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 131 90
College, Shimla (Himachal
Pradesh)

16 / 81
Saline Stand ( 127 pieces )
(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Performance Number of hooks on rod 2


parameters
Number of castor wheels 5

Number of castor brakes 2

Type of coating Epoxy powder coated

Warranty in years 1

Material and Material of frame Mild steel


dimensional
parameters Material of rod Stainless steel(SS 304)

Material of base frame Mild steel

Height adjustment of rod in 1370-2340


mm

Reports Availability of test report Yes


from govt/ NABL/ILAC
accredited lab covering all
parameters

Copies of all certifications Yes


and reports to be provided
to buyer on demand at time
of supplies ,

Additional Specification Parameters - Saline Stand ( 127 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Telescopic height adjustable saline stand mounted on castor. Over all


dimension should be 550 mm dia base circle with ht adjust from 1370 mm
to 2340 mm. The 5 pronge bottom frame should made of 1.6 mm thick mild
Additional Specification
steel and the lower basement should be 3 mm dia with 1.6 mm thick ms
tube. Five nos.high endurance anti static plastic moulded 50 mm castors
should be provided with dual locking.

17 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name

The telescopic rod should be 19 mm dia , 1.6 mm thick ss 304 grade tube
with locking knob. 4 nos hooks are provided for hanging saline bags. The
telescopic tube should have plastic bush at the bottom which provide
Telescopic rod
smooth linear motion during ht adjustable. All the mspart are pre-treated
with 9tank process with zinc phosphate and powder coated with anti
microbial epoxy polyester powder coating.

SAline stand As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 127 90
College, Shimla (Himachal
Pradesh)

Dressing Trolley ( 45 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Performance Type of frame Tubular


Parameters
Number of castors wheels 4

Number of castor brakes 2

Number of shelf 2

Provision of protective all sides of shelves


/guiding railings

Provision of bowl and Yes


bucket on shelf

Type of coating Epoxy powder coated

Warranty in years 2

Material and Material of frame of Trolley Stainless steel (SS 304)


dimensional
parameters Overall length of trolley in 1010
mm

Overall width of trolley in 510


mm

Overall height of trolley in 900


mm

18 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Thickness of wall of frame 20


in gauge

Diameter of castors in mm 100

Material of shelf Stainless steel (SS 304)

Width of shelf in mm 500

Material of bucket and bowl Stainless steel (SS 304)

Diameter of bowl in mm 345

Diameter of bucket in mm 360

Repotrts Availability of test report No


from govt/ NABL/ILAC
accredited lab covering all
parameters

Copies of all certifications NA ,Incase test reports not available


and reports to be provided
to buyer on demand at time
of supplies ,

Additional Specification Parameters - Dressing Trolley ( 45 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Diameter of tubes of frame in


32 mm with 1.6 mm thickness
mm

Dressing trolley As approved by engineer incharge/employer

Thickness of Bowl and bucket


1.2 mm
wall

Existing : length of trolley in


mm: 1010, Overall width of Amended : length of trolley in mm: 1232, Overall width of trolley in mm:
trolley in mm: 510, Overall 531, Overall height of trolley in mm: 915
height of trolley in mm: 900

Diameter of castors Castors of 125mm Diameter, should be used for easy in movement.
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 45 90
College, Shimla (Himachal
Pradesh)

19 / 81
Instrument Trolley For Hospitals ( 45 pieces )
(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Performance Type of Instrument Trolley 2 Shelve Instrument trolley


Parameters
Shelves Position one on Top and one at bottom above casters (for 2
shelves)

Availbility of Chrome Plated yes


Pressed Sheet Frame

Availbility of Raling above the Yes


Shelves

Thickness of Railing Sheet if 6mm


railing is provided otherwise
Put NA

Foldability No

Load carrying capacity of 50.0


the trolley (in kg)

Weight carrying capacity of 25.0


the shelves (in kg)

Mode of operation Manual

Warranty (Years ) 1

Material and Material of trolley Stainless Steel 304


Dimensional
Parameters Thickness of Sheet of 6.0
trolley in mm

Thickness of Sheet of Shelf 1.6


in mm

Length of Trolley in mm 918.0

Width of Trolley in mm 609.0

Height of Trolley in mm 950.0

Overall Weight of the 14.5


trolley (Kg)

Material of Caster Rubber

Ground Clearnance in mm 330.0

Reports Availability of test report No


from Govt Lab or any
NABL/ILACapproved Lab to
prove conformity to the
specification

20 / 81
Additional Specification Parameters - Instrument Trolley For Hospitals ( 45 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name

Diameter of Vertical Pole in mm 32 millimeter with 1.6 mm thickness

instrument trolley for hospitals As approved by engineer incharge/employer

Diameter of Vertical Pole in mm 32 millimeter with 1.6 mm thickness

instrument trolley for hospitals As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 45 90
College, Shimla (Himachal
Pradesh)

Wheel Chairs ( 20 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Ungrouped Hand Rim Outside Dia. (mm) dia16*1.2mm

Material of Seat cushionleatherite

Total weight of Wheel Chair 8


(Kg.)

Foot rest Material alluminiumdiecast

Range of Seat Height seatnotadjustable


Adjustment (mm)

Density of Cushoin material on 30


armrest,seat and Backrest
(Kg/m3)

Leg Guard Width (mm) 600

Back rest with Cushion Yes, No

Hardness of Axle (HRC) a3l104

21 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Hand rim Tube thickness (mm) 1.2

Front castor Dia (mm) 200

Cushion on Seat With

Overall Width in unfolded 670


condition of wheel chair (mm)

Leg guard type Swinging and detachable

Slope of Seat (Degree) 0

Type of Back rest Foldable

Overall Length (mm) 790

Type of Wheel Hub steel

Hand Rim material a3carbon

Foldable Yes

Overall Width in folded 310


condition of the wheelchair
(mm)

Leg Guard Thickness (mm) 1

Types of Wheel chairs Attendant controlled Non powered

Material of Handle a3carbonsteelpvc

Frame tube thickness (mm) 1.2

Material of arm rest puabspolymer

Material of hand grip a3carbonsteel

Material of Cushion on leathrite


armrest,seat and Backrest

Clearnce of frame from 0


floor (mm)

Dia of Axle (mm) 24inch

Overall Height (mm) 870

Range of Width Adjustment widthcantbeadjust


(mm)

Length of Foot Rest (mm) 800

Loading Capacity (Kg.) 100

Rear wheel rim Material soilmagwheels

Thickness of Arm rest (mm) 30

Material of Axle a3

Arm rest Type Fixed

Cushion Material Thickness 30


(mm)

Seat Depth (mm) 400

22 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Material of Folding Mechanism steel

Diameter of Tube/ thickness of 1.2mm


flat of folding mechnism (mm)

Rear wheel rim thickness (mm) 1.2

Distance between seat and 420


foot rest (mm)

Clearance of footrest from 150


floor (mm)

Seat Cushion Material leathrite

Finish of Aluminium casts Anodized

Hand Rim With

Handle for push/pull action yes


of Wheel Chair

Thickness of Seat (mm) 30

Slope of the backrest with 90


repesct to floor (Degree)

Foot rest thickness (mm) 3

Width of foot rest (mm) 200

Rear wheel tyre type Solid

Arm rest height from seat 105


(mm)

Cushion on Arm rest With

Material of Back rest leathrite

Thickness of Cushion material 30


of Arm rest (mm)

Material of frame a3carbonsteel

Types of foot rest Swinging without height adjustment

Warranty (Years) 1

Frame tube Dia (mm) 22

Width of wheel chair Fixed.

Seat Height Fixed

Seat hight from floor at the 520


front (mm)

Thickness of back rest (mm) 10

Leg guard Material leathritestrap

Painting of mild steel Chrome Plating


components

23 / 81
Additional Specification Parameters - Wheel Chairs ( 20 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name

Back rest with Cushion Yes

wheel chairs As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 20 90
College, Shimla (Himachal
Pradesh)

Overbed Tables-Patients ( 35 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Dimensions Overall Height(If fixed > 1100 mm to 1200 mm


height table)/Minimum
Height(If variable height
table)

Overall Length >=600 mm to 650 mm

Overall Width >350 mm to 400 mm

Permissible Height 400 Or higher


Adjustment over the
Minimum height

Height of the table top No


adjustable:

Cross section of Frame Rectangle


material

Frame n Design Design of Over bed Table Ability to position bed table top over patient from side
of bed

Provision for changing No


slope of table top from its
horizontal position

24 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Material Of Frame Stainless Steel Or higher

DIa/size of pipe used in frame 32.0

Thickness Of Pipe Of Frame 1.2

Table Top Material Of Top Stainless Steel

Length Of table top 600.0 - 900.0 Or higher

Width Of table top 400.0 - 600.0 Or higher

Thickness Of table top 1.0

Certifications Availability Of Type Test Yes


Reports(TTRs)[to be
submitted by seller to
buyer on demand) of The
Product From Central
Govt/NABL/ILAC Accredited
Lab Showing Compliance To
The Specification

Miscellaneous Number Of Supports In The 1


Frame

Dia Of Castor wheels 50.0

Finish of Surface MATT

Additional Specification Parameters - Overbed Tables-Patients ( 35 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Mayo trolley As approved by engineer incharge/employer

Length Of table top 900 mm

Width Of table top 600 mm

Material Of Top and


Stainless steel (304)
understructure
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 35 90
College, Shimla (Himachal
Pradesh)

25 / 81
Patient Stretcher Trolley ( 40 pieces )
(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Performance Overall Length of trolley in 2030


Parameters mm with 5% tolerance

Overall width of trolley in 710


mm with 5% tolerance

Material of Stretcher MS
Trolley

Provision of mattress Yes Or higher

Provision of Saline rod Yes Or higher

Provision of storage tray Yes Or higher

Number of castor wheels 4

Provision of Oxygen Yes Or higher


cylinder arrangement

Material of handle SS

Miscellaneous Warranty (Option of 2


Parameters comprehensive warranty is
available through bidding
only, which if opted will
supersede normal warranty
in the catalogue)

Additional Specification Parameters - Patient Stretcher Trolley ( 40 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Provision of Saline rod, storage


Strecher trollry should be supplied with Provision of Saline rod, storage tray,
tray, Oxygen cylinder
Oxygen cylinder arrangement and mattress
arrangement and mattress

The trolley should be made of 32 mm and 25 mm dia 1.6 mm thick ERW


tube, holder for stretcher should be made up of mild steel Castor should be
of 200 mm dia , diagonal locking castor.stretcher should be made up of
Understructure Specification of
ERW tube of dia 25 mm and thickness 1.6 mm, Top sheet should be made of
trolley
CRCA sheetof thickness 1.2 mm with contour shape to accommodate
patient, IV pole holder should be made of MS, Maximum safe work load
should be 150 kg

26 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name

Trolley with good quality welding "Co2 Argon" process should be adhered
to. All metal components should be pre treated with zinc phosphating in 9
Additional specifictaion tank process and then powder coated with anti microbial epoxy polyester
powder coating.goods should be supplied in knocked down construction to
reduce carbon emission.

Patient Stretcher Trolley As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 40 90
College, Shimla (Himachal
Pradesh)

Resuscitation Crash Cart Console For Hospitals ( 10 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Unregistered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Complete Set of Material of Crash cart Console Steel with high density polymer finish
Details
Number of Baskets in over 6
bridge (Nos)

Number of Drawers (Nos) 6

Length of Side Storage (mm) 1200

Depth of Basket (mm) 100

Number of Utility Trays in 3.0 - 3.0 Or higher


over bridge (Nos)

Height of over bridge from the 1535


trolley (mm)

Additional Specification Parameters - Resuscitation Crash Cart Console For Hospitals ( 10 pieces )

27 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name

Resuscitation Crash Cart Console For Hospitals : Advanced emergency cart


constructed of steel/aluminum and high density resin. Defibrillator shelf with
Resuscitation Crash Cart monitor straps, glove dispenser , sharp container , oxygen cylinder cardiac
Specification pole , cardiac chest board, writing surface , clean plastic overlay for top cap,
push handle built into the end panel for smooth stable movement. Pullout
writing surface top. cart should be light, sturdy, scratch and dent resistant

All drawer should be lockable individually/ central lock. should have


minimum five drawer with adjustable dividers , should have a side bin
Specification discarding syringes and gloves, castors should not be less than 5" diameter
of facilitate quiet and easy maneuverable, dust prevention, and flexible
transportation.

Size should be 110 cm to 200 cm base should be not less than 60 cm to 70


Resuscitation Crash Cart
cm. width and depth should be good enough to accommodate the necessary
Console For Hospitals size
items.

Resuscitation Crash Cart


As approved by engineer incharge/employer
Console For Hospitals
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 10 90
College, Shimla (Himachal
Pradesh)

Emergency Recovery Trolley ( 5 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Trolley Dimensions Material of Bed Frame Mild Steel

Corner Bumpers With

Side rail Collapsible

Height of side rail from 300.0 - 375.0 Or higher


patient Surface

Overall Length of patient >=2100 mm to 2200 mm


transfer trolley

Material of side rail Stainless Steel

Type of back rest section Continuous Type.


tilt.

28 / 81
Specification Specification Name Bid Requirement (Allowed Values)

RH and LH Fastening Belt With

Overall Width of Patient > 900 mm up to 950 mm Or higher


Transfer Trolley (mm)

Mattress Type of Mattress Single Section Mattress

Width of mattress (mm) 620.0 - 670.0 Or higher

Length of Mattress (mm) suited 1850 mm to 1900 mm


with trolley length

Thickness of mattress 1.6 mm


platform

Thickness of mattress 100 mm

Material of mattress Single Layer PUF with 40 Kg/cubic Meter density

Number of sections of 2
mattress Platform (Nos)

Wheels Diameter of Castor wheel 125, 150 Or higher

Numbers of centrally 2 Or higher


lockable Castor wheel (Nos)

Steering facility with No


additional Directional Wheel

Trolley Height Range of height adjustment 300.0 - 300.0 Or higher


from the Maximum Height

Trolley Features Range of angle of back rest 70.0 - 90.0 Or higher


section tilt adjustment from
0 degree to maximum
Degree:

Oxygen Cylinder Holder Yes


facility

X-ray tray assembly Yes


provided:

Urine Bag Holder Yes

Range of Trendelenburg angle ( 20.0 - 20.0 Or higher


+/- Degree)

Range of Anti- 20.0 - 20.0 Or higher


Trendelenburg angle ( +/-
Degree)

Facility for Knee break Manual


position

Load Carrying Capacity 200.0 - 400.0 Or higher


(Static) of patient transfer
trolley (Kgs)

Load Carrying Capacity 200.0 - 400.0 Or higher


(Dynamic) of patient
transfer trolley (Kgs)

29 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Warranty & Warranty period 3, 5 Or higher


Comprehensive
Maintenance
Contract

Additional Specification Parameters - Emergency Recovery Trolley ( 5 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Height of side rail from patient Surface: 300 mm, Overall Width of Patient
Transfer Trolley (mm): 950 mm , Width of mattress (mm):670 , Diameter of
Castor wheel: 150 mm, Numbers of centrally lockable Castor wheel (Nos):2 ,
Specification -1
Range of height adjustment from the Maximum Height:300 mm, Range of
angle of back rest section tilt adjustment from 0 degree to maximum
Degree:70.0 - 90

Range of Anti-Trendelenburg angle ( +/- Degree): 20, Range of Anti-


Specification -2 Trendelenburg angle ( +/- Degree):20, Load Carrying Capacity (Static) of
patient transfer trolley (Kgs) 200

Emergency recovery trolley AS approved by engineer incharge/employer

Warranty period 3
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 5 90
College, Shimla (Himachal
Pradesh)

Kick Buckets For Hospital ( 50 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Unregistered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL AND Material of Caster Plastic


DESIGN
No of Caster 3

Stand of kick bucket Portable

30 / 81
Specification Specification Name Bid Requirement (Allowed Values)

CAPACITY AND Kick bucket Capacity(in ltr) 5


DIMENSION

Additional Specification Parameters - Kick Buckets For Hospital ( 50 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Material of Kick Bucket Stainless steel (304)

Thickness of Bucket wall 1.0 mm

Diameter of Understructure
25 mm with 1.6 mm thickness
Pipe

Kick Buckets for Hospital As approved by engineer incharge /employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 50 90
College, Shimla (Himachal
Pradesh)

Almirah Steel-IS:3312 ( 25 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL Material M.S sheet conforming to commercial quality CR-


1,Grade 340 of IS 513:2008 (reaffirmed 2013)(Fifth
Revision)Amdt. no.1, M S Sheet conforming to Quality
Grade D of IS:513/2008 with amend. no. 1 (Not as per
IS 3312)

Material of Almirah Doors 5 mm thick Transparent Glass Sheet fixed in the MS


sheet frame

Sheet Thickness of Locker N.A

31 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Length of Glass Sheet (+/- 780 mm, 880 mm


10 mm)

Width of Glass Sheet (+/- 10 305 mm


mm)

Sheet Thickness of door 0.8 mm (Minimum)

Sheet Thickness of 0.8 mm (Minimum)


sides,back , Top and Bottom

Sheet Thickness of Shelves 0.8 mm

Sheet Thickness of Pedestal 0.8 mm (Minimum), 1.0 mm


in mm

Material of Lock Brass and steel finish, lock having made of steel with
zinc plated finish having brass levers and MAZAK /
ZAMAK bolts having zinc plated finish along with
MAZAK / ZAMAK handle

Material of Keys brass and steel finish, keys made of MAZAK / ZAMAK
having nickle plated finish

GENERIC Conformity to Indian No, Yes


Standard IS:3312 latest

No of shelves (Nos) 4

Type of Shelves Adjustable, Fixed

Locker Provided No

Locking System with the NA


locker

Number of Doors (Nos) 2

Door Stiffner upto full door No, Yes


height Provided with the
almirah doors

Number of Hinges with 3


each door (Nos) - No hinges
if having sliding door with
top hanging arrangement

Number of Glass Sheet 2


fixed in each Almirah door
(Nos)

Construction Welded

Lock Three Way bolting device controlled by lock

DIMENSION Height (Without Pedestal) 1855, 1800


(in mm) (+/- 10 mm)

Width (+/- 7 mm) 910.0

Depth (+/- 5 mm) 455.0, 486.0

Inside Height of Locker (+/- N.A


5 mm)

32 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Inside Width of Locker (+/- N.A


5 mm)

Inside Depth of Locker (+/- N.A


5 mm)

Width of Stiffner (+/- 5 mm) N.A

Thickness of MS Sheet of 0.8 mm, N.A


Stiffner

Stiffened Pedestal height in 120


mm (±2 mm)

Pedestal Width in mm (±2 70


mm)

COLOUR & FINISH Finish powder coated

Colour of Paint AS PER BUYER CHOICE

Packing Five Ply Corrugated Board And Strapped With 12 Mm


Hdpe Strap, Gutta Packing, Bubble Sheet

WARRANTY WARANTEE PERIOD IN 1


NUMBER OF YEARS

Additional Specification Parameters - Almirah Steel-IS:3312 ( 25 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Instrument cabinet As approved by engineer incharge/employer

Length of Glass Sheet (+/- 10


780 mm
mm)

Height (Without Pedestal) (in


1855 mm
mm) (+/- 10 mm)

Depth (+/- 5 mm) 455 mm, Thickness of MS Sheet of Stiffner: 0.8 mm

Door Stiffner upto full door


height Provided with the YES
almirah doors
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

33 / 81
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 25 90
College, Shimla (Himachal
Pradesh)

Executive Table ( 22 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Mode of supply Assembled Ready To Use

Understructure of table Gable end and modesty panel

Storage provided One side

Keyboard tray Not provided

Foot rest Not Provided

MATERIAL Table top Material Three layer prelaminated particle board(Wood


Product) of grade II type II of IS 12823/Latest

Gable end and modesty Three Layer prelaminated particles board(wood


panel material product) of grade II type III of IS 12823/Latest

Leg Material NO LEGS

MISC Table top plain sides Edge to be banded with PVC tape of 2mm thick with
the help of hot melt glue

Gable end and modesty panel Edge to be banded with PVC tape of 2mm thick with
plain side the help of hot melt glue

DIMENSION Thickness of table top ±2 25.0


mm

Thickness of gable end and 19.0


modesty panel ±2mm

Length of table top ±10 mm 1200.0

Depth of table ±10 mm 750.0

Height of table ±10 mm 750.0

Dimension of leg(mmXmm) No legs


±5mm

STORAGE UNIT Number of Storage unit Triple storage


provided

Width of storage unit ±10mm 400mm

Depth of storage unit in mm 600


(±10mm)

34 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Height of medium storage unit 150mm


±5mm

Height of largest storage unit 230mm


±5mm

FOOTREST Material thickness of N.A


footrest ±2mm

COLOUR & FINISH Table top finish Laminate in colour with swede finish 0.6-0.8mm
thickness of type S,F or P having index no.3.2.3
conforming to IS 2046/Latest with having balancing
laminate of 0.5mm thick on other side

Table top shade As per Buyer's choice

WARRANTY Warrantee period in 1


number of years

CERTIFICATION Product having BIFMA YES, NO, NA


certification

OEM of offered product is YES


ISO 9001:2015 certified

OEM of offered product is YES


ISO 14001:2015 certified

OEM of offered product is YES


ISO 18001:2007 certified

Additional Specification Parameters - Executive Table ( 22 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Executive Table As approved by engineer incharge/employer

Product having BIFMA


YES
certification

Executive table supplied with Freestanding Movable Pedestal shall be made


from 18 mm thick prelaminated particle board with a combination of 2 mm
and 0.8 mm PVC edge band on all the exposed surfaces as per requirement.
Executive table with Pedestal
The drawers are provided with suitable slides for smooth operation. All the
pedestal drawers are centrally locked with a single key, Diameter of Castors:
50 mm
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

35 / 81
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 22 90
College, Shimla (Himachal
Pradesh)

High End Office Table/Desk Furniture Set / Suit ( 7 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Mode of supply Knocked down to be assembled at consignee site by


the seller

Top, sides and bottoms (of N.A


each product) fixed up system

Warranty periods 1 – Year

MAIN TABLE Design / Shape Rectangular

Under structure of main Gable end modesty panel


table

Table top material combination of MDF particle board and solid wood
with top venner face coated with clear lacquer

Gable end material Pre-laminated MDF board

Modesty panel material Prelaminated MDF board (with all exposed edges
sealed with 2mm PVC edge banding tape and all
unexposed edges sealed with 0.6mm edge banding
tape pressed at 200 degree C with hot melt glue on
special)

Leg material N.A

Number of buffer provided Four numbers at bottom

Length of table top ± 20 1800 mm


mm

Depth of table top ±10 mm 900 mm

Height of table top ± 10 750 mm


mm

Dimension of leg ± 2 mm NA

Thickness of table top ± 2 36 mm


mm

Thickness of gable end ± 2 18 mm


mm

Thickness of modesty panel 8 mm


± 1 mm

36 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Material of keyboard tray Other wood of standard quality


and right angle L-Type
supporting bracket

Finish of exposed edges of N.A


keyboard tray

EXTENDED RETURN Number of storage unit 1 number


UNIT
Storage with shutter N.A

Number of drawers N.A

Size of small drawers ± 5 N.A


mm

Size of medium drawers ± 5 N.A


mm

Number of lockable castors N.A


at bottom

Size of lockable castors ± 2 N.A


mm

Provision of storage lock N.A


system

Material of top Particle board with venner face coated with clear
lacquer

Material of modesty panel Prelaminated particle board with venner and PU


coating finish

Material of side panel Prelaminated particle board with venner and PU


coating finish

Thickness of top panel ± 2 19 mm


mm

Thickness of other panel ± 18 mm


2 mm

Thickness of drawer base ± N.A


1 mm

Drawer/storage shutter pull up Chrome plated handle


mechanism

Width of unit ± 20 mm 900 mm

Depth of unit ± 5 mm 450 mm

Height of unit ± 5 mm 550 mm

Overall height of storage 650 mm


unit ± 5 mm

Width of storage unit ± 5 mm 465 mm

PEDESTAL STORAGE Type of unit Two drawers


UNIT
Size of drawers ± 2 mm 162 mm (H) x 640 mm (D) x 480 mm (W)

37 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Each drawers fixed with On telescopic channel of 400 mm length with average
weight of 0.6 Kg per set having average thickness of 1
mm steel member of channel

Provision of lock system Central locking system

Drawer pull up mechanism Chrome plated handle

Material of top panel Particle board with venner face coated with clear
lacquer

Material of other panel Prelaminated particle board with venner and PU


coating finish

Thickness of top panel ± 1 19 mm


mm

Thickness of other panel ± 18 mm


1 mm

Number of lockable castors N.A


at bottom pedestal storage
unit

Size of lockable castors for N.A


pedestal storage unit ± 2
mm

Width of pedestal unit ± 5 480 mm


mm

Depth of pedestal unit ± 5 620 mm


mm

Height of pedestal unit ± 5 550 mm


mm

Finish of pedestal storage unit Veneer with PU coating

WOODEN BOOK Total Number of shelf N.A


CASE
Top panel material N.A

Side panel material N.A

Shelf material N.A

Full Door panel material N.A

Upper door panel made up N.A


of

Lower door panel made up N.A


of

Thickness of top panel N.A


material ± 1 mm

Thickness of side panel N.A


material ± 1 mm

Thickness of shelf panel N.A


material ± 1 mm

Thickness of door panel N.A


(full size) material ± 1 mm

38 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Thickness of upper door N.A


panel made up of ± 1 mm

Thickness of lower panel N.A


made up of ± 1 mm

Material for buffer N.A

Width of book case ± 10 N.A


mm

Depth of book case ± 5 mm N.A

Height of book case ± 20 N.A


mm

Size of medium shelf N.A

CERTIFICATION Test reports to be furnished to YES


buyer on demand

Product having BIFMA Yes


certification

OEM of offered product is Yes


ISO 9001:2015 certified

OEM of offered product is Yes


ISO 14001:2015 certified

OEM of offered product is Yes


ISO 18001:2007 certified

Additional Specification Parameters - High End Office Table/Desk Furniture Set / Suit ( 7 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name

Thickness of modesty panel ± 1


18 mm
mm

Product having BIFMA


NO
certification

Two Drawer and One File Cabinet size 280 mm (H) x 640 mm (D) x 480 mm
PEDESTAL STORAGE UNIT
(W)

High End office Table/Desk


As approved by engineer incharge/employer
Furniture Set / Suit

Existing: Length of table top ±


Amended: Length of table top ± 20 mm:1500 mm
20 mm:1800 mm

Thickness of modesty panel ± 1


18 mm
mm

Product having BIFMA


NO
certification

39 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name

Two Drawer and One File Cabinet size 280 mm (H) x 640 mm (D) x 480 mm
PEDESTAL STORAGE UNIT
(W)

High End office Table/Desk


As approved by engineer incharge/employer
Furniture Set / Suit

Existing: Length of table top ±


Amended: Length of table top ± 20 mm:1500 mm
20 mm:1800 mm
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 7 90
College, Shimla (Himachal
Pradesh)

Revolving Chair ( 82 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL Pedestal Base Aluminium Die Cast with ABS/Nylon Twin Caster
Wheels Minimum 5 Nos, of 50 mm Size

Arm Material aluminium covered with pu

seat material PU Foam covered with Fabric

Density of PU foam used in seat 45


KG per Cu Meter (+/- 3)

Density of PU foam used in NA


backrest in KG per Cu Meter
(+/- 3)

Material of Fabric Back Innner frame Upholstered with Mesh fabric and
Cover / Material for mounted on main assembly
Backrest

Material of Fabric of Seat 100% polyester fabric


Cover

GSM/Thickness of fabric ±5% 250 gram


(Gram/Square meter)

GENERAL Chair Type Advance Bio Synchronic

40 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Tilt Tension Adjustment Yes

Height Adjustment ± 5(mm) up to 100 mm

Arm With

Type of backrest support Backrest With Adjustable Lumber Support

Arm Type Adjustable

Colour of Fabric for Seat and black


Backrest

Ergonomic Seat Design Yes

Back type push back

Backrest is made of two pcs Backrest is made of one piece injection moulded
injection moulded frame frame

backrest has separate No


adjustable headrest

Seat type sliding

Seat is curved Yes

Locking mechanism Yes

Type of locking 5-Position Locking

Number of arm movement 4(up & down end left & right)

Lumber support integrated

DIMENSION Overall Chair Height 1080


±15mm

Backrest Height ±15mm 600.0

Backrest Width ±10mm 440.0

Seat Height ±15 mm 450

Seat Width ±10 mm 500

Seat Depth ±10 mm 500.0

Thickness of MS Plate 2.0


Joining the under structure
with Seat

Thickness of Plywood used N.A


in Seat ±1(mm)

Thickness of Plywood used N.A


in Backrest ± 1(mm)

Padestal Size (Diameter in mm) 650


+/- 10 mm

Thickness of Polyurethane 50 mm
Foam Used in Seat in mm
(+/- 2 mm)

41 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Thickness of Polyurethane N.A


Foam Used in Backrest IN
MM (+/- 2 MM)

WARANTEE Warrantee period in 3-year


number of years

CERTIFICATION Test reports to be furnished NO


to buyer on demand

BIFMA Certification NO

OEM of offered product is YES


ISO 9001:2015 certified

OEM of offered product is YES


ISO 14001:2015 certified

OEM of offered product is YES


ISO 18001:2007 certified

Green guard certification YES, NO

Aiota YES, NO

Additional Specification Parameters - Revolving Chair ( 82 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Green guard certification and


NO
Aiota

Revolving Chair As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 82 90
College, Shimla (Himachal
Pradesh)

Revolving Chair ( 7 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

42 / 81
* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL Pedestal Base Aluminium Die Cast with ABS/Nylon Twin Caster
Wheels Minimum 5 Nos, of 50 mm Size

Arm Material aluminium covered with pu

seat material PU foam covered with mesh fabric

Density of PU foam used in seat 45


KG per Cu Meter (+/- 3)

Density of PU foam used in NA


backrest in KG per Cu Meter
(+/- 3)

Material of Fabric Back Innner frame Upholstered with Mesh fabric and
Cover / Material for mounted on main assembly
Backrest

Material of Fabric of Seat 100% polyester fabric


Cover

GSM/Thickness of fabric ±5% 250 gram


(Gram/Square meter)

GENERAL Chair Type Advance Bio Synchronic

Tilt Tension Adjustment Yes

Height Adjustment ± 5(mm) up to 100 mm

Arm With

Type of backrest support Backrest With Adjustable Lumber Support

Arm Type Adjustable

Colour of Fabric for Seat and black


Backrest

Ergonomic Seat Design Yes

Back type push back

backrest has separate Yes


adjustable headrest

Seat type sliding

Seat is curved Yes

Locking mechanism Yes

Type of locking 5-Position Locking

Number of arm movement 4(up & down end left & right)

Lumber support integrated

DIMENSION Overall Chair Height 1080


±15mm

Backrest Height ±15mm 600.0

Backrest Width ±10mm 440.0

43 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Seat Height ±15 mm 450

Seat Width ±10 mm 500

Seat Depth ±10 mm 500.0

Thickness of MS Plate 2.0


Joining the under structure
with Seat

Thickness of Plywood used N.A


in Seat ±1(mm)

Thickness of Plywood used N.A


in Backrest ± 1(mm)

Padestal Size (Diameter in mm) 650


+/- 10 mm

Thickness of Polyurethane 50 mm
Foam Used in Seat in mm
(+/- 2 mm)

Thickness of Polyurethane N.A


Foam Used in Backrest IN
MM (+/- 2 MM)

WARANTEE Warrantee period in 2-year


number of years

CERTIFICATION Test reports to be furnished YES


to buyer on demand

BIFMA Certification YES, NO

OEM of offered product is YES


ISO 9001:2015 certified

OEM of offered product is YES


ISO 14001:2015 certified

OEM of offered product is YES


ISO 18001:2007 certified

Green guard certification YES, NO

Aiota YES, NO

Additional Specification Parameters - Revolving Chair ( 7 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Green guard certification, Aiota


NO
and BIFMA Certification

Revolving Chair As approved by engineer incharge/employer

44 / 81
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 7 90
College, Shimla (Himachal
Pradesh)

Classroom Chairs ( 30 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Seat Details Thickness of Cushion Used in 40


Seat in mm (+/- 2 mm)

Density of Cushion Used in 45


Seat (Kg/Cubic Metre)

Material of Fabric of Seat Cover 290 GSM cloth fabric

GENERIC Chair Type One Arm with fixed Writing pad on one side other side
open

Type of Seat and Backrest 12 mm Thick Plywood Only

Depth of Seat in mm (+/- 10 460


mm)

Height of Seat in mm (+/- 10 440


mm)

Width of Seat in mm (+/- 10 460


mm)

Overall Chair Height in mm (+/- 850


10 mm)

Backrest Details Density of Cusion Used in 45


Backrest (Kg/Cubic Metre)

Thickness of Cushion in 40
Backrest in mm (+/- 2 mm)

Material of Fabric of 290 gSM Cloth Fabric


Backrest Cover

Height of Backrest (mm) 470.0

SUPPORT / UNDER Frame Material Mild Steel square Section of size 25x25 mm and wall
STRUCTURE thickness minimum 1.6 mm

45 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Writing Pad Details Writing Pad Material 20 mm thick MDF Board of grade SBG II conforming to
IS 12406 laminated with minimum 0.6 mm thick on
Top side of type S, P or F having index 3.2.3
conforming to IS 2046 and minimum 0.5 mm thick
balancing laminate on the other side

MISC Colour of Fabric for Seat and As per buyer's choice


Backrest

Finishing of Structure Powder coated

Warranty Warranty period in number 1


of years

Certification Test reports to be furnished to YES


buyer on demand

Product having BIFMA NO


certification

OEM of offered product is YES


ISO 9001:2015 certified

OEM of offered product is YES


ISO 14001:2015 certified

OEM of offered product is YES


ISO 18001:2007 certified

Additional Specification Parameters - Classroom Chairs ( 30 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Class Room Chair As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 30 90
College, Shimla (Himachal
Pradesh)

Sofas ( 7 pieces )
(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

46 / 81
* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Material Frame Structure Material 18 mm teak plywood


and size (±1 mm)

Seat Cusion Material foam

Density of Cushion of Seat 30


Material ±3 (Kg/Cubic M)

Type of Spring in the Base / Zig zag


Seating

Generic Total Number of Seats in 1


the Sofa Set (Nos)

Type of Sofa and Backrest Seat and Backrest are permanently fixed with the
frame Structure

Number of Single Seater 1


Units (Nos)

Number of Two Seater Units NO TWO SEATER UNIT


(Nos)

Number of Three Seater NO THREE SEATER UNIT


Units (Nos)

Number of Four Seater NO FOUR SEATER UNITS


Units (Nos)

Frame Covering Fully Upholstered

Sofa Set is Foldable to use No


as bed

Backrest Cushion Material foam

Density of Cushion of Backrest 40, 45, 50, 55, 60, 65, 70, 75, 28, 32, 35 Or higher
Material (Kg/Cubic M)

Covering Material for Seat Leatherite


and Backrest

Dimension Length of Single Seater 850


Units in mm (±5 mm)

Length of Two Seater Units N.A


in mm (±10 mm)

Length of Three Seater N.A


Units in mm (±10 mm)

Length of Four Seater Units N.A


in mm (±10 mm)

Depth of Sofa Units in mm 900


(±10 mm)

Sofa Height (Without Back 700.0


Cushion) ±5 (mm)

Sofa Height (With Back 800.0


Cushion) ±5 mm

Arm Width ±5 (mm) 120.0

47 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Arm Height ±5 (mm) 710.0

Seat Height (With Seat 450.0


Cushion) ±5 (mm)

Sofa Leg Height ±2(mm) 150.0

Sofa Leg Width / Diameter ±2 40.0


(mm)

Seat Cushion Length ±5 640


(mm)

Seat Cushion Width ±5 510


(mm)

Seat Cusion Thickness ±5 125


(mm)

Backrest Cushion Length ±5 1050


(mm)

Backrest Cushion Width ±5 508


(mm)

Backrest Cushion Thickness ±3 175


(mm)

Thickness of Foam in arms ±2 50


(mm)

Thickness of Foam in back ±2 152.0


(mm)

Thickness of Foam in front ±2 40.0


(mm)

Thickness of Foam in sides ±2 10.0


(mm)

Colour & Finish Colour of Covering Material black

Warranty WARRANTY PERIOD IN 1


NUMBER OF YEARS

Additional Specification Parameters - Sofas ( 7 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Density of Cushion of Backrest


28
Material (Kg/Cubic M)

SOFA As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

48 / 81
Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 7 90
College, Shimla (Himachal
Pradesh)

Sofas ( 7 pieces )
(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Material Frame Structure Material 18 mm teak plywood


and size (±1 mm)

Seat Cusion Material foam

Density of Cushion of Seat 30


Material ±3 (Kg/Cubic M)

Type of Spring in the Base / Zig zag


Seating

Generic Total Number of Seats in 2


the Sofa Set (Nos)

Type of Sofa and Backrest Seat and Backrest are permanently fixed with the
frame Structure

Number of Single Seater NO SINGLE SEATER UNIT


Units (Nos)

Number of Two Seater Units 1


(Nos)

Number of Three Seater NO THREE SEATER UNIT


Units (Nos)

Number of Four Seater NO FOUR SEATER UNITS


Units (Nos)

Frame Covering Fully Upholstered

Sofa Set is Foldable to use No


as bed

Backrest Cushion Material foam

Density of Cushion of Backrest 40, 45, 50, 55, 60, 65, 70, 75, 28, 32, 35 Or higher
Material (Kg/Cubic M)

Covering Material for Seat Leatherite


and Backrest

Dimension Length of Single Seater N.A


Units in mm (±5 mm)

49 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Length of Two Seater Units 1400


in mm (±10 mm)

Length of Three Seater N.A


Units in mm (±10 mm)

Length of Four Seater Units N.A


in mm (±10 mm)

Depth of Sofa Units in mm 900


(±10 mm)

Sofa Height (Without Back 700.0


Cushion) ±5 (mm)

Sofa Height (With Back 800.0


Cushion) ±5 mm

Arm Width ±5 (mm) 120.0

Arm Height ±5 (mm) 710.0

Seat Height (With Seat 450.0


Cushion) ±5 (mm)

Sofa Leg Height ±2(mm) 150.0

Sofa Leg Width / Diameter ±2 40.0


(mm)

Seat Cushion Length ±5 1200


(mm)

Seat Cushion Width ±5 510


(mm)

Seat Cusion Thickness ±5 125


(mm)

Backrest Cushion Length ±5 1050


(mm)

Backrest Cushion Width ±5 508


(mm)

Backrest Cushion Thickness ±3 175


(mm)

Thickness of Foam in arms ±2 50


(mm)

Thickness of Foam in back ±2 152.0


(mm)

Thickness of Foam in front ±2 40.0


(mm)

Thickness of Foam in sides ±2 10.0


(mm)

Colour & Finish Colour of Covering Material black

50 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Warranty WARRANTY PERIOD IN 1


NUMBER OF YEARS

Additional Specification Parameters - Sofas ( 7 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

SOFA As approved by engineer incharge/employer

Density of Cushion of Backrest


28
Material (Kg/Cubic M)
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 7 90
College, Shimla (Himachal
Pradesh)

Chairs-Office- IS 3499 ( 14 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL Type of material (other NOT APPLICABLE


then wood) used in
Polythene cane Chair

Material of Fabric Back N.A


Cover

Frame Material ERW pipe

Density of Polyurethane Foam 45 Kg/Cub.M


Used in Seat ±2 (Kg/Cub M)

Material of Fabric of Seat fabric


Cover

Thickness of Plywood used N.A


in Seat ±1(mm)

51 / 81
Specification Specification Name Bid Requirement (Allowed Values)

GSM/Thickness of Fabric ±5 250 Gram per Sq Meter


(Gram per Sq Meter)

Arm Material polypropelene

Thickness of Polyurethane N.A


Foam Used in Backrest IN
MM (+/- 3 mm)

Thickness of Polyurethane 50 mm
Foam Used in Seat IN MM
(+/- 3 mm)

Shoe Type nylon rubber

GENERIC Chair Type With Arms

Type of Seat and Backrest Seat made of padded with polyurethane foam and
Backrest made of Mesh with support of injection
moulded polypropylene

Frame Type Cantilever

Castors Without

DIMENSION Size of Material (mm) 2 mm thick 25 mm tube

Chair Height ±15(mm) 950 mm

Seat Depth ±10(mm) 450 mm

Seat Width ±10 (mm) 470 mm

Seat Height IN MM ±5(mm) 460

Backrest Width ±10(mm) 450 mm

Backrest Height ±10(mm) 600 mm

Arm Length ±5(mm) 250 mm

Arm Width ±2(mm) 50 mm

COLOUR & FINISH Colour of Fabric for Seat and black


Backrest

Paint Type powder coated on MS

Colour of Paint black

CERTIFICATION Test reports to be furnished YES


to buyer on demand

BIFMA certification NO

OEM of offered product is YES


ISO 9001:2015 certified

OEM of offered product is YES


ISO 14001:2015 certified

OEM of offered product is YES


ISO 18001:2007 certified

WARRANTY Warranty period in number 1


of years

52 / 81
Additional Specification Parameters - Chairs-Office- IS 3499 ( 14 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name

Chair Office As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 14 90
College, Shimla (Himachal
Pradesh)

Centre Table ( 7 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL Top material Medium Density Fiberboard

Frame material Other wood

Leg material Other wood

Material of Understructure Other wood


supporting the top

Storage material Medium Density Fiberboard

Shoes Material Nylon

GENERIC Mode of supply Knocked down to be assembled at Consigning site by


the seller

Shape of the Centre table Rectangular

Style of Centre Table Supported by set of Legs

Design of centre table With four legs only

Number of storage under Single storage in bottom portion


top

DIMENSION & Dimension of Top (length X 550mmX450mm


THICKNESS Breadth) ±20mm

53 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Height of centre table ±10 460.0


mm

Thickness of top material 18.0


(+/-2 mm)

Thickness of frame material 18.0


(+/- 1 mm)

Thickness of leg material 35mm X 35mm

Thickness of understructure 36.0


support material

MISC connecting of leg Adjacent side of leg

Number of buffers Four number at bottom

COLOUR & FINISH Table top finish Natural

WARRANTY Warranty period in number 1


of years

CERTIFICATION Test reports to be furnished to YES


buyer on demand

OEM of offered product is ISO YES


9001:2015 certified

OEM of offered product is ISO YES


14001:2015 certified

OEM of offered product is ISO YES


18001:2007 certified

Additional Specification Parameters - Centre Table ( 7 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Dimension of Top (length X


550mmX550mm
Breadth) ±20mm

18 mm thick Prelaminated MDF board with all exposed edges sealed with
2mm PVC edge banding tape and unexposed edges sealed with 0.6mm PVC
TOP and storage Material
edge banding tape pressed at 200o C with hot melt glue on special
machines.

Corner Table As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

54 / 81
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 7 90
College, Shimla (Himachal
Pradesh)

Centre Table ( 7 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL Top material Commercial Block Board MR Grade Conforming to IS


1659

Frame material Teak wood

Leg material Other wood

Material of Understructure Other wood


supporting the top

Storage material Medium Density Fiberboard

Shoes Material Rubber

GENERIC Mode of supply Assembled ready to use

Shape of the Centre table Rectangular

Style of Centre Table Supported by set of Legs

Design of centre table With four legs only

Number of storage under Single storage in bottom portion


top

DIMENSION & Dimension of Top (length X 1194mmX584mm


THICKNESS Breadth) ±20mm

Height of centre table ±10 430.0


mm

Thickness of top material 25.0


(+/-2 mm)

Thickness of frame material 36.0


(+/- 1 mm)

Thickness of leg material 40mm X 40mm

Thickness of understructure 36.0


support material

MISC connecting of leg Adjacent side of leg

Number of buffers Four number at bottom

55 / 81
Specification Specification Name Bid Requirement (Allowed Values)

COLOUR & FINISH Table top finish Natural

WARRANTY Warranty period in number 1


of years

CERTIFICATION Test reports to be furnished to YES


buyer on demand

OEM of offered product is ISO YES


9001:2015 certified

OEM of offered product is ISO YES


14001:2015 certified

OEM of offered product is ISO YES


18001:2007 certified

Additional Specification Parameters - Centre Table ( 7 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Amended: Top material :25 mm thick Prelaminated MDF board with all
Existing: Top material
exposed edges sealed with 2mm PVC edge banding tape and unexposed
:Commercial Block Board MR
edges sealed with 0.6mm PVC edge banding tape pressed at 200o C with
Grade Conforming to IS 1659
hot melt glue on special machines.

Centre Table As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 7 90
College, Shimla (Himachal
Pradesh)

Public Place Seating Chair ( 125 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Type of Seating Integrated Seat and Backrest

56 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Style with arm and backrest

Seating Capacity (Nos) 3

Number of arms (Nos) 2

Delivery status Knocked Down Supply to be assembeled by Seller on


Site

Seat Cushion WITHOUT CUSHION

Backrest Cushion WITHOUT CUSHION

MATERIAL Material of Main Frame M S ERW tube

Material of Seat and PU Foam reinforced with 2 mm M S sheet inserts


Backrest

Material of Arms armrest are made up of powder coated high pressure


aluminium dye cast

Material of Legs POWDER COATED HIGH PRESSURE ALUMINIUM DYE


CAST LEGS

Thickness of material of Main 1.8


Frame in mm

Thickness of material of Arms 1.2


in mm

DIMENSION Overall Length in mm (±10 1655


mm)

Overall Depth in mm ( ±5 665


mm)

Overall Height in mm (±5 870


mm)

Seat Height from Floor in mm 425 mm


(±5 mm)

Thickness of material of Seat 2.2 MM


and Backrest (mm)

CERTIFICATION Conforming to International YES


Standard for Public Seating
(*BIFMA X 5 dot 4 or
equvalent)

COLOUR & FINISH Colour of Covering Material black

All M S Strucure Finish Powder Coated

Colour of Paint silver

WARANTEE WARANTEE PERIOD IN 1


NUMBER OF YEARS

MISC Adjuster for legs Yes

57 / 81
Additional Specification Parameters - Public Place Seating Chair ( 125 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name

The seat and back to be made up of high density self skin PU Foam
Material of Seat and Backrest reinforced with 3 mm MS perforated sheet insert. The PU Foam having
density of 680 +/- 10 Kg/m3 with hardness of 55 +/-5

Cross Beam made up of black powder coated MS ERW square tube of size
Cross Beam 6.0+/- 0.05cm X 6.0+/- 0.05cm X 0.018+/- 0.016 cm thick fitted with
polypropylene end caps.

Existing: Thickness of material


Amended: Thickness of material of Main Frame in mm: 2.0
of Main Frame in mm : 1.8

Thickness of material of Arms in


2.0 mm
mm

Public Place Seating Chair As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 125 90
College, Shimla (Himachal
Pradesh)

Clothes Lockers - Steel-IS:3314 ( 25 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Number of compartments 4


(Nos)

Locks Internal locking

MATERIAL & WEIGHT Material M.S sheet conforming to commercial quality CR-
1,Grade 340 of IS 513:2008 (reaffirmed 2013)(Fifth
Revision)Amdt. no.1

Sheet Thickness of body, 0.8, 0.9, 1, 1.1, 1.2, 1.3, 1.4, 1.5, 1.6, 1.7, 1.8, 1.9, 2
back shelves and pedestal Or higher
(mm)(+/- 5%)

Sheet Thickness of door 0.8


(mm)(+/- 5%)

Handle Black plastic

58 / 81
Specification Specification Name Bid Requirement (Allowed Values)

DIMENSION Height of dressers Without 1830


pedestal in mm (±5 mm)

Width of dressers in mm 375


(±5 mm)

Depth of dressers in mm 450


(±5 mm)

Stiffened Pedestal height in 60


mm (±5 mm)

CLOUR ,FINISH & Packing Five ply corrugated board and strapped with 12 mm
PACKING HDPE straps.

Paint Powder coated

Colour Ash Gray, Steel Gray

WARRANTY Warrantee period in 1


number of years

Additional Specification Parameters - Clothes Lockers - Steel-IS:3314 ( 25 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Sheet Thickness of body, back


shelves and pedestal (mm)(+/- 1.0 mm
5%)

Colour Steel Gray

Clothes Lockers As approved by engineer incharge/employer

Finish shall be epoxy polyester powder coated to the thickness of 50


Finish microns . Handle/Label holder shall be Aesthetically appealing Snap fit ABS
plastic handle.

Clothes Locker As approved by engineer incharge/employer

Sheet Thickness of body, back


shelves and pedestal (mm)(+/- 1.0 mm
5%)

Colour Steel Gray

Clothes Lockers As approved by engineer incharge/employer

Finish shall be epoxy polyester powder coated to the thickness of 50


Finish microns . Handle/Label holder shall be Aesthetically appealing Snap fit ABS
plastic handle.

Clothes Locker As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

59 / 81
Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 25 90
College, Shimla (Himachal
Pradesh)

Credenzas ( 60 pieces )
(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL & Material specification Prelaminated particle board of grade II type III of IS
MATERIAL 12823/Latest.Both side laminated. Outer side
THICKNESS laminated with shade matching with top shade and
facia shade and having balancing laminate of 0.5mm
thickness on other side

Material thickness of 19, 25, 38 Or higher


complete body,Fascia and
drawer/compartment

Material thickness for back, 19, 25, 38 Or higher


partition and drawer
bottom/compartment
shelves ±2mm

Skirting Thickness 3, 5, 9, 12, 15, 19 Or higher

All plain panels edge to be With 0.8-1.0 mm thick PVC tape with the help of hot
banded melt glue

GENERIC Mode of supply Knocked Down to be assembled at consignee site by


the seller

Design of credenza unit Compartments(With Shelves) only

Number of drawers N.A

Number of compartments One Nos


with shelves

Number of shelves in each One Nos


compartment

Number of compartment N.A


without shelves

Number of partition for N.A


compartment

Number of compartment in N.A


each partition

60 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Type of doors for Shutter hung on side


compartments

Number of doors Two Nos

DIMENSION Width of credenza unit ± 950 mm


20mm

Height of credenza unit ±20 600 mm


mm

Depth of credenza unit 450 mm


±20mm

MISC Locking System provided YES

Handles for Corrosion Resistance Metal


Drawer/Compartment

Openables shutter hung on side With help of auto closing hinges of O cracking overlay
of the compartment type

COLOUR & FINISH Colour oak

Material finish Matt finish

WARRANTY Warrantee period in 1


number of years

CERTIFICATION Test reports to be furnished YES


to buyer on demand

Product having BIFMA NO


certification

OEM of offered product is YES


ISO 9001:2015 certified

OEM of offered product is YES


ISO 14001:2015 certified

OEM of offered product is YES


ISO 18001:2007 certified

Additional Specification Parameters - Credenzas ( 60 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Material thickness of complete


body,Fascia and 19 mm
drawer/compartment

Material thickness for back,


partition and drawer
19 mm
bottom/compartment shelves
±2mm

61 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name

Skirting Thickness 3 mm

Credenzas As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 60 90
College, Shimla (Himachal
Pradesh)

Movable File Storage System (Compactor) ( 1 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Number of Bays 4-Bay

Type of Drive Mechnized Drive Type

Number of Movable Bodies 6


(= A) (Double Faced / Dual
Cabinets covering all bays)
(Total number of available
sections = 2 X number of
bays X A)

Number of Shelves in Each 4 Shelves/5 Compartments


Section / Cabinet

Load Carring Capacity of 70 Kg


Each Shelf (Kg)

Every Base frame fitted with Two pair of MS wheel

Stud Main and add on construction

MATERIAL M S Sheet Thickness of the 0.8 mm thick CRC sheet conforming to Grade D of IS
Cabinet Body (mm) 513/2008 latest

M S Sheet Thickness of the 0.8 mm thick CRC sheet conforming to Grade D of IS


Shelf Pannels (mm) 513/2008 latest

M S Sheet Thickness of the 0.8 mm thick CRC sheet conforming to Grade D of IS


Door Pannels (mm) 513/2008 latest

Height of base frame ±2(mm) 75 mm

62 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Height of track and moving 45 mm


clearance ±2(mm)

Number of Folds in Shelf Panels 10

DIMENSION Overall Height of the 2080


Cabinet from the ground in
mm ±10 (mm)

Depth of the Cabinet 450.0


±10(mm)

Width of the Cabinet in mm 905.0


(± 5 mm) (THIS IS WIDTH
OF EACH SECTION OR EACH
BAY) Overall width of entire
compactor will be this
width multiplied by number
of bays)

Pitch of all the shelves 25.4MM

Aisle space inside of units 760 mm

COLOUR & FINISH Paint Powder Coating

WARRANTY Warranty Period IN NUMBER 1, 2, 3, 4, 5 Or higher


OF YEARS

DOORS AND Central Locking System for YES


LOCKING locking entire compactor
unit

CERTIFICATION Test reports to be furnished to YES


buyer on demand

OEM of offered product is ISO YES


9001:2015 certified

OEM of offered product is ISO YES


14001:2015 certified

OEM of offered product is ISO YES


18001:2007 certified

Additional Specification Parameters - Movable File Storage System (Compactor) ( 1 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Warranty Period IN NUMBER OF


1
YEARS

Movable File Storage System


As approved by engineer incharge/employer
(Compactor)
* Bidders offering must also comply with the additional specification parameters mentioned above.

63 / 81
Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 1 90
College, Shimla (Himachal
Pradesh)

Medical Stools Or Chairs ( 46 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Dimensions Adjustable Height Yes

Normal Height (mm) 550

Back rest height (mm) 350, 21

Min. Height (mm) 450

Diameter/Side length of Top seatdiameter40cm


(mm)

Thickness/Size of Under seatdiameter40cm


structure Frame (mm)

Thickness of cushion (mm) 20mm

Max. height (mm) 700

Back rest Thickness (mm) 20mm

Stool Top base Thickness 12


(mm)

Over all width/Diameter (mm) 650

Material and shape Material of Back rest pufoamcoveredwithleatherite


of Stool
Material of cushion pufoam

Cushioning in the stool Top with Cushion

Back rest support Frame mserwtube


Material

No of Legs in the under 5


structure

Foot rest Without

Shape of stool top Round

Material of Top Wood

Leg shoe Material castors

64 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Painting Others

Density of Cushion (Kg/cub 45


metre)

Type of Stool Revolving

Material of Under Structure mserwtube

Back rest With

Additional Specification Parameters - Medical Stools Or Chairs ( 46 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Back rest height (mm) 350 mm

Revolving Stool As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 46 90
College, Shimla (Himachal
Pradesh)

Wooden Almirah ( 48 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Material of Construction ISI Marked, single layer MDF Board conforming to
Grade SBG II of IS 12406/2003 laminated with 0.6-0.8
mm thick lamination conforming to IS 2046/1995 and
balancing lamination of 0.5 mm thick on the back side

Number of Shelves (Nos) 4

Number of Doors (Nos) 2

Height in mm (±10 mm) 1850

65 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Depth in mm (±5 mm) 430

Width in mm (±10 mm) 910

DIMENSIONS Thickness of Top in mm (±2 18


mm)

Thickness of Sides in mm 18
(±1 mm)

Thickness of Back in mm 12
(±1 mm)

Thickness of Bottom in mm 18
(±1 mm)

Thickness of shelf in mm 18
(±1 mm)

Thickness of Door in mm (± 18
1 mm)

MISC Type of Doors Hinged doors of equal width hung with auto closing
hinges of 0 cranking overlay type

Number of Multipurpose 1
square/round lock on the doors

Number of Tower Bolts 1


Provided

Tower Bolt Material / Size Aluminium / 10 mm

All plain sides of the top edge YES


banded with 2 mm thick PVC
tape with the help of hot melt
glue

All plain sides of the shelf, YES


bootom ,sides, door edge
banded with 0 8 to 1 mm thick
PVC tape with the help of hot
melt glue

WARRANTY Warranty period in number 3


of years

Additional Specification Parameters - Wooden Almirah ( 48 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Mirror used on the door is 4 mm thick. Hardware : The high quality hardware
used like Roller slides, Hinges , minifix, wooden dowels is of make Hettich,
Hardware
EBCO or equivalent.. Lock used for main door is 3 way lock and lock used for
drawer is cam lock Construction.

66 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name

Customize Wooden wardrobe Width/Depth/Height – as per site measuremen


Customize Wooden wardrobe and shall be supply and installation as per direction of engineer
incharge/employer

Wooden Almirah As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 48 90
College, Shimla (Himachal
Pradesh)

Laboratory Benches ( 4 meter )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Laboratory benches Chemistry Lab


required for

Module of laboratory 4-seater


benches

Type of back of work Island type


benches

Design Combination of alternate legspace and modules with


drawer and shutter complete with necessary electric
raceway and switch sockets along with sink module
and related accessories

Underbench storage With combination of drawers and shutter storage

Overhead storage No overhead storage

Peg board With

Faucet Deck mounted

Type of Water Faucet 3 way water Flow

Mode of Supply Knocked Down To Be Assembled At Consignee Site By


The Seller

MATERIAL Main understructure (+/- 2 C-frame assemblies from standard hollow section
mm) conforming to IS 7138/Latest size 60mm X 30mm X
2mm thick with CRC sheet of 18 X 20 gauge
conforming to IS 513/Latest

67 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Top material Prepolished granite finish

Thickness of top material 18.0


(+/- 2 mm)

Removable back panel,side Made of CRCA MS 2mm thickness and coated with
cover panel,filler panels epoxy powder

Openable master upright (+/- 300mm X 150mm X 1.2mm CRCA MS to be extend till
5%) the false ceiling

Vertical upright (Electric supply Made of 16 gauge CRCA formed steel panels with
systems shelves and top unit) removable covers

Adjustable reagent shelves Modular design 2 stage horizontal storage shelves


with vertical support of 2mm thick aluminum
extrusion having MS brackets of 2mm thick

Sink material Made up of 5 mm thick high density and elastic


polypropylene with good resistance to organic
solvents

Material of peg board Plywood of thickness 5mm ±2mm

Material faucet Chrome plated

Material of shelves 1mm thick CRC sheet

DIMENSION Width in mm (+/- 5%) 4500 mm

Depth in mm (+/- 5%) 1500 mm (4-seater)

Height in mm (+/- 5%) 750.0

Dimension of sink (+/- 5%) 500mm X 400mm X 300mm

Size of faucets As per buyer's choice

MISC Benches having antivibration pads on buttom level and top

Exposed edges of top To be chamfered and smoothened

Sink area under the table Covered with GI powder coated sheet and openable
door for cleaning

Operatable / Openable flip top For electric point over table top
box Used for physics Lab

Console unit for physics Lab Below the top for electric wirings

Chemical reagent storage Open rack

Number of shutter (Under Two


bench storage)

Adjustable shelves Two

Shutters Without Glass

Overhead storage ±5mm No Overhead storage

Type of storage cabinet suspended

Number of drawers 1

WARRANTY Warranty period in number 3 Or higher


of years

68 / 81
Specification Specification Name Bid Requirement (Allowed Values)

CERTIFICATION Test reports to be furnished to YES


buyer's on demand

Additional Specification Parameters - Laboratory Benches ( 4 meter )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Laboratory Benches As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 4 90
College, Shimla (Himachal
Pradesh)

Laboratory Benches ( 10 meter )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Laboratory benches Chemistry Lab


required for

Module of laboratory 2- seater


benches

Type of back of work Wall side type


benches

Design Combination of alternate legspace and modules with


drawer and shutter complete with necessary electric
raceway and switch sockets

Underbench storage With combination of drawers and shutter storage

Overhead storage No overhead storage

Peg board Without

Faucet Deck mounted

69 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Type of Water Faucet 3 way water Flow

Mode of Supply Knocked Down To Be Assembled At Consignee Site By


The Seller

MATERIAL Main understructure (+/- 2 C-frame assemblies from standard hollow section
mm) conforming to IS 7138/Latest size 60mm X 30mm X
2mm thick with CRC sheet of 18 X 20 gauge
conforming to IS 513/Latest

Top material Prepolished granite finish

Thickness of top material 18.0


(+/- 2 mm)

Removable back panel,side Made of CRCA MS 2mm thickness and coated with
cover panel,filler panels epoxy powder

Openable master upright (+/- 300mm X 150mm X 1.2mm CRCA MS to be extend till
5%) the false ceiling

Vertical upright (Electric supply Made of 16 gauge CRCA formed steel panels with
systems shelves and top unit) removable covers

Adjustable reagent shelves Modular design 2 stage horizontal storage shelves


with vertical support of 2mm thick aluminum
extrusion having MS brackets of 2mm thick

Sink material Made up of 5 mm thick high density and elastic


polypropylene with good resistance to organic
solvents

Material of peg board Plywood of thickness 5mm ±2mm

Material faucet Chrome plated

Material of shelves 1mm thick CRC sheet

DIMENSION Width in mm (+/- 5%) 2400 mm(4-seater)

Depth in mm (+/- 5%) 620 mm (2-seater for wall side table)

Height in mm (+/- 5%) 750.0

Dimension of sink (+/- 5%) 500mm X 400mm X 300mm

Size of faucets As per buyer's choice

MISC Benches having antivibration pads on buttom level and top

Exposed edges of top To be chamfered and smoothened

Sink area under the table Covered with GI powder coated sheet and openable
door for cleaning

Operatable / Openable flip top For electric point over table top
box Used for physics Lab

Chemical reagent storage Open rack

Number of shutter (Under Two


bench storage)

Adjustable shelves Two

Shutters Without Glass

70 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Overhead storage ±5mm No Overhead storage

Type of storage cabinet suspended

Number of drawers 1

WARRANTY Warranty period in number 3 Or higher


of years

CERTIFICATION Test reports to be furnished to YES


buyer's on demand

Additional Specification Parameters - Laboratory Benches ( 10 meter )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Laboratory Benches As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 10 90
College, Shimla (Himachal
Pradesh)

Waste Containers Or Rigid Liners- Dust Bin Or Garbage Bin Or Household Bin-IS 12402
( 125 pieces )
(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Utility Public (Mobile containers confirming IS: 12402)

ISI Marked No

Material Stainless steel

CAPACITY Bin Capacity (Volume) 10 Litres


(Ltrs)

CONSTRUCTIONAL Wall Non- Perforated

71 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Lid Swing type

Wheel Without

Towage Provision no

UV Resistant no

No. of Compartments in the single


Bin

Additional Specification Parameters - Waste Containers Or Rigid Liners- Dust Bin Or Garbage Bin Or
Household Bin-IS 12402 ( 125 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name

SS Dustbin As approved by engineer incharge/employer

Material Stainless steel (304)

Thickness of wall 1.0 mm


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 125 90
College, Shimla (Himachal
Pradesh)

Waste Containers Or Rigid Liners- Dust Bin Or Garbage Bin Or Household Bin-IS 12402
( 30 pieces )
(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Utility Domestic

ISI Marked No

Class confirming to IS:12402 Type A (Two fixed wheels, trolley type)


(For Public Dustbins)

72 / 81
Specification Specification Name Bid Requirement (Allowed Values)

Material HDPE

CAPACITY Bin Capacity (Volume) 100 Litres


(Ltrs)

CONSTRUCTIONAL Colour green

Wheel Lock With

Wall Non- Perforated

Lid removable

Handle With

Wheel With

Towage Provision no

Gripping Provision Frontal, NA

UV Resistant yes

No. of Compartments in the single


Bin

Additional Specification Parameters - Waste Containers Or Rigid Liners- Dust Bin Or Garbage Bin Or
Household Bin-IS 12402 ( 30 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name

Dustbin As approved by engineer incharge/employer


* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

171001,Super Specialty Block


at Indira Gandhi Medical
1 Prashant Tiwari 30 90
College, Shimla (Himachal
Pradesh)

Special terms and conditions-Version:2 effective from 15-06-2021 for category ICU Bed

1. 1. Comprehensive warranty:

Comprehensive warranty shall include preventive maintenance including calibration as per technical/
service /operational manual of the manufacturer, service charges and spares,. During the warranty period
commencing from date of the successful completion of warranty period, Service personnel shall visit each
consignee site as recommended in the manufacturer​​s technical/ service /operational manual, at least once
in six months. warranty shall not be including the consumables .Further there will be 98% uptime warranty

73 / 81
during warranty period on 24 (hrs) X 7 (days) X 365 (days) basis, with penalty, to extend warranty period
by double the downtime period.

2. Service centres:

Details of Service outlets in India to render services for equipment to be furnished to buyer/consignees
with complete address ,telephone numbers, e mails etc at time of making the supplies .It shall be the
responsibility of seller to ensure that authorized service centres are available to cater to the areas where
supplies are made within reasonable distance from where the service calls can be handled .Details of toll
free numbers for service call and online registration of service requests also to be provided
buyer/consignee at the time of supplies.

3. Source of supply:

It shall be responsibility of seller to provide Documents regarding source of equipments such as copy of
Performa invoice or any other documents to establish that the products supplied are manufactured by
OEM indicated and sourced from them .

4. Packing and Marking: Medical equipments being very delicate and sensitive packing for the goods
should be strong and durable enough to withstand transit including transhipment (if any), rough handling,
open storage etc. without any damage, deterioration etc. .The size, weights and volumes of the packing
cases, remoteness of the final destination of the goods, availability or otherwise of transport and handling
facilities at all points during transit up to final destination,. Quality of packing, the manner of marking
within & outside the packages and provision of accompanying documentation shall take in to
consideration the type of medical equipments being supplied. The accessories shall be suitably labelled
and packed .Each of the package shall be marked on three sides with indelible paint of proper quality:
indicating contract number and date , brief description of goods including quantity ,. Packing list reference
number , country of origin of goods and any other relevant details.

5. Spare Parts:

Seller shall provide materials, information etc. pertaining to spare parts manufactured and supplied by the
OEM . It shall be ensured that the required spares are available for purchase at least for 10 years from
date of supplies .In case due to any reasons the production of the spare parts is discontinued sufficient
advance notice should be given to the buyer/consignee before such discontinuation to provide adequate
time to purchase the required spare parts etc. Further, OEM and their service centres/dealers shall carry
sufficient inventories to assure ex-stock supply of consumables and spares for the equipments so that the
same are available.

  OEM or reseller shall always accord most favoured client status to the buyer/consignee and shall give the
most competitive price for spares and consumables of its machines/equipments supplied

6. Installation, Training, Manuals:

Seller shall be responsible to carry out Installation & commissioning, Supervision and Demonstration of the
goods. They shall provide required jigs and tools for assembly, minor civil works for the completion of the
installation and Training of Consignee​​s representatives for operating and maintaining the equipment and
Supplying required number of operation & maintenance manual for the goods. In case the category
parameters are specifying any requirements regarding the installations , training and manuals the same
shall also be applicable.

7. Electrical safety checking:

Sellers are required to make sure that they furnish the list of equipments for carrying out routine and
preventive maintenance to buyer/consignee. They should make sure to periodically check the electrical
safety aspects as per BIS Safety Standards or equivalent. In case they do not have required equipment for
such testing should ensure that the equipments checked for electrical safety compliance through labs with
facilities for such checking during every preventive maintenance call.

8. Software:

All software updates should be provided free of cost during warranty period.

Special terms and conditions-Version:1 effective from 03-09-2020 for category clinical cabinets

1. 1. Comprehensive warranty:

74 / 81
Comprehensive warranty shall include preventive maintenance including calibration as per technical/
service /operational manual of the manufacturer, service charges and spares,. During the warranty period
commencing from date of the successful completion of warranty period, Service personnel shall visit each
consignee site as recommended in the manufacturer’s technical/ service /operational manual, at least
once in six months. warranty shall not be including the consumables .Further there will be 98% uptime
warranty during warranty period on 24 (hrs) X 7 (days) X 365 (days) basis, with penalty, to extend
warranty period by double the downtime period.

2. Service centres:

Details of Service outlets in India to render services for equipment to be furnished to buyer/consignees
with complete address ,telephone numbers, e mails etc at time of making the supplies .It shall be the
responsibility of seller to ensure that authorized service centres are available to cater to the areas where
supplies are made within reasonable distance from where the service calls can be handled .Details of toll
free numbers for service call and online registration of service requests also to be provided
buyer/consignee at the time of supplies.

3. Source of supply:

It shall be responsibility of seller to provide Documents regarding source of equipments such as copy of
Performa invoice or any other documents to establish that the products supplied are manufactured by
OEM indicated and sourced from them .

4. Packing and Marking: Medical equipments being very delicate and sensitive packing for the goods
should be strong and durable enough to withstand transit including transhipment (if any), rough handling,
open storage etc. without any damage, deterioration etc. .The size, weights and volumes of the packing
cases, remoteness of the final destination of the goods, availability or otherwise of transport and handling
facilities at all points during transit up to final destination,. Quality of packing, the manner of marking
within & outside the packages and provision of accompanying documentation shall take in to
consideration the type of medical equipments being supplied. The accessories shall be suitably labelled
and packed .Each of the package shall be marked on three sides with indelible paint of proper quality:
indicating contract number and date , brief description of goods including quantity ,. Packing list reference
number , country of origin of goods and any other relevant details.

5. Spare Parts:

Seller shall provide materials, information etc. pertaining to spare parts manufactured and supplied by the
OEM . It shall be ensured that the required spares are available for purchase at least for 10 years from
date of supplies .In case due to any reasons the production of the spare parts is discontinued sufficient
advance notice should be given to the buyer/consignee before such discontinuation to provide adequate
time to purchase the required spare parts etc. Further, OEM and their service centres/dealers shall carry
sufficient inventories to assure ex-stock supply of consumables and spares for the equipments so that the
same are available.

  OEM or reseller shall always accord most favoured client status to the buyer/consignee and shall give the
most competitive price for spares and consumables of its machines/equipments supplied

6. Installation, Training, Manuals:

Seller shall be responsible to carry out Installation & commissioning, Supervision and Demonstration of the
goods. They shall provide required jigs and tools for assembly, minor civil works for the completion of the
installation and Training of Consignee’s representatives for operating and maintaining the equipment and
Supplying required number of operation & maintenance manual for the goods. In case the category
parameters are specifying any requirements regarding the installations , training and manuals the same
shall also be applicable.

7. Electrical safety checking:

Sellers are required to make sure that they furnish the list of equipments for carrying out routine and
preventive maintenance to buyer/consignee. They should make sure to periodically check the electrical
safety aspects as per BIS Safety Standards or equivalent. In case they do not have required equipment for
such testing should ensure that the equipments checked for electrical safety compliance through labs with
facilities for such checking during every preventive maintenance call.

8. Software:

All software updates should be provided free of cost during warranty period.

75 / 81
Special terms and conditions-Version:3 effective from 07-07-2021 for category Patient Stretcher
Trolley

1. Comprehensive warranty
Comprehensive warranty shall include preventive maintenance including calibration as per
technical/ service /operational manual of the manufacturer, service charges and spares,. During the
warranty period commencing from date of the successful completion of warranty period, Service
personnel shall visit each consignee site as recommended in the manufacturer��s technical/
service /operational manual, at least once in six months. warranty shall not be including the
consumables .Further there will be 98% uptime warranty during warranty period on 24 (hrs) X 7
(days) X 365 (days) basis, with penalty, to extend warranty period by double the downtime period.
Service centres
Details of Service outlets in India to render services for equipment to be furnished to
buyer/consignees with complete address ,telephone numbers, e mails etc at time of making the
supplies .It shall be the responsibility of seller to ensure that authorized service centres are
available to cater to the areas where supplies are made within reasonable distance from where the
service calls can be handled .Details of toll free numbers for service call and online registration of
service requests also to be provided buyer/consignee at the time of supplies.
Source of supply
It shall be responsibility of seller to provide Documents regarding source of equipments such as
copy of Performa invoice or any other documents to establish that the products supplied are
manufactured by OEM indicated and sourced from them.
Packing and Marking
Medical equipments being very delicate and sensitive packing for the goods should be strong and
durable enough to withstand transit including transhipment (if any), rough handling, open storage
etc. without any damage, deterioration etc. .The size, weights and volumes of the packing cases,
remoteness of the final destination of the goods, availability or otherwise of transport and handling
facilities at all points during transit up to final destination,. Quality of packing, the manner of
marking within & outside the packages and provision of accompanying documentation shall take in
to consideration the type of medical equipments being supplied. The accessories shall be suitably
labelled and packed .Each of the package shall be marked on three sides with indelible paint of
proper quality: indicating contract number and date , brief description of goods including quantity ,.
Packing list reference number , country of origin of goods and any other relevant details.
Spare Parts
Seller shall provide materials, information etc. pertaining to spare parts manufactured and supplied
by the OEM . It shall be ensured that the required spares are available for purchase at least for 10
years from date of supplies .In case due to any reasons the production of the spare parts is
discontinued sufficient advance notice should be given to the buyer/consignee before such
discontinuation to provide adequate time to purchase the required spare parts etc. Further, OEM
and their service centres/dealers shall carry sufficient inventories to assure ex-stock supply of
consumables and spares for the equipments so that the same are available.
OEM or reseller shall always accord most favoured client status to the buyer/consignee and shall
give the most competitive price for spares and consumables of its machines/equipments supplied.
Installation, Training, Manuals
Seller shall be responsible to carry out Installation & commissioning, Supervision and
Demonstration of the goods. They shall provide required jigs and tools for assembly, minor civil
works for the completion of the installation and Training of Consignee��s representatives for
operating and maintaining the equipment and Supplying required number of operation &
maintenance manual for the goods. In case the category parameters are specifying any
requirements regarding the installations , training and manuals the same shall also be applicable.
Electrical safety checking
Sellers are required to make sure that they furnish the list of equipments for carrying out routine
and preventive maintenance to buyer/consignee. They should make sure to periodically check the
electrical safety aspects as per BIS Safety Standards or equivalent .In case they do not have
required equipment for such testing should ensure that the equipments checked for electrical
safety compliance through labs with facilities for such checking during every preventive
maintenance call.
Software All software updates should be provided free of cost during warranty period.

Buyer Added Bid Specific Additional Terms and Conditions


1. Experience Certificate for the supply of the same to any Govt/ PSU/ any renowned private organisation

76 / 81
along with Supply/ Purchase Order.
2. If the agency is registered under MSME or NSIC, then EMD exemption certificate needs to be enclosed.
3. After award of contract – Successful Bidder shall have to get advance sample approved from buyer before
bulk manufacturing / starting bulk supplies. Successful Bidder shall submit 1 samples for Buyer's
approval, within 7 days of award of contract. Buyer shall, as per contract specifications framework, either
approve the advance sample or will provide complete list of modification required in the sample within 7
days of receipt of advance sample. Seller shall be required to ensure supply as per approved sample with
modifications as communicated by Buyer. If there is delay from buyer side in approval of advance sample
– the delivery period shall be refixed without LD for the period of delay in sample approval. In case, the
sample is found to have major deviations / not conforming to the Contract specifications, the buyer at its
discretion may call for fresh samples for approval before allowing bulk supplies or may terminate the
contract after notifying the deviations to the seller.
Unless otherwise provided in the contract, all samples required for test shall be supplied by the
contractor free of cost. Where under the contract, the contractor is required to submit an advance
sample, any expenses incurred by the contractor on or in connection with the production of stores in bulk,
before the sample has been approved unconditionally shall be borne by the Seller and he shall not claim
any compensation in the event of such sample being found unacceptable by the Buyer / Consignee.
4. Bidder Turn Over Criteria: The minimum average annual financial turnover of the bidder during the last
three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the
relevant period shall be uploaded with the bid. In case the date of constitution / incorporation of the
bidder is less than 3 year old, the average turnover in respect of the completed financial years after the
date of constitution shall be taken into account for this criteria.
5. Actual delivery (and Installation & Commissioning (if covered in scope of supply)) is to be done at
following address 100 Bedded Mother and Child Hospital,uu Zonal Hospital, Mandi, Dist- Mandi, Himachal
Pradesh- 175001.
6. Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.
7. Buyer Added text based ATC clauses

Experience Criteria: In respect of the filter applied for


Existing Clause:
experience criteria, the Bidder or its OEM {themselves or through reseller(s)}
should have regularly, manufactured and supplied same or similar Category
Products to any Central/State Govt. Organization/PSU/Public Listed Company
for number of Financial years as indicated above in the bid document before
the bid opening date. Copies of relevant contracts to be submitted along with
bid in support of having supplied some quantity during each of the Financial
year. In case of bunch bids, the category of primary product having highest
value should meet this criterion.
Bid Specific Additional Terms and Conditions No. : Experience Criteria :
The Bidder or its OEM {themselves or through reseller(s)} should have
regularly, manufactured and supplied same or similar Category Products to any
Central/ State Govt. Organization/PSU/Public Listed Company for 3 years before
the bid opening date. Copies of relevant contracts to be submitted along with
bid in support of having supplied some quantity during each of the year. In
case of bunch bids, the primary product having highest value should meet this
criterion.
Bid Specific Additional Terms and Conditions PAST PERFORMANCE
CRITERIA: In respect of the filter applied for Past Performance Criteria, the
Bidder or its OEM {themselves or through reseller(s)} should have supplied
same or similar Category Products for quantity as indicated in the bid
document, in at least one of the last three years before the bid opening date to
any Central/State Govt. Organization/PSU/Public Listed Company. Copies of
relevant contracts to be submitted along with bid in support of quantity
supplied in the relevant year.

77 / 81
Amended Clause:
Experience Criteria: In respect of the filter applied for experience criteria, the
experience of bidder or its OEM shall be considered separately that means
Bidder/resellers experience shall be considered for bidder/resellers only and
the OEM experience shall be considered for OEM only. OEM past experience
shall not be counted as a experience for Bidders/resellers.
Bidder or its OEM should have regularly, manufactured and supplied same or
similar Category Products to any Central/State Govt. Organization/PSU/Public
Listed Company/Private Organization for past 3 Years as indicated in the bid
document before the bid opening date. Copies of relevant contracts to be
submitted along with bid in support of having supplied some quantity during
each of the Financial year. In case of bunch bids, the category of primary
product having highest value should meet this criterion.

: Cost of third Party Lab test report shall be borne by bidders/contractors.

Technical Specification for Movable File Storage System (Compactor)

Overall Dimensions of SD - 1 set of 4 Single Static Drive Cover Unit 4 Bay (U/C
+ Fittings + Cover)+ LD - 1 set of 4 Single Last Drive Unit 4 bay (U/C + Fittings
+ Cover)+ TD- 6 Twin Mobile Drive Unit- 4 Bay (U/C + Fittings + Cover) shall be
1830mm(W)x457mm(D)x2080mm(H). The Construction shall be Welded
Construction sheet thickness is 0.8 mm for back & 1.0 mm for shelves and 0.8
mm for sides & top . Finish shall be Epoxy polyester powder coated thickness
of 40 microns . Shelf construction shall be made from CRCA steel 1.0 mm thick
IS :513 .Uniformly distributed load capacity of 80 Kg . Undercarriage shall have
construction in welded frame made of HR sheet 3.15 mm thick conforming to IS
: 10748 . Finish shall be epoxy polyester powder coat of approved color &
shade with a dry film thickness of minimum 40 microns .The Movements shall
be Drive Type configuration : In case of D4 & D5 movement of units is achieved
mechanically through a Drive Wheel and 2 Stage Sprocket -Chain-Tensioner
arrangement mounted rigidly onto body size .For D4 each movable
undercarriage shall be provided with 3 rollers on the shaft for driving , 3
antifriction ball bearing for rolling and 4 antifriction ball bearing for guiding
between rail . Fittings shall be centralized locking arrangement through locking
stiffener mounted onto back of single last unit so that it gets locked on
channels when all the units are brought together . The Recess handle lock is
branded make & placed at suitable height . This arrangement occupies a
space of 90.0 mm . When the last unit is twin movable , hinged doors are
provided for the end bodies, so in this case locking stiffener is mounted onto
drive unit cover ; and with tile fascia option , it will be mounted in the recess of
vertical trim . Each Drive Type units shall have Locking Knob near the drive
wheel for manual locking of individual units when a person is using those units .
Knob shall be rotated to unlock position when units are to be moved . End

78 / 81
stoppers shall be provided to prevent derailment . Door locking shall be having
hinged doors of recessed die cast handle cum lock giving 3 way locking
through a lever & shooting bolts . Guide channels shall have 'J' section 2 mm
thick HR & 25 mm Square bright bar . Easterners shall be
galvanized/blackodized/Zn plated .The label holder shall be made from 2 mm
thick clear transparent acrylic sheet . Also total no. of loading levels per under
structure shall be 20 for SD4.

Overall Dimensions of Channel 9'0'' shall be 27 feet (L) . Guide channels shall
consist of 'J' section 2 mm thick & 25 mm square bright bar - both connected
by screws . Prior to the embedding of the guide channels with the help of raul
plug & screw , the ground has to be in proper leveled condition .

.
8. Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the
Bid document, ATC and Corrigendum if any.
9. Data Sheet of the product(s) offered in the bid, are to be uploaded along with the bid documents. Buyers
can match and verify the Data Sheet with the product specifications offered. In case of any unexplained
mismatch of technical parameters, the bid is liable for rejection.
10. Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.
11. Warranty period of the supplied products shall be 1 years from the date of final acceptance of goods or
after completion of installation, commissioning & testing of goods (if included in the scope of supply), at
consignee location. OEM Warranty certificates must be submitted by Successful Bidder at the time of
delivery of Goods. The seller should guarantee the rectification of goods in case of any break down during
the guarantee period. Seller should have well established Installation, Commissioning, Training,
Troubleshooting and Maintenance Service group in INDIA for attending the after sales service. Details of
Service Centres near consignee destinations are to be uploaded along with the bid.
12. Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers
for Service Support.
13. Experience Criteria: The Bidder or its OEM {themselves or through reseller(s)} should have regularly,
manufactured and supplied same or similar Category Products to any Central / State Govt Organization /
PSU / Public Listed Company for 3 years before the bid opening date. Copies of relevant contracts to be
submitted along with bid in support of having supplied some quantity during each of the year. In case of
bunch bids, the primary product having highest value should meet this criterion.
14. For fulfilling the experience criteria any one of the following documents may be considered as valid proof
for meeting the experience criteria:
a. Purchase Order copy along with Invoice(s) with self-certification by the bidder that supplies against the
invoices have been executed.
b. Execution certificate by client with order value.
c. Any other document in support of order execution like Third Party Inspection release note, etc.
15. Installation, Commissioning, Testing, Configuration, Training (if any - which ever is applicable as per scope
of supply) is to be carried out by OEM / OEM Certified resource or OEM authorised Reseller.
16. ISO 9001: The bidder or the OEM of the offered products must have ISO 9001 certification.
17. IT equipment shall be IPv6 ready from day one.
18. Material Test Certificate Should Be Sent Along with The Supply. The Material Will Be Checked by Buyer’s
Lab & the Results of the Lab will be the Sole Criteria for Acceptance of the Item.
19. NET WORTH: Net Worth of the OEM should be positive as per the last audited financial statement.
20. OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.
21. OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in

79 / 81
the bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant
periods or a certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for
the relevant period shall be uploaded with the bid. In case the date of constitution / incorporation of the
OEM is less than 3 year old, the average turnover in respect of the completed financial years after the
date of constitution shall be taken into account for this criteria. In case of bunch bids, the OEM of
CATEGORY RELATED TO primary product having highest bid value should meet this criterion.
22. Products supplied shall be nontoxic and harmless to health. In the case of toxic materials, Material Safety
Data Sheet may be furnished along with the material.
23. Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also
(besides PBG which is allowed as per GeM GTC). DD should be made in favour of HSCC payable at NOIDA.
After award of contract, Successful Bidder can upload scanned copy of the DD in place of PBG and has to
ensure delivery of hard copy to the original DD to the Buyer within 15 days of award of contract.
24. Scope of supply (Bid price to include all cost components) : Supply Installation Testing Commissioning of
Goods and Training of operators and providing Statutory Clearances required (if any)
25. Successful Bidder can submit the Performance Security in the form of Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of HSCC, Noida
A/C (Name of the Seller). The bank should certify on it that the deposit can be withdrawn only on the
demand or with the sanction of the pledgee. For release of Security Deposit, the FDR will be released in
favour of bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped
along with covering letter. Successful Bidder has to upload scanned copy of the FDR document in place of
PBG and has to ensure delivery of hard copy of Original FDR to the Buyer within 15 days of award of
contract.
26. Successful bidder will have to ensure that adequate number of dedicated technical service personals /
engineers are designated / deployed for attending to the Service Request in a time bound manner and for
ensuring Timely Servicing / rectification of defects during warranty period, as per Service level agreement
indicated in the relevant clause of the bid.
27. Supplier shall ensure that the Invoice is raised in the name of Consignee with GSTIN of Consignee only.
28. Timely Servicing / rectification of defects during warranty period: After having been notified of the defects
/ service requirement during warranty period, Seller has to complete the required Service / Rectification
within 3 days time limit. If the Seller fails to complete service / rectification with defined time limit, a
penalty of 0.5% of Unit Price of the product shall be charged as penalty for each week of delay from the
seller. Seller can deposit the penalty with the Buyer directly else the Buyer shall have a right to recover all
such penalty amount from the Performance Security (PBG).Cumulative Penalty cannot exceed more than
10% of the total contract value after which the Buyer shall have the right to get the service / rectification
done from alternate sources at the risk and cost of the Seller besides forfeiture of PBG. Seller shall be
liable to re-imberse the cost of such service / rectification to the Buyer.
29. The bidder is required to upload, along with the bid, all relevant certificates such as BIS licence, type test
certificate, approval certificates and other certificates as prescribed in the Product Specification given in
the bid document.
30. The successful bidder has to supply all essential accessories required for the successful installation and
commissioning of the goods supplied. Besides standard accessories as per normal industry practice,
following accessories must be part of supply and cost should be included in bid price: YES.
31. To be eligible for award of contract, Bidder / OEM must possess following Certificates / Test Reports on the
date of bid opening (to be uploaded with bid): Bidder/OEM must have their manufacturing unit with
following facilities, machinery ownership proof, affidavit, installed machinery photo graph, registrations,
(rented machinery shall not be considered), Computer controlled Multistation edge bending
machine,Press brake for sheet metal bending,Converised powder coating plant,Hot/Cold Hydraulic Press
Machine for laminate, ISO 9001, 14001, 18001/45001,ISO 50001, Factory act Licence (Primery Items : 100
Nos ICU Bed).
32. 1. The Seller shall not assign the Contract in whole or part without obtaining the prior written consent of
buyer.
2. The Seller shall not sub-contract the Contract in whole or part to any entity without obtaining the prior
written consent of buyer.
3. The Seller shall, notwithstanding the consent and assignment/sub-contract, remain jointly and severally
liable and responsible to buyer together with the assignee/ sub-contractor, for and in respect of the due
performance of the Contract and the Sellers obligations there under.
33. Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the

80 / 81
stipulated Delivery Period or such inability otherwise becomes apparent.
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the Seller.
vii) The Seller has misrepresented to Buyer, acting on which misrepresentation Buyer has placed the
Purchase Order on the Seller.
34. Upload Manufacturer authorization: Wherever Authorised Distributors are submitting the bid,
Manufacturers Authorisation Form (MAF)/Certificate with OEM details such as name, designation, address,
e-mail Id and Phone No. required to be furnished along with the bid.

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization. Buyer organization is solely responsible for the impact of these clauses on the
bidding process, its outcome and consequences thereof including any eccentricity / restriction arising in the
bidding process due to these ATCs and due to modification of technical specification and / or terms and
conditions governing the bid. Any clause incorporated by the Buyer such as demanding Tender Sample,
incorporating any clause against the MSME policy and Preference to make in India Policy, mandating any Brand
names or Foreign Certification, changing the default time period for Acceptance of material or payment timeline
governed by OM of Department of Expenditure shall be null and void and would not be considered part of bid.
Further any reference of conditions published on any external site or reference to external documents / clauses
shall also be null and void. If any seller has any objection / grievance against these additional clauses or
otherwise on any aspect of this bid, they can raise their representation against the same by using the
Representation window provided in the bid details field in Seller dashboard after logging in as a seller within 4
days of bid publication on GeM. Buyer is duty bound to reply to all such representations and would not be
allowed to open bids if he fails to reply to such representations.

This Bid is also governed by the General Terms and Conditions

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action
in accordance with the laws.

---Thank You---

81 / 81

You might also like