Professional Documents
Culture Documents
ICU Bed EN 60601-1-2
ICU Bed EN 60601-1-2
Dated: 06-09-2021
Bid Document
Bid Details
Past Performance 80 %
1 / 81
Bid Details
Bid to RA enabled No
EMD Detail
Required No
ePBG Detail
(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
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.
Technical Specifications
3 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Avaiability of patient No
constraint belt provided on
both side of bed
4 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Warranty (Option of 1
comprehensive warranty is
available through bidding
only, which if opted will
supersede normal warranty
in the catalogue)
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
X-Ray Cassette X-Ray Cassette holder must be there for bed side x-ray facilities
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
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
7 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Avaiability of patient No
constraint belt provided on
both side of bed
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)
Maximum Trendlenburg 15
Angle in Degree with
tolerance ±2 degree
Maximum Reverse 15
Trendlenburg Angle in
Degree with tolerance ± 2
degree
9 / 81
Specification Specification Name Bid Requirement (Allowed Values)
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
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
10 / 81
Brand Type Registered Brand
Technical Specifications
Number of Shelves 2
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
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
Height Adjutable No
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
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
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
13 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Frame n Design Design of Over bed Table Ability to position bed table top over patient from side
of bed
14 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name
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.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
15 / 81
Specification Specification Name Bid Requirement (Allowed Values)
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.
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.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
16 / 81
Saline Stand ( 127 pieces )
(Minimum 50% Local content required for MII compliance)
Technical Specifications
Warranty in years 1
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.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
Number of shelf 2
Warranty in years 2
18 / 81
Specification Specification Name Bid Requirement (Allowed Values)
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.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
19 / 81
Instrument Trolley For Hospitals ( 45 pieces )
(Minimum 50% Local content required for MII compliance)
Technical Specifications
Foldability No
Warranty (Years ) 1
20 / 81
Additional Specification Parameters - Instrument Trolley For Hospitals ( 45 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
21 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Foldable Yes
Material of Axle a3
22 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Warranty (Years) 1
23 / 81
Additional Specification Parameters - Wheel Chairs ( 20 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
Frame n Design Design of Over bed Table Ability to position bed table top over patient from side
of bed
24 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
25 / 81
Patient Stretcher Trolley ( 40 pieces )
(Minimum 50% Local content required for MII compliance)
Technical Specifications
Material of Stretcher MS
Trolley
Material of handle SS
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.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
Complete Set of Material of Crash cart Console Steel with high density polymer finish
Details
Number of Baskets in over 6
bridge (Nos)
Additional Specification Parameters - Resuscitation Crash Cart Console For Hospitals ( 10 pieces )
27 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
28 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Number of sections of 2
mattress Platform (Nos)
29 / 81
Specification Specification Name Bid Requirement (Allowed Values)
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
Warranty period 3
* Bidders offering must also comply with the additional specification parameters mentioned above.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
30 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Diameter of Understructure
25 mm with 1.6 mm thickness
Pipe
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
31 / 81
Specification Specification Name Bid Requirement (Allowed Values)
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
No of shelves (Nos) 4
Locker Provided No
Construction Welded
32 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
33 / 81
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
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
34 / 81
Specification Specification Name Bid Requirement (Allowed Values)
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
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
35 / 81
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
Table top material combination of MDF particle board and solid wood
with top venner face coated with clear lacquer
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)
Dimension of leg ± 2 mm NA
36 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Material of top Particle board with venner face coated with clear
lacquer
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
Material of top panel Particle board with venner face coated with clear
lacquer
38 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Additional Specification Parameters - High End Office Table/Desk Furniture Set / Suit ( 7 pieces )
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)
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)
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
MATERIAL Pedestal Base Aluminium Die Cast with ABS/Nylon Twin Caster
Wheels Minimum 5 Nos, of 50 mm Size
Material of Fabric Back Innner frame Upholstered with Mesh fabric and
Cover / Material for mounted on main assembly
Backrest
40 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Arm With
Backrest is made of two pcs Backrest is made of one piece injection moulded
injection moulded frame frame
Number of arm movement 4(up & down end left & right)
Thickness of Polyurethane 50 mm
Foam Used in Seat in mm
(+/- 2 mm)
41 / 81
Specification Specification Name Bid Requirement (Allowed Values)
BIFMA Certification NO
Aiota YES, NO
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
42 / 81
* As per GeM Category Specification
MATERIAL Pedestal Base Aluminium Die Cast with ABS/Nylon Twin Caster
Wheels Minimum 5 Nos, of 50 mm Size
Material of Fabric Back Innner frame Upholstered with Mesh fabric and
Cover / Material for mounted on main assembly
Backrest
Arm With
Number of arm movement 4(up & down end left & right)
43 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Thickness of Polyurethane 50 mm
Foam Used in Seat in mm
(+/- 2 mm)
Aiota YES, NO
44 / 81
* Bidders offering must also comply with the additional specification parameters mentioned above.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
GENERIC Chair Type One Arm with fixed Writing pad on one side other side
open
Thickness of Cushion in 40
Backrest in mm (+/- 2 mm)
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
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Sofas ( 7 pieces )
(Minimum 50% Local content required for MII compliance)
Technical Specifications
46 / 81
* As per GeM Category Specification
Type of Sofa and Backrest Seat and Backrest are permanently fixed with the
frame Structure
Density of Cushion of Backrest 40, 45, 50, 55, 60, 65, 70, 75, 28, 32, 35 Or higher
Material (Kg/Cubic M)
47 / 81
Specification Specification Name Bid Requirement (Allowed Values)
48 / 81
Consignees/Reporting Officer and Quantity
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Sofas ( 7 pieces )
(Minimum 50% Local content required for MII compliance)
Technical Specifications
Type of Sofa and Backrest Seat and Backrest are permanently fixed with the
frame Structure
Density of Cushion of Backrest 40, 45, 50, 55, 60, 65, 70, 75, 28, 32, 35 Or higher
Material (Kg/Cubic M)
49 / 81
Specification Specification Name Bid Requirement (Allowed Values)
50 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
51 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Thickness of Polyurethane 50 mm
Foam Used in Seat IN MM
(+/- 3 mm)
Type of Seat and Backrest Seat made of padded with polyurethane foam and
Backrest made of Mesh with support of injection
moulded polypropylene
Castors Without
BIFMA certification NO
52 / 81
Additional Specification Parameters - Chairs-Office- IS 3499 ( 14 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
53 / 81
Specification Specification Name Bid Requirement (Allowed Values)
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.
54 / 81
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
55 / 81
Specification Specification Name Bid Requirement (Allowed Values)
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.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
56 / 81
Specification Specification Name Bid Requirement (Allowed Values)
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.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
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%)
58 / 81
Specification Specification Name Bid Requirement (Allowed Values)
CLOUR ,FINISH & Packing Five ply corrugated board and strapped with 12 mm
PACKING HDPE straps.
59 / 81
Consignees/Reporting Officer and Quantity
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Credenzas ( 60 pieces )
(Minimum 50% Local content required for MII compliance)
Technical Specifications
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
All plain panels edge to be With 0.8-1.0 mm thick PVC tape with the help of hot
banded melt glue
60 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Openables shutter hung on side With help of auto closing hinges of O cracking overlay
of the compartment type
61 / 81
Specification Parameter
Bid Requirement (Allowed Values)
Name
Skirting Thickness 3 mm
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
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
62 / 81
Specification Specification Name Bid Requirement (Allowed Values)
63 / 81
Consignees/Reporting Officer and Quantity
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
64 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Painting Others
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
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
65 / 81
Specification Specification Name Bid Requirement (Allowed Values)
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
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
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
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)
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
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
Number of drawers 1
68 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
Technical Specifications
69 / 81
Specification Specification Name Bid Requirement (Allowed Values)
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
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
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
70 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Number of drawers 1
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
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)
Technical Specifications
ISI Marked No
71 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Wheel Without
Towage Provision no
UV Resistant no
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
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
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)
Technical Specifications
ISI Marked No
72 / 81
Specification Specification Name Bid Requirement (Allowed Values)
Material HDPE
Lid removable
Handle With
Wheel With
Towage Provision no
UV Resistant yes
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
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
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 manufacturers 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
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 Consignees 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.
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
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.
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.
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
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.
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.
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