You are on page 1of 154

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

Online Tender of S/I/T/C of PSA Oxygen


Generation Plant at Public Health Facilities
on PAN India Basis
________________________________________________________________________________________

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


PLANT/018

(National Competitive Bidding)


(FOR CLASS-1 & CLASS-II LOCAL
SUPPLIERS ONLY)

CENTRAL MEDICAL SERVICES SOCIETY


Ministry of Health & Family Welfare (Government of India)
2nd floor, Vishwa Yuvak Kendra, Pt. Uma Shankar Dikshit Marg, Teen Murti
Marg, Opposite Police Station, Chankaya Puri, New Delhi-110021
Telephones: 011-21410905, 21410906,
Email: - gmproc.cmss@gmail.com

Page 1 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

This page is intentionally left blank

Page 2 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

CENTRAL MEDICAL SERVICES SOCIETY


Ministry of Health and Family Welfare(Government of India)
2nd floor, VishwaYuvak Kendra, Pt. Uma Shankar DikshitMarg, Teen MurtiMarg,
Opposite Police Station ChankayaPuri, New Delhi-110021

Telephones: +91-11-21410905, 21410906


Email: gmproc.cmss@gmail.com, manni.cmss@gmail.com, agmsakshi.cmss@gmail.com
,
Online Tender for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities
on PAN India Basis
Manual bids shall not be accepted.

BID DOCUMENTS MAY BE DOWNLOADED FROM CPPP


WEBSITE:https://eprocure.gov.in/eprocure/appAS PER THE SCHEDULE AS GIVEN IN CRITICAL
DATE SHEET AS UNDER:
CRITICAL DATE SHEET

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

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

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

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

Last Date and Time for clarification submission on


28.10.2020 at 05:00 p.m.
Pre-Bid queries by letter/Email
Bid Submission Start Date and Time 04.11.2020 at 12:00 p.m.

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

Last date and Time of submission of original


10.11.2020
documents
Bid Opening Date and Time 11.11.2020 at 11:30 a.m.

Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/ eprocure/app.


Bidder/Contractor is advised to follow the instructions provided in the ‘Instructions to the
Contractors/Bidder for the e-submission of the bids online through the Central Public
Procurement Portal for e Procurement at https://eprocure. gov.in/eprocure/app’.

Bid documents may be scanned with 100 dpi with black and white option which helps in
reducing size of the scanned document. Not more than one bid shall be submitted by one
contractor or contractors having business relationship.

Address for Communication :Central Medical Services Society,


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

Page 3 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

This page is intentionally left blank

Page 4 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

CONTENTS

Sl.No. Descriptions Page No.

1. Last Date for Receipt of Tender 09

2. Bid Validity 10

3. Pre-Bid Meeting /Clarification 10

4. Eligibility Criteria 11

5. General Conditions 14

6. Technical Bid – Packet 1 18

7. Price Bid – Packet 2 23


Opening of “Packet1” i.e. Technical Bid and Packet 2” i.e. financial
8. 24
Bid of Tender
9. Earnest Money Deposit 25

10. Other Conditions 28

11. Acceptance of Bid 30

12. Security Deposit and Agreement 31

13. Evaluation Criteria And Methodology for Placing Order 33

14. Supply/Delivery Conditions 37

15. Packing 40

16. Quality Control 41

17. Payment Provisions 45

18. Liquidated Damages and other Penalties 47

19. Warranty and CAMC Conditions 49

20. Scope of Work 53

21. Fall Clause 57

22. Saving Clause 57

23. Prohibition of Influencing CMSS by the Bidder 57

24. Resolution of Disputes 58

25. Jurisdiction 58

Page 5 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

This page is intentionally left blank

Page 6 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

LIST OF ANNEXURES
S. No. Description PageNo.
1. Annex-I (Schedule of Requirement & Technical Specifications) 59
2. Annex-II (Format of Forwarding Letter) 93
3. Annex-III (Details of EMD Submitted) 95
4. Annex-IV (Proforma for Performance Statement) 97
5. Annex-V (Annual Turnover Statement) 99
6. Annex-VI (List of items Quoted & Their Production Capacity) 101
7. Annex-VII (Check List) 103
8. Annex-VIII(Notarized Undertaking by MSEs for EMD Exemption) 105
9. Annex-IX (Acceptance Letter Format) 107
10. Annex-X (Terms of Agreement) 111
11. Annex-XI (Purchase Order Format) 115
12. Annex-XII (Mandate Form for RTGS) 119
13. Annex-XIII (The Price Bid) 121
14. Annex- XIV (Bank Guarantee Format for EMD) 123
15. Annex- XV (Security Bank Guarantee Format) 125
16. Annex- XVI (Instruction for Online Bids Submission) 127
17. Annex – XVII (No Deviation Certificate) 131
18. Annex- XVIII (Near Relative Format) 133
19. Annex- XIX (Manufacturer Authorization Form) 135
20. Annex – XX (Service Centre Details) 137
21. Annex- XXI (Contract Form for CAMC) 139
22. Annex – XXII (Consignee Receipt Certificate) 143
23. Annex- XXIII(Final Acceptance Certificate) 145
24. Annex- XXIV(Local Content Declaration) 147
25. Annex- XXV(Installation Certificate) 149
26. Annex- XXVI(Site Readiness Certificate) 153

Page 7 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

This page is intentionally left blank

Page 8 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Online Tender of Supply, Installation and Commissioning of PSA Oxygen Generation


Plant on PAN India basis

The CMSS, an autonomous Society of Ministry of Health & Family Welfare (Govt. of
India), is responsible for procuring quality drugs, vaccines, contraceptives, medical
devices, diagnostic kits and other health sector goods.

Tender Inviting Authority: DG&CEO, Central Medical Services Society, Office at


Vishwa Yuvak Kendra, Pt. Uma Shankar Dikshit Marg, Teen Murti Marg, Chankayapuri,
New Delhi – 110021 (hereinafter referred as Tender Inviting Authority (TIA) unless the
context otherwise requires)

Tender Accepting Authority: Governing Body, Central Medical Services Society


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

Tender Inviting Authority invites tender through online bid submission at CPPP website:
https://eprocure.gov.in/eprocure/appfor supply of Goods/Drugs to Central Medical
Services Society for the one year.

The list of items to be quoted and their specifications are given in Annexure-I and the
amount of EMD to be submitted is given in Annexure –III. Bidder may quote for any or
all schedules and the EMD may be submitted accordingly as specified in Annexure –
III.
Bidders are requested to submit all documents with the bid as shown as checklist
(Annexure-VII). NO CLARIFIACTIONS may be sought from bidders. CMSS decision in
this regard will be final and binding.

1. LAST DATE FOR RECEIPT OFTENDER


Online Tenders (in two separate packets {Technical bid “Packet 1” and Price
Bid “Packet 2”} will be submitted online at CPPP
website:https://eprocure.gov.in/eprocure/appas per critical date sheet. The
list of Goods along with their Technical Specifications are attached here as
Annexure-I.

Page 9 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

2. BID VALIDITY:

i) The bid shall be valid for a period of 150 days from the date of opening of
Packet 1 (Technical Bid).

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


the bidder for an extension to the period of bid validity. The request and the
responses thereto shall be made in writing. The bid security provided under
clause 9 shall also be suitably extended. A bidder may refuse the request
without forfeiting his bid security. A bidder accepting the request and
granting extension will not be permitted to modify his bid.

3. PRE BID MEETING/CLARIFICATIONS:

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


notify the purchaser in writing or email at the purchaser’s mailing address
indicated in the Invitation of bid. The purchaser shall respond in writing (to
be uploaded on CPPP and on e-procurement website) to any request for
clarification of bid documents, which it receives not later than date
mentioned in critical date sheet and prior to the pre-bid meeting.
ii) The Tenderers or their Official Representatives are invited to attend a pre-bid
meeting which will take place as specified in critical date sheet.
iii) Any clarification issued by CMSS in response to query raised by prospective
bidders shall form an integral part of bid documents and it may amount to
an amendment of the relevant clauses of the bid documents.
iv) The clarification if any will be uploaded at CPPP and on e-procurement
website and bidder is expected to see the CMSS website for clarification
before submitting the bid.

Page 10 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

4. ELIGIBILITYCRITERIA

i) Only Class- I and Class- II Local supplier shall be eligible for participation. Bids
from Class- I and Class- II Local supplier as defined in DPIIT order no. P-
45021/2/2017-PP (BE-II) dt. 16.09.2020 i.r.o Public Procurement (Preference to
Make in India) shall be accepted. Bids from firms/ vendors other than Class-I
and Class- II Local Supplier shall be summarily rejected. Vendors are requested
to submit the declaration of Local Content as per Annexure XXIV of the tender
document.

ii) This is a National Competitive Bidding open for Indian Domestic Entities only as
per (i) above. Foreign OEMs participation is also enabled through its Indian
Entities. The bidder should be an Indian or Overseas Manufacturer of PSA
Medical Oxygen Generator/ Oxygen Concentrator Module.
a) The bidder should be an Indian Original Equipment Manufacturer (OEM) or
its Authorized Dealer/Distributor and in case of overseas manufacturer,
bidder should be subsidiary of the OEM in India or its Indian Authorized
Dealer.
b) In case the bidder is Indian Manufacturer or subsidiary of the Overseas OEM
in India – Self Declaration of Manufacturer of PSA Medical Oxygen
Generator/ Oxygen Concentrator Module should be given.
c) In Case the bidder is not the manufacturer- Manufacturer Authorization form
as per Annexure XIX should be given (signed by both, Manufacturer and
Bidder).
d) In case, bidder is Subsidiary of the overseas OEM in India or Indian
Authorized Dealer for Indian or overseas Manufacturer, then the past supply
criteria of the self/ principal (OEM) could be considered.
e) Bidder must have service unit(s) in India to perform warranty and CAMC
obligations (and to attend any breakdown calls within 48 hours) as per SLA.

iii) Average Annual turnover for Tenderers in the last two years i.e. 2017-18 and
2018-19 shall not be less than

Page 11 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

CAPACITY OF Turnover
Sch. PSA OXYGEN Total Requirement
Unit
No. GENERATION Tentative (in INR)
PLANT (IN LPM) Quantity

I 100 19 No. 42149600

II 200 35 No. 102844000

III 300 24 No. 93331200

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

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

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

VII 700 7 No. 45164000

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

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

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

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

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

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

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

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

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

iv) Tender should not be submitted by the firm/company for the Product(s) for
which the firm/ Company has been blacklisted/ banned/ debarred by
CMSS/ State Governments/ Central Government/MOH&FW or any of the
procurement agencies/Autonomous Bodies under the organisations stated
above or if the Firm/Company is debarred as a whole by these organisations
or any of its procurement agencies/Autonomous Bodies.

Page 12 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


table below of the tender quantity of each schedule /items quoted and for
the quoted schedule and quantity, the bidder should have annual
capacity of minimum 1.5 times of the quoted capacity (in LPM). The bidder
will submit current dated certificate issued by Auditor/CA showing the total
annual capacity in LPM. Since the bidder is allowed to quote for more than
one schedule, the total ordered quantity will be capped to 100% of the
annual capacity (in LPM). In such a case, the balance quantity will be
ordered on next to L-2/L-3/subsequent bidders at L-1 rates as per tender
clause no. 13 (c). However CMSS reserves the right to decide on final
allocation in special cases.

CAPACITY OF Total Tentative Minimum Qty. to be


Sch. PSA OXYGEN Quantity quoted (in Nos.)
No. GENERATION PLANT (in Nos.)
(IN LPM)
19 10
I 100
35 18
II 200
24 12
III 300
12 6
IV 400
V 14 7
500
VI 11 6
600
7 4
VII 700
7 4
VIII 900
6 3
IX 1000
X 3 3
1200
XI 1 1
1500
8 4
XII 2000
1 1
XIII 2500
1 1
XIV 3000
XV 1 1
3200

Page 13 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

vi) Tenderer should have supplied, installed, and commissioned minimum three
PSA plants/Medical Grade Oxygen Generator Module in India of same
quoted Make (for at least 50% of the quoted capacity) since January 2017.
The vendor/bidder has to produce the purchase order copies with
satisfactory commissioning certificate issued by the user
department/hospital (both duly notarized).
PO copies of the quantities manufactured and installed in any government
institutions, semi-government institutions, autonomous institutions, private
hospitals of minimum 100 beds (this has to be qualified) are acceptable.

5. GENERALCONDITIONS

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


eligible bidder from website:https://eprocure.gov.in/eprocure/appas per the
schedule given in Critical Date Sheet. No cost for the Tender document shall
be charged for the Tender documents downloaded by the Tenderers.

(ii) All tenders must be accompanied with Earnest Money Deposit as specified
against each schedule in Annexure-III of the Tender document.

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


representatives of the Tenderers is not necessary.

(iv) All notices or communications relating to and arising out of this tender and
any consequent agreement or any of the terms thereof shall be considered
duly served on or given to the Tenderer if delivered to it or left at the
premises, places of business or abode or sent at official email as provided
by the tenderer.

Page 14 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

(v) Bidders are advised to watch for amendments, if any, which may be issued
prior date of submission of bids by tender inviting authority on the website:
www.cmss.gov.inand https://eprocure.gov.in/eprocure/app for which CMSS
will not issue any separate communication to individual bidders.

(vi) FORGERY/FRAUD BY BIDDERS/ SUPPLIER:


(a) Genuineness of the papers/ documents/ certificates/ declaration
submitted with bid is the responsibility of the bidder. If at any stage it is
found that the papers/ documents/certificates/declaration submitted by
the bidder are not in order, are forged, manipulated, fabricated or
altered, the bid or purchase order issued to the bidder is liable to be
cancelled and further necessary action including forfeiture of its
EMD/Security Deposit, debarring/blacklisting against the bidder will be
taken. Purchaser may also initiate police/legal action and request
concerned statutory authority for cancellation of license issued to
supplier for tendered items.
(b) If any fraud, short supply of goods is detected on part of the bidder at
any stage, the bid or work order/ Purchase order issued to the bidder is
liable to be cancelled and further necessary action against the bidder
including debarring/blacklisting will be taken.
(c) In any of above two cases, the CMSS is at liberty to make alternative
purchase of the tendered items from other approved suppliers or in the
open market or from any other Tenderer who might have quoted higher
rates, at the risk and the cost of the supplier.

(vii) PATENT RIGHTS:


The supplier shall indemnify the purchaser against all third-party claims of
infringement of patent, trademark or industrial design rights arising from
use of the goods or any part thereof.
In event of any such claim in respect of alleged breach of patent,
registered designs, trademarks etc. being made against TIA (Tender
Inviting Authority), the TIA shall notify the supplier of the same and the

Page 15 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

supplier shall at its own expenses take care of the same for settlement
without any liability to the TIA.

(viii) TERMINATION FOR DEFAULT:


1. The purchaser may, without prejudice to any other remedy for breach of
contract, by written notice of default, sent to the supplier, terminate this
contract in whole or in part.

(a) If the supplier fails to deliver any or all of the goods within the time
period(s) specified in the contract, or any extension thereof
granted by the purchaser.
(b) If the supplier fails to perform any other obligation(s) under the
contract, and
(c) If the supplier, in either of the above circumstances, does not
remedy his failure within a period of 15 days (or such longer period
as the purchaser may authorize in writing) after receipt of the
default notice from the purchaser.

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


pursuant to above the purchaser may procure; upon such terms and in
such manner, as it deems appropriate, tendered goods undelivered and
the supplier shall be liable to the purchaser for any excess cost for such
similar goods. However, the supplier shall continue performance of the
contract to the extent not terminated.

(ix) TERMINATION FOR INSOLVENCY:


The purchaser may, at any time, terminate the contract by giving written
notice to the supplier, without compensation to the supplier, if the
supplier becomes bankrupt or otherwise insolvent, as declared by the
competent court provided that such, termination will not prejudice or
affect any right of action or remedy which has accrued or will accrue
thereafter to the purchaser.

Page 16 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

(x) SET OFF:


Any sum of money due and payable to the supplier (including security
deposit refundable to him) under this contract may be appropriated by
the purchaser and set off the same against any claim of the purchaser
for payment of a sum of money arising out of this contract or under any
other contract made by the supplier with the Purchaser.

(xi) Purchaser reserves the right to debar/ blacklist a bidder for a suitable
period in case he fails to honour his bid/contract without sufficient
grounds.

(xii) BID SUBMISSION:

(a) Bidders are hereby cautioned that any attempt of cartel formation will be
viewed seriously and may at the discretion of purchaser, lead to
cancellation of tender. Purchaser in its discretion may decide to forfeit
EMD of such bidders and black list or debar these bidders for suitable
period besides taking other punitive measures. Decision of purchaser in
this regard shall be final and binding.

(b) (i) Different firms or companies having any common partner(s) or Director(s)
are not permitted to quote for more than one tender offer. In case more
than one offer is received from such bidders, then all such offers except
with the lowest quote shall be rejected summarily.
(ii) In case more than one offer for any tendered item is received from the
same bidder, then all such offers except with the lowest quote shall be
rejected summarily.

Page 17 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

(xiii) NEAR RELATIVE CERTIFICATE:


The bidder should give a certificate that none of his/her near relative as
defined below is working in CMSS where he is going to apply for the
tender. In case of Proprietorship firm certificate will be given by the
proprietor. For partnership firm certificate will be given by all the partners
and in case of limited company by all the Directors of the company
excluding Govt. of India/Financial Institutions nominees and
independent non-official part time directors appointed by Govt. of India
or the Governor of the state. Authorised signatory of bid may also sign
this bid on behalf of the entire directors/ partners/ proprietor. Due to any
breach of conditions by the company or firm or any other person the
tender will be cancelled and bid security will be forfeited at any stage
whenever it is noticed and CMSS will not pay any damage to the
company or firm or the concerned person. The company or firm or the
person will also be debarred for further participation for quoted item in
the concerned unit.
The near relatives for this purpose are defined as:
(a) Members of a Hindu undivided family.
(b) They are husband and wife.
(c) The one is related to the other in the manner as father, mother,
son(s) & son’s wife (Daughter in law), daughter(s) and daughter’s
husband (son in law), brothers(s) and brother’s wife, sister(s) and
sister’s husband (brother in law).
An undertaking as specified in Annexure XVIII to be submitted.

6. TECHNICAL BID – “PACKET1”

Those intending to participate in the tender (herein called Tenderer) should first
ensure that they fulfil all the eligibility criteria:
6.1 The Tenderer should electronically submit the soft copies of following
documents in Technical Bid “Packet 1”. (All the documents submitted
should bear signature and stamp of the Tenderer).”

Page 18 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


receipt or Bank Guarantee in respect of EMD as per Clause 5 (ii) and
Clause 9 of this tender document or in case of MSE, a copy of their valid
registration certificate in support of their being an MSE and a notarised
undertaking given in Annexure VIII. EMD for each schedule may be
submitted separately.
(b) Tender Forwarding letter as per Annexure-II.
(c) Duly notarized general power of Attorney (on non judicial stamp paper
of worth Rs. 50/-) in favour of authorized signatory in case of partnership
firm (to be signed by all partners) or board resolution in case of a
company to sign the bid and bind the bidder. The signature of
authorized signatory should be duly attested. In case of proprietorship on
its letter head of firm declares himself as proprietor with specimen
signature.
(d) The bidder should be the original Indian Equipment Manufacturer (OEM)
or its Authorised Dealer/Distributor and in case of overseas Manufacturer,
bidder should be subsidiary of the OEM in India or Indian Authorized
Dealer.
 The bidder should be an Indian Original Equipment Manufacturer
(OEM) or its Authorized Dealer/Distributor and in case of overseas
manufacturer, bidder should be subsidiary of the OEM in India or its
Indian Authorized Dealer.
 In case the bidder is Indian Manufacturer or subsidiary of the Overseas
OEM in India – Self Declaration of Manufacturer of PSA Medical
Oxygen Generator/ Oxygen Concentrator Module should be given.
 In Case the bidder is not the manufacturer- Manufacturer Authorization
form as per Annexure XIX should be given (signed by both,
Manufacturer and Bidder).
 The bidder should submit an undertaking that the model of the
equipment supplied by them is of the latest model.

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

Page 19 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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

(f) Tenderer should quote at least for the quantity as mentioned in table in
tender clause no. 4 (v) of each Schedule /items quoted and for the
quoted schedule and quantity, the bidder should have minimum annual
capacity of minimum 1.5 times of the quoted capacity (in LPM). The
bidder will submit current dated certificate issued by Auditor/CA showing
the total annual capacity in LPM. Since the bidder is allowed to quote for
more than one schedule, the total ordered quantity will be capped to
100% of the annual capacity (LPM). In such a case, the balance quantity
will be ordered on next to L-2/L-3/subsequent bidders at L-1 rates as per
tender clause no. 13 (c).

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


three PSA plants/Medical Grade Oxygen Generator Module in India of
same quoted Make (at least 50% of the quoted capacity) since January
2017. The vendor/bidder has to produce the purchase order copies with
satisfactory commissioning certificate issued by the user
department/hospital (both duly notarized).
PO copies of the quantities manufactured and installed in any
government institutions, semi-government institutions, autonomous
institutions, private hospitals of minimum 100 beds (this has to be qualified)
are acceptable.

(h) Annual turnover statement for 2 years i.e., 2017-2018 and 2018-19 or 2018-19
and 2019-20 should be furnished in the format given in Annexure-V duly
certified by the Chartered Accountant.

(i) Copies of the audited Annual reports including the Balance Sheet and Profit
and Loss Account along with all the annexure for the last two years i.e. 2017-
18 and 2018-19 or 2018-19 and 2019-20.

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


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

Page 20 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

submit a copy of valid Import License.

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


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

ii) ISO 13485: 2016 certification – for design of medical systems

iii) ISO 10083/ EN ISO 7396-1/ EN 737-3 European Standards and should be in
accordance with medical device directives 93/42/EEC or Medical use
international standard regarding the supply of oxygen via oxygen
generators for a use in medical gases distribution networks.

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


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

(l) Last two FY ITR acknowledgements with a copy of PAN and GST
Registration Certificate indicating GST Number.
(m) List of items quoted (the name and Model of the items quoted) and
relevant annual production for the last 3 years as per the Annexure-VI and
relevant quality standards certificates and Catalogue, Data Sheets and
technical compliance statement clause by clause with Mentioned Model
No & Make.

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


tender document and their respective page numbers shall be enclosed with
the tender document. The documents should be serially arranged.

(o) Each page of submitted bid (along with tender document) be properly
page numbered and shall be signed by the authorized signatory of the
Tenderer with office seal.

Page 21 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

(p) All the documents enclosed with the tender document should also be
signed by the authorized signatory of the Tenderer.

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

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

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


Manufacturer or subsidiary of the OEM in India – Self Declaration of
Manufacturer should be given.

(t) Service Centre Details as per Annexure-XX

(u) The minimum life span of the equipment should be 10 years and
certificate in this regard should be submitted from the OEM. Also, OEM
should undertake availability of spares/parts of the equipment along with
accessories supplied till the shelf life (minimum 10 years) of the equipment.

6.2 (a) The above mentioned documents are to be submitted in soft copy
electronically on the CPPP portal https://eprocure.gov.in/eprocure/app
as Technical Bid “Packet 1” as per date prescribed in critical date sheet
and as per instructions of online bid submission given in Annexure–XVI.

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


for Exemption of EMD in physical form is to be deposited with the Tender
Inviting Authority upto bid submission end date and time as per
prescribed in the critical date sheet. If the last date of deposit of original
EMD/Notarised undertaking by MSE companies Annexure VIII for
Exemption of EMD happens to be a central government holiday for
offices located in New Delhi, next working day shall be treated as the
last date of deposit. The original Bank Guarantee/Notarised

Page 22 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

undertaking by MSE companies Annexure VIII for Exemption of EMD


may be either deposited in person or by courier. If sent by courier, the
tenderer has to send it in advance so as to make sure that the original
EMD/Notarised undertaking by MSE companies Annexure VIII for
Exemption of EMD is delivered to the Tender Inviting Authority by the
date and time specified in critical date sheet. Failure to deposit the
original EMD/Notarised undertaking by MSE companies Annexure VIII for
Exemption of EMD by the specified last date and time shall result in
rejection of bid summarily

7. PRICE BID-“Packet 2”

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


i) Bid should be uploaded online in the form BOQ.XXXX.xls.
ii) Format of the Schedules of price bid is available in Annexure-XIII.
iii) The supplier shall quote as per price schedule given in Annexure-XIII for
all the items quoted by him schedule of requirement.
iv) The price quoted shall be the landed price per unit at the specified
locations on DDP basis and shall include all taxes and duties including
transportation and other incidental expenditure for delivery at CMSS
warehouses/Consignee site.
v) The rate quoted in Price Schedule Annexure-XIII should be for a unit as
given in specifications as detailed in the tender document. The bidder is
not permitted to change / alter specification or unit size in the box.
vi) The bidder has to quote seven years CAMC cost along with Equipment
cost (inclusive of 3 years warranty). Schedule wise L1 will be determined
on all inclusive cost including the seven years CAMC cost as per the
price bid.

Page 23 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


i) The bidder may quote for GST as per applicability in accordance with
relevant Government notification.
ii) Any variation upwards/downwards as a result of statutory variation in
GST/ other taxes/duties/levies for supplies during original specified
delivery schedule of goods shall be allowed.
iii) Any upward/downward revision (only during scheduled delivery period)
in statutory taxes, levies will be allowed and benefit will pass on to
supplier/purchaser.
iv) Any increase in taxes and other statutory duties/levies after the expiry
of the delivery date shall be to the supplier’s accounts. However, the
benefit of any decrease in these taxes/duties shall be passed on to the
purchaser by the supplier.

7.3 The basic unit price quoted by the bidder shall remain fixed during the
entire period of contract and shall not be subject to variation on any
account. A bid submitted with an adjustable price quotation will be
treated as non-responsive and rejected.

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


BID’ OF TENDER CLARIFICATION OF BIDS SUBMITTED:
8.1 To assist in the examination, evaluation and comparison of bids, the
purchaser may, at his discretion ask the bidder for the clarification in its
bid. The request for the clarification and response shall be in writing.
However, no post bid clarification at the initiative of the bidder shall be
entertained.
8.2 Presence of authorized official of the Tenderer is not necessary at the
time of opening of Technical Bid - “Packet 1” as opening is online.
8.3 The purchaser shall evaluate the bids to determine whether they are
complete, whether any computational errors have been made, whether
required sureties have been furnished, whether the documents have
been properly signed and whether the bids are generally in order.

Page 24 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

8.4 Prior to the detailed evaluation, pursuant to clause above, the purchaser
will determine the substantial responsiveness of each bid to the bid
documents for purposes of these clauses. A substantially responsive bid is
one, which confirms to all the terms and conditions of the bid documents
without material deviations. The purchaser’s determination of bid’s
responsiveness shall be based on the contents of the bid itself without
recourse to extrinsic evidence.
8.5 A bid determined as substantially non-responsive will be rejected by the
purchaser and shall not subsequent to the bid opening be made
responsive by the bidder by correction of the non-conformity.
8.6 The purchaser may waive any minor infirmity or non-conformity or
irregularity in a bid, which does not constitute a material deviation,
provided such waiver does not prejudice or affect the relative ranking of
any bidder. Such minor infirmity will be identified by the TEC and
clarification in this regard may be called for.
8.7 “Packet 2” will be opened only for tenderers, who are found techno-
commercially eligible on satisfying the criteria for technical evaluation
and plant inspection (wherever necessary) based on the documents
submitted in “Packet 1”. Presence of authorized official of Tenderers is
not necessary in opening of “Packet 2” as opening isonline.
8.8 Arithmetical errors shall be rectified on the following basis. If there is a
discrepancy between the unit price and total price that is obtained
multiplying the unit price and quantity, the unit price shall prevail and
total price shall be corrected by the purchaser. If there is a discrepancy
between words and figures, the amount in words shall prevail.

9. EARNEST MONEY DEPOSIT

9.1. (a) The Earnest Money Deposit (EMD) is payable by all Tenderers, for
an amount indicated in Annexure-III UNLESS EXEMPTED under
clause 9.2 In case a Tenderer is quoting for more than one item,
the Earnest Money Deposit payable by such Tenderer shall be the

Page 25 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

aggregate total of the Earnest Money Deposit for all the items
quoted by such Tenderer. The Tenderers are required to furnish the
breakup of the Earnest Money Deposit for the items quoted in the
format as per Annexure-III. The Earnest Money Deposit shall be
paid by Account Payee Demand Draft, FD receipt, Banker’s
cheque or Bank Guarantee or RTGS/NEFT in the following Bank
Account:
BeneficiaryName : Central Medical Services Society
A/CNo. :32719062216
BankName : SBIBank
Branch : NirmanBhawan, Maulana Azad
Road, New Delhi
IFSCCode :SBIN0000583
b. The Bank Guarantee can also be accepted as a mode of payment
and the named beneficiary shall be Central Medical Services Society.
The Bank guarantee shall be issued by a bank (Nationalized or
Scheduled Bank) in India to make it enforceable and acceptable to
the purchaser. The Bank Guarantee shall be in the format as per
Annex-XIV provided in the tender document.
Bank Guarantee shall remain valid for 45 days beyond the validity
period for the bid and will be extended accordingly beyond any
extension subsequently requested by purchaser.

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

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


SMALL & MEDIUMENTERPRISES)

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


MSME have revised criteria for classifying the enterprises as Micro, small
and Medium enterprises with effect from Ist July 2020 therefore following
firms will be exempted from submission of EMD:

Page 26 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


Notification dtd. 26.06.2020 registered under “Udyam Registration”
w.e.f 01.07.2020 will be granted exemption from payment of Earnest
Money Deposit. Udyam Registration Certificate has to be produced in
support of above.
b. The existing Micro and Small Enterprises as per classification given in
MSME Act 2006 registered till 30.06.2020 and holding Permanent
Registration Certificate from the District Industries Centers or Khadi and
Village Industries Commission or Khadi and Village Industries Board or
Coir Board or National Small Industries Corporation or any other body
specified by Ministry of Micro Small and Medium Enterprises will be
granted exemption from payment of Earnest Money Deposit till
31.03.2021. Registration Certificate has to be produced in support of
above.

(ii) The MSE Units will be required to furnish a notarized undertaking (as per
Annexure-VIII) to the effect that in the event of non-fulfilment or non-
observance of any of the conditions stipulated in the contract, the MSE
Unit shall pay a penalty, equivalent to the Earnest Money Deposit to offset
the loss incurred by the Tender Inviting Authority consequent on such
breach of any bid condition.

(iii) The MSEs participating in the tender shall enclose with their tender a copy
of their valid registration certificate with District Industries Centers or Khadi
and Village Industries Commission or Khadi and Village Industries Board or
Coir Board or National Small Industries Corporation or any other body
specified by Ministry of Micro Small and Medium Enterprises in support of
their being an MSE, failing which their tender will be liable to be
ignored/rejected.

Page 27 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

9.3. (i) Offers of the firms submitted without EMD / for a shorter period/lesser
amount as demanded will summarily rejected.

(ii) The Earnest Money Deposit will be refunded to the lowest responsive
bidder/s within 30 days from the date of signing the contract
agreement and on the deposit of Security Deposit.
(iii) The Earnest Money Deposit (EMD) furnished by all unsuccessful
tenderers will be returned as early as possible after the expiration of
the period of tender validity but not later than 30 days of the award
of the contract.

9.4 FORFEITURE OF EMD:


(i) The Earnest Money Deposit (EMD) will be forfeited, if the Tenderer
withdraws or amends, impairs or derogates from the tender in any
respect within the period of validity of his tender.
(ii) The Earnest Money Deposit (EMD) will be forfeited, in case of the lowest/
matched bidder, fails to execute the contract agreement and / or
deposit the Security Deposit within the stipulated time.
(iii) In both the above cases, the bidder will not be eligible to participate in
the tender for same item for one year from the date of issue of letter of
acceptance (LOA). The bidder will not approach the court against the
decision of the CMSS in this regard.

10. OTHER CONDITIONS:

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

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

Page 28 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

(ii) In exceptional situation where the requirement is of an emergent


nature and / or it is necessary to ensure continued supplies from the
existing vendors, the purchaser reserves the right to place repeat
order up to 50% of the quantity of the goods and/or services
contained in the running tender/contract up to a period of twelve
months from the earliest date of acceptance of letter of acceptance
(LOA) at the same rate or a rate negotiated (downwardly) with the
existing vendors considering the reasonability of rates based on
prevailing market conditions and the impact of reduction in duties
and taxes etc.
(iii) The delivery of the additional quantity shall be scheduled after the
completion of the delivery of the original tendered quantity.

10.2 (i) The rates quoted and accepted will be binding on the Tenderer for
the full contract period of two year and any increase in the price will
not be entertained till the completion of this contract period.
(ii) Any upward/downward revision (only during scheduled delivery
period) in statutory taxes, levies will be allowed and benefit will pass
on to supplier/purchaser.
(iii) Any increase in taxes and other statutory duties/levies after the expiry
of the delivery date shall be to the supplier’s accounts. However, the
benefit of any decrease in these taxes/duties shall be passed on to
the purchaser by the supplier.

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


and Medium Enterprises Development (MSMED) Act 2006, the
Government has notified a new Public Procurement Policy for Micro
& Small Enterprises effective from 9th November 2018. The policy
mandates that 25% of procurement of annual requirement of goods
and services by all Central Ministries / Public Sector Undertakings will
be from the Micro and Small Enterprises. Government has also
earmarked a sub target of 4% procurement of goods & services out
of 25% from MSEs owned by SC/STentrepreneurs and 3% to micro and
small enterprises owned by women.

10.4 In accordance to the above notification the participating Micro and


Small Enterprises (MSEs) in a tender, quoting price within the band of
L1 + 15% would be allowed to supply a portion of the requirement by

Page 29 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

bringing down their price to the L 1 price, in a situation where L 1


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

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


Make in India) order 2017- Revision vide Order no P-45021/2/2017-PP (BE-II) -
dated 16th September 2020. The provision of said order including any
subsequent orders issued from time to time will apply in the instant case.
Bidders are requested to submit a certificate from the statutory auditor or
cost auditor of the company (in the case of companies) or from a practicing
cost accountant of practicing chartered accountant (in respect of suppliers
other than companies) giving the percentage of local content as per order
Order no P-45021/2/2017-PP (BE-II) - dated 16th September 2020 in the
Annexure-XXIV.

11. ACCEPTANCE OF BID/TENDER

11.1 Technically responsive tenders will be evaluated based only on the


“landed price”(all-inclusive price), i.e. Rate per Unit inclusive of all
taxes, duties, transportation& other charges, CAMC prices (as
applicable) as given in Annexure-XIII by the tenderer.

11.2 The evaluation for ranking shall be carried out on the basis of “all
inclusive” prices of the goods offered for each schedule separately
including the CAMC cost for 7 years.

11.3 The purchaser reserves the right to accept or reject any bid, and to
annul the bidding process and reject all bids, at any time prior to
Page 30 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

award of contract without assigning any reason whatsoever and


without thereby incurring any liability to the affected bidder or
bidders on the grounds of purchaser’s action.

11.4 (i) CMSS or its authorized representative(s) has the right to inspect the
factories of Tenderers, before accepting the rate quoted by them or
before releasing any purchase order(s) or at any point of time during
the continuance of tender and also has the right to reject the tender
or terminate/ cancel the purchase orders issued and/or not to place
further order, based on adverse reports brought out during such
inspections. In such situation CMSS reserves the right to take other
actions against the tenderer including forfeit of security deposit,
debarring/blacklisting for appropriate period.

(ii) The Tenderer shall allow inspection of the factory at any time by a
team of Experts/ Officials nominated by the Tender Inviting Authority
for the purpose. The Tenderer shall extend necessary cooperation to
such team in inspection of the manufacturing process, quality control
measures adopted etc., in the manufacture of the items quoted. If
Company/ Firm does not allow for any such inspection, their tenders
will be rejected during the currency of the contract.

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


matched tenderers in writing (through email), as per format of the
Acceptance Letter given in Annexure- IX

12. SECURITY DEPOSIT AND AGREEMENT

12.1 Security Deposit:


On being intimated about the acceptance of the tender the
L1/Matched tenderer shall submit 2 PBGs; One at the time of LOA @
10% of the total LOA value (in Rs.) within 10 days of issuance of LOA

Page 31 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

to CMSS and 2nd PBG for CAMC cost (in Rs) from 4th year to 10th
year will be submitted to the consignees/hospitals. The bidder has to
submit the security deposit @ 10% of CAMC value for each year
subsequently before expiry of the previous PBG for warranty/CAMC
period. The Security Deposit amount to be deposited in the form of
Account Payee Demand Draft, FD receipt, Bank Guarantee or
NEFT/RTGS in favor of Central Medical Service Society/Consignee
Hospital. The Security Deposit in any other form like Cash/ Cheque/
Postal-Order will not be accepted. In case of depositing security
deposit by Bank Guarantee, the named beneficiary shall be Central
Medical Services Society/Consignee Hospital. The Bank Guarantee
shall be issued by a bank (Nationalized or Scheduled Bank) in India to
make it enforceable and acceptable to the purchaser. The Bank
Guarantee shall be in the format as per Annexure- XV provided in
the tender document.

12.2 For both the PBGs, the Performance Bank Guarantee shall be valid
for a period up to sixty (60) days after the date of completion of all
contractual obligations by the supplier.

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


judicial stamp paper of value of Rs.100/- (stamp duty to be paid by
the Tenderer) within 15 days from the date of the intimation from
CMSS informing that his tender has been accepted. The Specimen
form of Agreement is available in Annexure-X.

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


purchaser as compensation for any loss resulting from the supplier’s
failure to complete its obligations under the contract.

12.5 The performance security bond will be discharged by the purchaser


after completion of the supplier’s performance obligations including

Page 32 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

any warranty obligations under the contract and after receiving the
PBG against CAMC contract.

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

13. EVALUATION CRITERIA AND METHODOLOGY FOR PLACING ORDERS

For placing orders the following procedures will be adopted:

a. The quoted rates include 3 year onsite warranty cost and the bidder is also
required to quote for next 7 years CAMC cost for each year as shown in the
price bid. Per unit equipment cost will include the cost of the equipment
including (custom duty, if any). The bidder will quote the GST component on
the equipment cost. Charges towards services (all inclusive) include charges
for design, supply and transportation, installation, testing, commissioning and
training. The bidder will also quote yearly CAMC rate (all inclusive) for 4th, 5th,
6th, 7th, 8th, 9th and 10th year without taxes. The state/hospital site reserves the
right to utilize the CAMC services for the full period or part thereof or none.

b. The schedule vise LI determination will be based on the unit total cost of all
these components. The Tenderer, who has been declared as Lowest Tenderer
for certain item(s), shall within the tender issue of LOA (letter of acceptance)
execute necessary Agreement for the supply of the allocated quantity of such
Goods as specified in the Tender Document after depositing the required
amount as Security Deposit and on execution of the agreement such Tenderer
shall supply goods on receipt of Purchase Orders. The format of LOA,
agreement, Purchase Order is attached at Annexure – IX, X, XI respectively.

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


bidder for multiple Schedules, CMSS has the right not to award the contract to
the lowest priced bidder in case when the bidder has no capacity to perform
works concurrently on all Schedules. The bidder in subject will be awarded with
Page 33 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Schedule according to assessed and proven capacity and determination


which Schedule to award will be based on the following order:
(i) Schedule(s) where there is no other responsive bid received;
(ii) For Schedule with highest cost difference to next ranked bidder. In such
case, for the other Schedule, the criteria for awarding not the lowest priced bid
will be based on calculating the least price difference between the lowest and
next ranked bidder.
d. Irrespective of determined capacity to undertake more than one Schedule,
CMSS may decide at its discretion to award Lots to different bidders to reduce
risk of delivery.
e. If two or more than two Tenderers are declared as lowest suppliers for the
same item(s) (i.e. emerge-L1), such Tenderers shall execute necessary
agreement as specified in the Tender Document on depositing the required
amount as Security Deposit and on execution of the agreement such
Tenderer will be eligible for placement of Purchase Orders for equal
proportion of tendered quantities (50:50 or 33.33:33) for such item(s) for
which they are declared as lowest (L1).
f. CMSS will counter offer the lowest rate (L1 rate) to other Tenderers in the
order of their ranking i.e. L2, L3 and so on will be asked to match the L1
price.

g. (i) In order to maintain uninterrupted supplies, the CMSS will place orders
one or with minimum of two suppliers for tendered product with 70% of the
orders given to L1 and the balance 30% to the next Matched Lowest
Tenderer.

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


quoted quantity or at most for balance 50% quantity can be offered to L1
bidder. Quantity beyond quoted quantity will be ordered on mutual consent.

(iii) In case L1 bidder has quoted for 50% quantity, the balance quantity will be
offered to L2 and L3 bidders for 30% and 20% quantity respectively.

Page 34 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

(iv) In case there is no L3/matched bidder at 3rd position (i) above may be followed
or balance 50% quantity may be offered to L2/matched bidder in case L1 does
not agree to supply 70% of tendered quantity.

(v) In case of requirement of large quantities, CMSS may place orders with 3
suppliers in the ratio of 50: 30: 20.

Order Distribution will be followed as below:

CAPACITY OF
Sch. PSA OXYGEN
Total Tentative Unit Order Distribution
No. GENERATION
Quantity
PLANT (IN LPM)
50:30:20
I 100 19 No.
50:30:20
II 200 35 No.
50:30:20
III 300 24 No.
70:30
IV 400 12 No.
70:30
V 500 14 No.
70:30
VI 600 11 No.
70:30
VII 700 7 No.
70:30
VIII 900 7 No.
70:30
IX 1000 6 No.
100.00
X 1200 3 No.
100.00
XI 1500 1 No.
70:30
XII 2000 8 No.
100.00
XIII 2500 1 No.
100.00
XIV 3000 1 No.
100.00
XV 3200 1 No.
h. If the lowest supplier has failed to supply the required Goods within the
stipulated time or within the extended time, as the case may be, CMSS may
Page 35 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

cancel such purchase orders and on cancellation, CMSS may place


Purchase Orders with the Matched Lowest Tenderer or to the other tenderers
or Purchase through open market/source at the risk and cost of the
defaulted supplier.
i. The supplier shall complete the supply of the Goods required by CMSS at the
consignee destination mentioned in the schedule, within minimum required
period of 45 days or as stipulated in LOA/PO which will be sent by email to
the successful tenderer.
j. The supplier shall supply the Goods at the specified destination and submit a
copy of the Purchase Order, Delivery Challan and other relevant documents
at the same destinations.
k. To claim 40% payment on completion of supply of equipment- After supply
of Goods at the specified destinations, the supplier shall submit Invoice,
Delivery Challan, Consignee Receipt Certificate (As per Annexure XXII,
Packing List, Inspection Certificate issued by nominated inspection agency
(if any), Certificate of Origin.

To claim balance 60% payment on completion of installation and


comissioning of equipment After installation and commissioning of the
equipment, the supplier shall submit Satisfactory Installation Report (as per
Annexure XXV, Testing Report of Oxygen output from PSA Plant, Final
Acceptance Certificate (As per Annexure XXIII) and other relevant
documents, etc., at the Head Office, CMSS .
l. Subject to para (h) and para (i) above, CMSS will process the invoices
submitted by the supplier and the payments against supply will be made
within 60 days from the date of submission of all relevant documents to the
CMSS provided the Goods supplied has been declared of STANDARD
QUALITY, by the Empanelled Laboratory of CMSS/ Any nominated agency.

Page 36 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

14. SUPPLY / DELIVERY CONDITIONS


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

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

14.3(a)The supplier shall supply, the ordered quantity within minimum required
period of 45 days from the date of LOA at the destinations mentioned in the
purchase order. If the above day happened to be a holiday for CMSS, the
supply should be completed by 5.00 PM on the next working day. In case of
non-execution of the order either partially or fully, CMSS reserves the right to
cancel the purchase order or place fresh purchase orders on alternative
source at the risk and cost of the default supplier. In such cases the CMSS, has
every right to recover the cost and impose penalty including blacklisting of
the supplier and the product.

 Installation & commissioning, supervision, Demonstration, Trial run and


training etc. Installation and commissioning shall be completed within 15
days of handing over the site of installation, complete in all respect by the
consignee

(b) With the prior approval of CMSS, the supplier may continue the supply,
Installation & Commissioning the unexecuted quantity after the delivery
dates/schedule as mentioned in LOA, with Liquidated Damages as
specified in Clause 18 of the tender conditions on the delayed supplies.

(c) Supplies should be made directly by the tenderer and not through any
other Agency/Dealer/Distributor.

(d) The Tenderer shall not, at any time, assign, or make over the contract or
the benefit thereof or any part thereof to any person or persons
whatsoever.

Page 37 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

(e) Transportation of Goods


 Instructions for transportation of domestic goods including goods already
imported by the supplier under its own arrangement:
 In case no instruction is provided in this regard, the supplier will arrange
transportation of the ordered goods as per its own procedure.

(f)Insurance
 In case of supply of goods on Consignee site basis, the supplier shall be
responsible till the entire contracted stores arrive in good condition at
destination. The transit risk in this respect shall be covered by the Supplier.

(g) Spares and Consumables


 Supplier shall carry sufficient inventories to assure ex-stock supply of
consumables and spares for the goods so that the same are used during
contract period.

(h) Incidental services


The supplier shall be required to perform the following services:
i) Design, Supply, Installation, Testing & commissioning under its supervision
and training of the hospital staff of the goods supplied. The goods offered
should be suitable for Indian electrical rating as follows: Power supply: 200-
230V, 50Hz (Single Phase) or 400-440V, 50Hz (3 Phase).
ii) Providing required jigs and tools for assembly, minor civil works required for
the completion of the installation.
iii) Training of Consignee’s doctors, staff, operators etc. for operating and
maintaining the plant.
v) Supplying required 3 number of Instruction, Testing & Maintenance and
operation manual, for the goods, Catalogue and Literature, Data Sheet,
Relevant Test certificate, Quality Certificate, Guarantee Certificate and
Any Others related documents.
vi) This shall include installation & commissioning, supervision, Demonstration,
Trial run and training etc. Installation and commissioning shall be
Page 38 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


complete in all respect by the consignee. The date of handing over of the
site has to be intimated by the supplier to the TIA. The delay on the part of
the supplier to install and commissioning the equipment will attract the
provision as contained in the liquidated damage clause.

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


The supplier shall send all the relevant despatch documents well in time to the
TIA/Consignee to enable the TIA/Consignee clear or receive (as the case may
be) the goods in terms of the contract.
The usual documents involved and the drill to be followed in general for this
purpose are as follows.
Within 24 hours of dispatch, the supplier shall notify the TIA/consignee, and
others concerned if mentioned in the contract, the complete details of
despatch and also supply the following documents to them by registered post
/ speed post / courier:
(i) Two copies of supplier’s invoice showing contract number, goods
description, quantity.
(ii) Consignee Receipt Certificate in original issued by the authorized
representative of the consignee, to be signed by store in-charge and
returned to the supplier.
(iii) Packing list identifying contents of each package.
(vi) Inspection certificate issued by the nominated Inspection agency, if any.
(v) Certificate of origin.
(vi) Insurance Certificate.
(vii) Manufacturers/Supplier’s warranty certificate & In-house inspection
certificate

14.5 All the Tenderers are required to supply the product(s) with printed text
“GOVT. OF INDIA SUPPLY – NOT FOR SALE” in red-colour on the Stickers and
also on the external packings. Goods received without this print will not be

Page 39 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


accepted. However, the approved art work will prevail.

14.6 The Tenderer shall take back goods, which are not utilized by the CMSS
within the shelf life period, based on mutual agreement.

14.7 If at any time the Tenderer has, in the opinion of the CMSS, delayed the
supply of drugs/ goods due to one or more reasons related to Force Majeure
events such as riots, mutinies, wars, fire, storm, tempest or other exceptional
events at the manufacturing premises, the time for supplying the drugs may
be extended by the CMSS at its discretion for such period as may be
considered reasonable. However, such extension shall be considered only if
a specific written request is made by the Tenderer within 10 days from the
date of occurrence of such event. The exceptional events do not include
scarcity of raw material, increase in the cost of raw material, electricity
failure, labour disputes/ strikes, insolvency, and closure of the factory/
manufacturing unit on any grounds etc.

14.8 The supplier shall not be liable to pay LD/ penalty and forfeiture of security
deposit for the delay in executing the contract on account of the extension
of supply period on the ground of force majeure events.

15. PACKING
15.1 The Goods shall be supplied in the package specified in the Technical
Specifications in Annexure-I.
 The packing for the goods to be provided by the supplier should be strong
and durable enough to withstand, without limitation, the entire journey
during transit including transhipment (if any), rough handling, open storage
etc. without any damage, deterioration etc. As and if necessary, the size,
weights and volumes of the packing cases shall also take into consideration,
the remoteness of the final destination of the goods and availability or

Page 40 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


final destination as per the contract.
 The quality of packing, the manner of marking within & outside the
packages and provision of accompanying documentation shall strictly
comply with the requirements as provided in Technical Specifications In case
the packing requirements are amended due to issue of any amendment to
the contract, the same shall also be taken care of by the supplier
accordingly.
 Packing instructions:
Unless otherwise mentioned, the supplier shall make separate packages for
each consignee (in case there is more than one consignee mentioned in the
contract) and mark each package on three sides with the following with
indelible paint of proper quality:
a. contract number and date
b. brief description of goods including quantity
c. packing list reference number
d. country of origin of goods
e. consignee’s name and full address and
f. supplier’s name and address

16. QUALITY CONTROL

16.1 Quality Control is an essential part of the current procurement and it is the
responsibility of the supplier to ensure quality assurance as per
specifications/bid document. The products should conform to the standards
as specified in Annexure-I of the Tender document.
 The TIA( Tender Inviting Authority and/or its nominated representative(s) may,
inspect and/or test the ordered goods and the related services to confirm their
conformity to the contract specifications and other quality control details
incorporated in the contract. The TIA shall inform the supplier in advance, in
writing, the TIA’s programme for such inspection and, also the identity of the
officials to be deputed for this purpose.

Page 41 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

 The Technical Specification and Quality Control Requirements incorporated in


the contract shall specify what inspections and tests are to be carried out and,
also, where and how they are to be conducted. If such inspections and tests
are conducted in the premises of the supplier or its subcontractor(s), all
reasonable facilities and assistance, including access to relevant drawings,
design details and production data, shall be furnished by the supplier to the
TIA’s inspector at no charge to the TIA.
 If during such inspections and tests the contracted goods fail to conform to the
required specifications and standards, the TIA’s inspector may reject them and
the supplier shall either replace the rejected goods or make all alterations
necessary to meet the specifications and standards, as required, free of cost to
the TIA and resubmit the same to the TIA’s inspector for conducting the
inspections and tests again.
 In case the contract stipulates pre-despatch inspection of the ordered goods
at supplier’s premises, the supplier shall put up the goods for such inspection to
the TIA’s inspector well ahead of the contractual delivery period, so that the
TIA’s inspector is able to complete the inspection within the contractual
delivery period.
 If the supplier tenders the goods to the TIA’s inspector for inspection at the last
moment without providing reasonable time to the inspector for completing the
inspection within the contractual delivery period, the inspector may carry out
the inspection and complete the formality beyond the contractual delivery
period at the risk and expense of the supplier. The fact that the goods have
been inspected after the contractual delivery period will not have the effect of
keeping the contract alive and this will be without any prejudice to the legal
rights and remedies available to the TIA under the terms & conditions of the
contract.
 The TIA’s/consignee’s contractual right to inspect, test and, if necessary, reject
the goods after the goods’ arrival at the final destination shall have no bearing
of the fact that the goods have previously been inspected and cleared by
TIA’s inspector during pre-despatch inspection mentioned above.

Page 42 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


and in final inspection in terms of the contract shall in no way dilute
TIA’s/consignee’s right to reject the same later, if found deficient in terms of the
warranty clause of the contract.
 Inspection and testing-All the material would comply with the requirements of
testing. All the equipment/material shall comply with the governing standards
for which copies of certification by statutory authority would be submitted.
Copies of the internal certification by manufacturer or of statutory authorities in
original would be submitted at the time of supply to the consignee without
which the supply shall not be accepted. A copy of all these certificates also to
be attached with invoices raised by vendors to CMSS.

16.2 The bidder/ supplier understand that the tendered item/items is/are critical
health goods and the quality parameters of supplied goods are to be
ensured during complete specified shelf life as indicated in technical
specification/bid document/ official compendium. Bidder/Supplier also
appreciate that failure in quality checks is serious default as it may derail
entire programme and can also risk the life of users of supplied health goods.
16.3 CMSS will embark on stringent quality checks to ensure that tendered goods
meet required standards. For this purpose, CMSS reserves the right to carry
necessary inspections/tests at any of, or any combination of or/ all of
following stages:
(a) At Pre-Dispatch stage-team of experts can be constituted by the
program division for inspection of the goods for confirmation of quality.

(b) At Delivery Stage: inspection done once the goods reach at consignee
location and before taking over supplied goods in inventory.
(c) Post Delivery Surveillance:. Quality Monitoring Activities may also be
organized by CMSS post delivery.
16.4 In case of failure of goods during or at any stage (indicated at 16.3), the testing /
Inspection charges would be claimed for the defaulting vendor.
16.5 The commissioning will be deemed to be completed only upon receipt of the
Testing Report, Installation Report (as per Annex. XXV) and FAC (as per Annex.
XXII). In case of Testing Report indicating lower percentage of Oxygen output
Page 43 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


be uninstalled/non working goods (as the case may be). This non-
working/lower delivery of Oxygen output percentage will be considered as the
downtime of the equipment. The vendor has to make necessary corrections to
bring back the Oxygen output percentage within the prescribed limits and
submit a final report from the testing laboratory for confirmation of the same.

16.7 In the event of the samples of Goods supplied fails in quality tests or found to
be not as per specifications at any of testing/inspection stages, depending
upon the type, nature and seriousness of failure, consequences resulting from
such default, availability of alternate sources, the CMSS is at liberty to either :
(i) Action to debar/blacklist the supplier for suitable period, as decided
by CMSS may also be initiated, in addition to forfeiture of PSD.
(ii) In addition, the Competent Authority (Licensing Authority) will be
informed for initiating necessary action on the Tenderer in their state.
Security deposit will also be forfeited without any intimation.
(iii) The decision of the CMSS or any officer authorized by CMSS, as to
the quality of the supplied equipments, etc., shall be final and
binding.
16.8 In case of quality/testing/inspection failure, CMSS reserves the right to terminate
the PO and award the work/balance work to next L-2, L-3, subsequent bidder
at the L-1 cost or at market rates at the risk and cost of defaulting vendor.

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


quality/testing/inspection/non supply/non comissioning and PO is issued to
some other vendor, the original awarded bidder will be liable to dismantle and
lift their equipment at their own cost and hand over the site to the new vendor
within one week of notice. If the vendor will not dismantle the equipment in the
given time as per TIA, TIA/Consignee reserves the right to get the equipment
dismantled from external party and auction/sell the equipment part (s) or as
whole at the risk and cost of the defaulting supplier.

Page 44 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

17. PAYMENT PROVISIONS

17.1 Payment Terms


Payment shall be made subject to recoveries, if any, by way of liquidated
damages or any other charges as per terms & conditions of contract in the
following manner.

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


following manner:

a) On delivery:
40% payment of the contract price shall be paid on receipt of goods in good
condition and upon the submission of the following documents:

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


description, quantity, unit price and total amount;
(ii) Consignee Receipt Certificate in original issued by the authorized
representative of the consignee (as per Annexure......);
(iii) Packing list identifying contents of each package;
(iv) Inspection certificate issued by the nominated Inspection agency, if
any.
(v) Insurance Certificate
(vi) Certificate of origin.

b) On Commissioning of Plant:
Balance 60% payment would be made against Final Commissioning to be
issued by the consignees. Final acceptance certificate (as per
Annex...)and Installation Certificate (as per Annex..) will be released by the
consignee on completion of installation, commissioning and training,
handing over the equipment to the consignee and receiving the
satisfactory testing report of the Oxygen output from PSA Plant.

c) Payment for Comprehensive Annual Maintenance Contract Charges:

The Consignee will enter into CAMC with the supplier at the rates as stipulated
in the contract & Tender terms and conditions. The payment of CAMC will be
Page 45 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


said period, duly certified by the consignee on receipt of bank guarantee for
an amount deposit @ 10% of CAMC value for each year subsequently before
expiry of the previous PBG for warranty/CAMC period as per contract in the
prescribed format given in Annexure XV, valid till 2 months after expiry of one
year of CAMC period.
 The supplier shall send its claim for payment in writing, when
contractually due, along with relevant documents etc., duly signed with
date, to respective consignees.
 While claiming payment, the supplier is also to certify in the bill that the
payment being claimed is strictly in terms of the contract and all the
obligations on the part of the supplier for claiming that payment has
been fulfilled as required under the contract.
 While claiming reimbursement of duties, taxes etc. from the TIA, as and if
permitted under the contract, the supplier shall also certify that, in case it
gets any refund out of such taxes and duties from the concerned
authorities at a later date, it (the supplier) shall refund to the TIA forthwith.

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


either by means of Cheque or through RTGS (Real Time Gross Settlement
System)/ Core Banking/ NEFT. The Tenderer shall furnish the relevant
details in original (Annexure-XII) to make the payment through
RTGS/Core Banking/NEFT.
17.3 All bills/ Invoices should be raised in duplicate and the bills should be
drawn in the name of Central Medical Services Society, 2nd Floor,
VishwaYuvak Kendra, Pt. Uma Shankar Dikshit Marg, Teen MurtiMarg,
Chankayapuri, New Delhi-110021or in the name of any other authority as
may be designated.
17.4 (i) Variations in prices will be admitted on account of increase or decrease
in the Statutory taxes levies, such as customs duty, GST etc., on
production of relevant government notification, but during scheduled
delivery period only.

Page 46 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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

18. LIQUIDATED DAMAGES AND OTHER PENALTIES:


DELAYS IN SUPPLIER’S PERFORMANCE:
(a) Delivery of the goods and performance of services shall be made by the
supplier in accordance with the time schedule specified by the
purchaser in its purchase order. In case the supply/commissioning is not
completed in the stipulated delivery period, as indicated in the purchase
order, purchaser reserves the right either to short-close/cancel this
purchase order and/or recover liquidated damage charges. The
cancellation/short-closing of the order shall be at the risk and
responsibility of the supplier and purchaser reserves the right to purchase
balance-unsupplied quantity at the risk and cost of the defaulting
vendor.
(b) Repeated/habitual delays by the supplier in the performance of its
delivery obligations shall render the supplier liable to any or all of the
following sanctions; imposition of liquidated damages, forfeiture of its
performance security, and/or termination of the contract for default and
purchaser reserves the right to purchase balance-unsupplied quantity at
the risk and cost of the defaulting vendor.
(c) If the supplies are not completed in the extended delivery period, the
purchase order may be short closed without any compensation to
supplier and the performance security shall be forfeited.
(d) Quantum of liquidated damages assessed and levied by the purchaser
shall be final and not challengeable by the supplier.
(e) Purchaser reserves the right to debar/blacklist the supplier for a suitable
period who habitually failed to supply the goods/services in time. The
decision of purchaser will be final and binding.

Page 47 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


maintenance/ repair call by the supplier shall be within 48 hours to reach
areas. The supplier if does not attend and resolve the maintenance/
repair call within said period, CMSS will have the right to levy penalty of
same quantum as at clause no 18 (g).
(g) The bidder is required to complete the supply of the full equipment set at
the allocated site/sites within 45 days from LOA date and install and
commission the equipment within 3 weeks from the date of issue of
confirmation of the site readiness (civil and electrical works under the
scope of the consignee) by the consignee.

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


right to cancel the LOA/PO (for that site) and award the work to L-2, L-3
or subsequent bidder at the L-1 cost or in case of non-acceptance of L1
rate, the contract may be awarded to other vendors at market rate at
the risk and cost of the defaulting bidder.

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


training within 3 weeks from the date of issue of confirmation of the site
readiness (civil and electrical works under the scope of the consignee)
by the consignee failing which the LD @ 2.5% of the all inclusive
equipment cost (site wise) would apply subject to maximum of 10% of
the cost of PO (excluding CAMC cost).

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


the right to terminate the PO and award the work/balance work to next
L-2, L-3,subsequent bidder at the L1 cost or at market rates at the risk and
cost of defaulting vendor. State/hospital will be responsible for
completion of the civil, electrical works before the last date of supply
and for the supplied equipment; they will issue the proper receipt and
ensure the safe custody of the equipment till site is handed over to the
vendor.

Page 48 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

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


installation beyond 4 weeks and PO is issued to some other vendor, the
L1 bidder will be liable to dismantle and lift their equipment at their own
cost and hand over the site to the new vendor within one week of
notice. If the vendor will not dismantle the equipment in the given time
as per TIA, TIA/Consignee reserves the right to get the equipment
dismantled from external party and auction/sell the equipment part (s)
or as whole.

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


In case of damage in the packing only, the supply may be accepted
subject to purchaser’s decision and after levying a penalty which may
be upto 5% of cost of package received with damaged packing.

19. WARRANTY and CAMC Conditions:


 Warranty period- 3 years from the date of installation and
commissioning.
 CAMC (Comprehensive Annual Maintenance Contract) period- 7 Years
from the date of expiry of warranty period.
a) The TIA/Consignee reserves the rights to enter into Comprehensive Annual
Maintenance Contract with the supplier for the period as mentioned in
terms & conditions or part thereof or none, after the completion of
warranty period.

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


extended warranty. All the terms and conditions agreed by the successful
bidder for executing the comprehensive warranty of the equipment shall be
extended during the period of CAMC, only difference being the payment of
CAMC charges is absent during the period of comprehensive warranty. The

Page 49 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

CAMC rate quoted in the Price Bid is exclusive of tax, as applicable, will be
provided at the time of execution.

c) The supplier warrants comprehensively that the goods supplied under the
contract is new, unused and incorporate all recent improvements in design
and materials unless prescribed otherwise by the TIA in the contract. The
supplier further warrants that the goods supplied under the contract shall
have no defect arising from design, materials, manufacturing or workmanship
or from any act or omission of the supplier that may develop under normal
use of the supplied goods under the conditions prevailing in India.

d) The warranty shall remain valid for the period as mentioned in the list of requirement/
General Technical specification, after the goods or any portion thereof as the case
may be, have been delivered, installed and commissioned at the final destination.
i. No conditional warranty will be acceptable.
ii. Warranty as well as Comprehensive Maintenance contract will be
inclusive of all accessories supplied as per Technical Specifications and it
will also cover the following wherever applicable:-
 Any kind of motor.
 All kind of sensors.
 All kind of coils.
 consumable items
 Consumable/ lubricants
 filters
 UPS including the replacement of batteries.
 replacement of Zeolites
iii. Replacement and repair will be under taken for the defective goods.
iv. Proper marking has to be made for all spares for identification like
printing of installation and repair dates.

e) In case of any claim arising out of this warranty, the TIA/Consignee shall
promptly notify the same in writing to the supplier.
Page 50 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

f) The Supplier along with its Indian Agent shall always accord most favoured
client status to the TIA vis-à-vis its other Clients/TIAs of its
equipment/machines/goods etc. and shall always give the most competitive
price for its machines/equipment supplied to the TIA/Consignee.

Service Level Agreement during Warranty and CAMC Period

Sl. No Activity Time Limit

1 Frequency of payment of Every six months after completion of the


CAMC charges directly by the period
consignee

2 Maximum time to attend any Within 48 hours of reporting of the issue


Repair call by the consignee. In cases, where the
down time increases beyond 48 hours
the vendor would (keep arrangement
ready) to make available the medical
oxygen backup in shape of the oxygen
cylinders to meet hospitals daily
requirements failing which this
requirement would be met by
hospital/institution at risk and cost of the
defaulting vendor.

3 Frequency of visits to all User One visit every 3 months (4 visits in a


Institution year) for periodic

concerned during Warranty/ / preventive maintenance and any time


AMC/CAMC for attending repairs / break down calls.

Page 51 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

4 Uptime in a year The bidder shall ensure uptime of 95%.


The bidder shall provide up-time
warranty of complete equipment, the
uptime being calculated on 24 (hrs) X 7
(days) basis, failing which the extension
of Warranty period will be extended by
double the downtime period.

(A)Assignment
The Supplier shall not assign, either in whole or in part, its contractual duties,
responsibilities and obligations to perform the contract to any other individual
or agency, except with the TIA’s prior written permission.

(B) Sub Contracts


B.1 The Supplier shall notify the TIA in writing of all sub contracts awarded under the
contract if not already specified in its tender. Such notification, in its original
tender or later, shall not relieve the Supplier from any of its liability or obligation
under the terms and conditions of the contract.
B.2 Sub contract shall be only for bought out items and sub-assemblies.
B.3 Sub contracts shall not be made with a party who has been convicted / or a
criminal case filed against it or pending in any court of India by any
department of the government under Prevention of Corruption Act or for
cheating / defrauding government / embezzlement of government fund or for
any criminal conspiracy in the said matters.

19.2 If any defect is not remedied within a reasonable time the purchaser may
proceed to procure such defective quantities at the Supplier’s risk and cost
from other tenderer or open market, but without prejudice to may other rights
which the purchaser may have against the contract in respect of such
defects.

Page 52 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

20. Scope of Work:

A) To suggest suitable quality norms to ensure uniform quality standards for the
various types of plant configuration (OEM, Part OEM- Part fabricated, etc.)

(i) A joint team of Hospital staff and vendor/supplier will collect the sample of
oxygen output and get the sample analysis report of the PSA Oxygen
Generation Plant output, from third party NABL approved Lab after
commissioning & submit a copy of same signed by Hospital Authority along
with the final acceptance certificate to CMSS for payment.
(ii) The quality of output of the PSA Oxygen Generation Plant should be tested
from third party NABL approved Lab every year during the warranty and
CAMC period& submit a copy of same to Hospital Authority.
(iii) The testing charges on each occasion shall be borne by the vendors.
(iv) The Pressure of the output, concentration of the oxygen, alarms and automatic
change over in case of failure need to be demonstrated by the supplier and
certified by the User Hospital at the time of taking hand over and during
Preventive maintenance also.

B) SCOPE OF HOSPITALS

The civil and electrical infrastructure, medical gas pipeline with manifold,
operation, conformity of installation, routine maintenance & testing (user
based) and arrangement of backup oxygen supply of the Plant will be in
Hospital’s scope.
• A space based on Plant capacity (as detailed in the table in Tech. Specs)
should be earmarked by Hospitals for installation of PSA Oxygen Generation
Plant with readiness of complete civil structure as detailed in table in Tech.
Specs within 45 days of issuance of LOA.
• Any civil repair works, painting of the structure/room, providing the doors,
windows and attending to the seepages etc. shall be hospital’s responsibility
for the complete life of plant.
• Hospital shall provide single/3 phase (as per requirement) uninterrupted
electrical supply of indicated load which shall be at a point within 30 m to the
civil structure with assured Back up.
• Attending to electrical faults till distribution point provided by Hospitals shall be
Hospital’s responsibility.
• Oxygen pipeline works (including fabrication/welding/jointing if required)
from the Plant till the existing Oxygen supply system/manifold system/LMO
system of the hospital or 15m whichever is lower shall be of vendor’s
responsibility. Beyond this point, any Oxygen pipeline works including manifold

Page 53 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

(including fabrication/welding/jointing if required) shall be in the Hospital’s


scope.
• Attending to leakages in Oxygen pipeline beyond vendor’s scope ( i.e. from
and within PSA plant to Oxygen supply system) shall be Hospital’s
responsibility.
• Operation and day to day maintenance (user based) of plant shall be in
Hospital’s scope. User and Maintenance training as per Manufacturer’s
guidelines (to be submitted at the time of bidding as per sr. no. 21 of tech
spec. sheet) shall be imparted by the Vendor to Hospital staff. Also to ensure
capacity building provision of yearly training has been kept in SLA (sr. no. 23 of
tech. spec. sheet). One day training by the vendor, every year is incorporated
in the tender SLA, however, routine operation and maintenance of the plant
falls under hospital scope.
• After commissioning and take over by hospital, responsibility of safety and
security of Oxygen Generation Plant will be of the Hospital.
• In case of breakdown of the plant, arrangement of backup oxygen supply for
the repair time (maximum upto 48 hours as per SLA) will be hospital’s
responsibility. If the repair time exceeds 48 hours, vendor would (keep
arrangement ready) to make available the medical oxygen backup in shape
of the oxygen cylinders to meet hospitals daily requirements failing which this
requirement would be met by hospital/institution at risk and cost of the
defaulting vendor.
• After receipt of supplies at site, the head of Medical Facilities/ authorized
person will be responsible for receiving the material and ensure safe custody
till installation and commissioning work start. The Hospital authority/ will need
to issue CRC (format enclosed) at the time of receipt of material for release of
first installment of payment (40%). The Hospital authority will need to issue
Installation cum Handover document (format enclosed) after successful
commissioning of the Plant and testing of the Plant output from 3rd party
NABL accredited Lab along with FAC i.e. final Acceptance Certificate
(format enclosed) for release of final payment (60%).The Pressure of the
output, concentration of the oxygen, alarms and automatic change over in
case of failure need to be demonstrated by the supplier and certified by the
Page 54 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

User Hospital at the time of taking hand over and during Preventive
maintenance also. Digital Photograph of material delivery, training, and
commissioning need to be submitted for claiming the payment.
• After completion of 3 years warranty, Consignee/Hospital, in its own
discretion, shall enter into separate CAMC contract(s) with the Supplier. In
such cases of CAMC contract(s), the rates offered by the Supplier along with
the bid shall be binding on the Supplier at the appropriate stages of the said
contract(s).The Supplier will need to submit Security Deposit at the rate and
terms defined in the tender to the respective Hospital/State Health Facilities
who will be responsible for safe custody of the said SD and release of
payment of CAMC as per tender terms. However, the state health
facility/hospital site reserves the right to utilize the CAMC services for the full
period or part thereof or none.

C) SCOPE OF VENDORS
• Documents to be submitted-Flow line diagram, Block Schematic, colored
technical manuals scanned in original of the complete oxygen plant should
be provided with the technical bid. Bidder should submit complete technical
offer including Make, Model and certifications in accordance with technical
specifications with Non Price BOM(Bill of Material) i.e. for each component or
equipment installed with PSA Oxygen Generation Plant. Copies of same
documents to be submitted to the Hospital at the time of handing over the
Plant to the Hospital at the time of commissioning.
• Erection of the plant would be under the scope of the bidders (which includes
masonry works required for plant erection and commissioning as per the
Foundation layout).
• Oxygen pipeline works (including fabrication/welding/jointing if required)
from the Plant till the existing Oxygen supply system/manifold system/LMO
system of the hospital or 15m whichever is lower shall be of vendor’s
responsibility.

Page 55 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

• Attending to leakages in Oxygen pipeline from and within PSA plant to


Oxygen supply system shall be vendor’s responsibility. Attending to electrical
faults or shutdowns within PSA plant shall be vendor’s responsibility.
• Charging of the panel -(This requires Cable lying, electrification work from the
main panel and earthing works).The entire cabling from the mains to the
panel should be armoured cable up to 30 mtrs only.
• Any work beyond the scope of Hospital and necessary for successful
installation, testing and commissioning of PSA Oxygen Plant shall be deemed
to have been included within the scope of vendor with no extra cost.
• Terms of Labeling, Packaging, User Maintenance & training, formalities
needed for successful hand over of plant as defined in the tender will be
fulfilled by the vendor.
• Provision of Warranty for 3 years and Comprehensive Annual Maintenance
Contract for 7 years to cover complete life of Plant will be kept in the tender.
Details of Warranty & CAMC terms are covered under sr. no. 16 of Annexure-I
• The Preventive Maintenance should include checklist for maintenance of all
the components of PSA Oxygen Plant which may be modified afterwards on
mutual agreements

The terms of Service Level Agreement (SLA) during Warranty and CAMC:
i. Maximum time to attend any Repair call- Within 48 hours of reporting of the
issue by the consignee. In cases, where the down time increases beyond 48
hours the vendor would (keep arrangement ready) to make available the
medical oxygen backup in shape of the oxygen cylinders to meet hospitals
daily requirements failing which this requirement would be met by
hospital/institution at risk and cost of the defaulting vendor.
ii. Frequency of visits to User Institution concerned during Warranty/ CAMC- One
visit every 3 months (4 visits in a year) or one visit after every 3000 hours of
usage (whichever is earlier) for periodic/ preventive maintenance and
calibration and any time for attending repairs / break down calls. Training and
Capacity Building of one day has to be imparted per year, date and time to

Page 56 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

be decided on mutual agreement between the vendor and user


department.

Iii. Uptime in a year- The bidder shall ensure uptime of 95%. The bidder shall provide
up-time warranty of complete equipment, the uptime being calculated on 24
(hrs) X 7 (days) basis, failing which the extension of Warranty period will be
extended by double the downtime period.

21. FALL CLAUSE


(i) Bidder undertakes and certifies that prices quoted are not higher than
currently charged by it to institutional supplies/wholesalers/ any Govt.
organisations/Charitable trust organisation for matching purchase
terms/conditions. It is distinctly understood by bidder that in case of
supply to such bodies (as detailed above) at price lower than the CMSS
contracted price (within the contracted period specified) will
immediately invite the reduction in the rates of the contract.
(ii) Breach of above, whenever comes to notice of CMSS, will be viewed
seriously and action will be taken against the supplier which may include
forfeiture of Security Deposit (SD) along with recovery of price differential,
termination of the contract and disqualification from participating in
future tender for the product for a suitable period. The terms of said
contracts under comparison be examined to reach at justifiable
decision. CMSS decision in this regard will be final and binding.

22. SAVING CLAUSE


No suit, prosecution or any legal proceedings shall lie against the Tender
Inviting Authority or any person for anything that is done in good faith or
intended to be done in pursuance of the tender.

23. PROHIBITION OF INFLUENCING CMSS BY THE BIDDER:

Page 57 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

(i) No bidder shall contact or influence the CMSS or its employees on any
matter relating to its bid from the time of bid opening to the time the
contract is awarded.
(ii) Any effort by a bidder to influence the CMSS in the bid evaluation, bid
comparison or contract award decisions may result in rejection of the
bidder’s bid.
(iii) The bidder shall not make any attempt to establish unsolicited and
unauthorized contact with the Tender Accepting Authority, Tender Inviting
Authority or Tender Evaluation Committee after opening of the bids and
prior to the notification of award and any attempt by any bidder to bring
to bear extraneous pressures on the Tender Accepting Authority, Inviting
Authority or Tender Evaluation Committee, shall be sufficient reason to
disqualify the bidder.
(iv) Not withstanding anything contained in clause (iii) above the Tender
Inviting Authority or the Tender Accepting Authority, may seek bonafide
clarifications from bidders relating to the bids submitted by them during
the evaluation of bids.

24. RESOLUTION OF DISPUTES


(i) The CMSS and the supplier shall make every effort to resolve, amicably
by direct informal negotiation any disagreement or dispute arising
between them under or in connection with the contract.
(ii) In case of a dispute or difference arising between the CMSS and a
supplier relating to any matter arising out of or connected with this
agreement, such dispute or difference shall be settled in accordance
with the Arbitration and Conciliation Act, 1996. The venue of arbitration
shall be New Delhi.

25. JURISDICTION
In the event of any dispute arising out of the tender such dispute would subject
to the jurisdiction of the Civil Court within the city of New Delhi only.

Page 58 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Annexure - I
CENTRAL MEDICAL SERVICES SOCIETY

NEW DELHI- 110021

Online Tender of S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on
PAN India Basis
CAPACITY OF PSA Detailed
Sch.
OXYGEN GENERATION Total Tentative Unit Technical Specifications
No.
PLANT (IN LPM) Quantity of the Tablets
I 100 19 No.

200 35 No.
II

III 300 24 No.

IV 400 12 No.

V 500 14 No.

VI 600 11 No.

VII 700 7 No.

900 7 No. Annex IA


VIII

IX 1000 6 No.

X 1200 3 No.

XI 1500 1 No.

XII 2000 8 No.

2500 1 No.
XIII

XIV 3000 1 No.

XV 3200 1 No.

Delivery Terms:

(a) The delivery shall be on DDP (Destination basis).


(b) The delivery :

Supply to be done within 45 days of issuance of LOA


Installation and commissioning to be done within 3 weeks of handing over the site of
installation, complete in all respect by the consignee.

Annexure 1A– Technical Specification


Annexure 1B – Consignee Location
Page 59 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

This page is intentionally left blank

Page 60 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Annexure 1 A

TECHNICAL SPECIFICATIONS OF MEDICAL OXYGEN GENERATION PLANT ALONG


WITH ALLIED EQUIMENTS

1. Compressed Air system consisting screw type compressor (2 numbers to be


supplied with each PSA system)

(i) The oxygen concentrator should be supplied with Air compressor system to
meet the peak load at atmospheric air and pressure requirement.

(ii) The compressor should be suitable as per site conditions, for working pressure
of 7.5-8 Bar, fitted with electric motor, three phase, AC 415 ± 1% volts, 50 Hz
frequency , rotary screw element complete with dry paper type suction air
filter with silencer, conveniently located for easy replacement of filter
element with integrated regulating valve for load/ unload control system,
simple design with only one moving part, need no regular adjustment, three
way solenoid valve required for load/ unload regulation of the compressor,
air/ oil temperature sensor to sense the air oil temperature, electronic
controlled that optimizes operations of the compressed system, should act as
intelligent user interface for improved navigation, should monitors , controls ,
protect the compressed system.

(iii) Start/ Stop for starting/ stopping the compressor having inbuilt display unit
with the keypad users interface for indicating the following messages.

(iv) Operation Type: Automatic loading and unloading of Compressor Control


Type : Local, Remote & Computer Timer Activated / not activated,
Discharge Pressure, running hours, loading hours, regulator hours, service
Plan.

(v) Compressor Package is enclosed in a powder coated acoustic canopy with


sound absorbing material for limiting the noise level. Canopy is pressurized
ensuring no pressure drop at suction filter and avoids entry for dust particles in
the element in the anti-vibration mounts support electric motor and
compressor unit and isolate the moving components from the rest of the
structure. The desired working pressure of the compressed dry air should be
7.5-8.0bar.

(vi) Compressed air system comprising of screw air compressor, air cooled with
PLC based control panel coupled with motor assembly.

(vii) The compressor should be capable of delivering air as required for PSA,
pressure swing adsorption generator.

Page 61 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

(viii) The compressor shall have to be with all standard accessories compatible
with oxygen generator.

(ix) The flow capacity of the compressor and delivery pressure shall be as
specified by Core PSA Medical Oxygen Generator service provider. The
motor rating shall be suitable for air compressor.

(x) Average ambient conditions to be considered for air compressor with


regards to temperature and site elevation. The site should be able to work in
all weather conditions.

(xi) The air compressor shall be manufactured to internationally acceptable


standards with CE mark and ISO 9001 and ISO 13485 certification. ISO 8573-1:
Compressed air – Part 1: Contaminants and purity classes. ISO 8573-2:
Compressed air – contaminant measurement – Part 2: Oil aerosol content.
ISO 8573-4: Compressed air – contaminant measurement – Part 4: particle
content. ISO 5011: Inlet air cleaning equipment for internal combustion
engines and compressors – performance testing.

(xii) Intake air temperature shall be conditioned to between (minus)10 to +55 deg
C and ≤95% RH (or plant operating conditions as indicated by supplier).

(xiii) It should be supplied with all accessories for full installation and operation -
flywheel, foundation bolts, motor pulley, v-belts, belt guard, and slide rails for
the motor.

(xiv) EFF1 (CEMEP) rated totally enclosed fan-cooled, IP55 class F electric motors
shall be used and incorporate maintenance- free greased for life bearings.
Motors with lower (equivalent) efficiency ratings are not acceptable.

2. Refrigerant Air Dryer:

(i) Refrigerant type Air Dryer should have inlet pressure equal to outlet pressure
from Air compressor, inlet air temperature less than 45 ͦC, ambient
temperature +0 ͦC to +45 ͦC, dew point temperature of maximum +3 ͦC and
inlet air capacity compatible to air delivery of 7.5-8 Bar pressure.

(ii) The dryer shall be provided with power supply as required by dryer vendor.
(iii) It should be equipped with safety valves. It should be of simple plug and play
concept.
(iv) The pressure shall be self-regulating.
(v) The dryer shall include the following components:
Page 62 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

a) Refrigerant Circuit
 Refrigerant separator and compressor
 Maximum pressure switch and fan control switch (FX 13-21)
 Condenser fan and condenser
 Capillary filter and tube
 Hot gas bypass

b) Air Circuit
 Air inlet to refrigerant heat exchanger
 Air/heat exchanger
 Water separator
 Automatic drain
 Air outlet

3. Air Receiver:

(i) The system should be provided with an Air Receiver having the specific
capacity and should be designed in such a way to sustain pressure of 7.5-8
Bar.
(ii) The air receiver should be fabricated as per ASME Sec VIII Div.1 or IS 2825
Code or equivalent and fitted with 2 Nos. auto drain-out moisture filters.
(iii) A corrosion allowance of 3 mm shall be considered.
(iv) The receiver vessel shall be provided with a pressure gauge, safety valve and
auto drain valve.
(v) Vertical floor mounted design equipped with pressure gauge, safety release
valve, manual and automatic, zero-loss drain valve (float-type are not
acceptable).
(vi) The receiver assembly shall be fitted with a pressure safety valve capable of
passing the maximum flow output of the compressor at 10% receiver
overpressure.

4. Filtration system for the compressed Air:

(i) Feed air quality of the oxygen concentrator should be conforming to ISO 8573
Class 4 and is of filtration grade of 0.01 micron.
(ii) The filtration system should include both inlet filtration comprising of micro filter
and active carbon filter as well as outlet filtration comprising dust fine filter.
(iii) Type of filters to be specified in terms of Prefilter(>5 micron); Fine filters
coalescing filter (0.1 micron); and coal filter (coal tower, alternatively
activated carbon filter).

Page 63 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

5. Molecular Sieve Units:

(i) The plant should comprise of duplexed air treatment/molecular sieve devices
to permit continuous generation of oxygen: two sets of filters and a pair of
molecular sieves.
(ii) One of the pairs of duplex sieves will be in the adsorbing stage, whilst the
other regenerates.
(iii) Each vessel will have dual gas baffle and strainer assemblies to protect and
contain the molecular sieve.
(iv) Each molecular sieve shall be a high-performing chemically produced zeolite
as the molecular sieve media that has been compacted to the correct
density by means of vibration to adsorb specific types of molecules (such as
water vapour or nitrogen).
(v) Pneumatic valves shall control the generation and regeneration process to
ensure proper changeover between the two sieve devices.
(vi) A vacuum pump may be required as part of the system. The vacuum pump,
if provided, is utilized during the adsorption/regeneration process.

6. Oxygen Concentrator Module :

i) Fully automated system Microprocessor based oxygen concentrator module,


duplex process valve system with PSA (Pressure Swing Adsorption)
Technology.

a) Each module should be able to produce medical grade oxygen purity


of 93% ± 3%. The oxygen should be of medical grade and shall be
supplied through oxygen outlet at minimum pressure of4.2-6 bar at all
times of operations of the generator.
b) Automatic shut off valve should be installed to control the medical
oxygen purity and pressure.
c) The oxygen concentrator system shall have PSA sieve beds with touch
screen for display of size not less than 5” for constant quality control by
measuring oxygen purity, outlet pressure, instruction manual, curves of
oxygen pressure, basic setting, alarm facility for process a cycle failure,
low oxygen pressure, maintenance alerts, process overview with valve
operation and an analogue values.
d) In case of valve malfunctioning the panel shall have diagnostic tool to
pin point exact values in question for fast service.
e) The plant should be able to deliver medical grade oxygen at Indian
Pharmacopeia monograph quality standards.

Page 64 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

ii) Medical Oxygen (As per Indian Pharmacopeia 2018- Oxygen 93%).

Oxygen 93% contains not less than 90.0 percent and not more than 96.0
percent v/v ofO2
Oxygen Purity: 93% +/- 3%
CO: <5 ppm
CO2: < 300 ppm
Water Vapour< 67ppm
SO2: 0 ppm
NOx : 0 ppm

iii) Maintenance Free self-lubricating, heavy duty valve section, angle seat
pneumatic valve technology for constant availability of pure oxygen. The
inlet pressure sensor shall be included in the scope of the contract.

iv) The oxygen concentrator should have built in Zirconium/Ultrasonic/Galvanic


type oxygen sensor with Oxygen Analyzer with digital display having
automatic backup control system also fitted with Medical sterile and
bacterial filter.

v) Operating Temperature range (minus)50 C to +550C

vi) Humidity: up to95%

vii) Electrical Supply – 220-240VAC, single or 3 Phase. It may vary as per the
requirement of the site and the plant size.

viii) Should be Automatic and designed for unattended operation ( but to be


strictly monitored by service provider with all safety measures required to
ensure non-stop operation when power goes off and supply should have a
backup tank for storage of oxygen in tank of proper capacity case power is
off due to load shedding maintenance etc. 24x7 in 3 shifts)

ix) Should have silencer: Silencer reduces air discharge noise to less than 65dBA.

x) All the Certifications should be provided by Original Equipment Manufacturer

a. It should have ISO 9001:2008 certification – for organization

b. Oxygen Generator must have US FDA (United States, Food and Drug
Administration) or CE Certificate/ CE (Conformity European) / EC
(European certificate), certification of the Original Equipment
Manufacturer.

Page 65 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

c. ISO 13485: 2016 certification – for design of medical systems

d. ISO10083/ENISO7396-1/EN737-3European Standards and should be in


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

xi) In case of the bidder supplying Imported PSA Plant, he should give a
certificate from the OEM that the generator offered by the bidder (its brand
and its model Number) is manufactured by the OEM as a medical grade
oxygen generator and sold as such in INDIA.

7. Oxygen Analyser:

The oxygen Analyser should be from Core PSA/Same OEM plant supplier only.
Local makes or after- market devices shall not be accepted. Analyser shall meet
the following specifications to ensure long term reliability
(i) Sensor –rated for use with PSA oxygen production (e.g. ultrasonic, galvanic,
or equivalent), to be specified by bidder
(ii) Measurement range: 21-96% O2 (lower or higher acceptable)
(iii) Resolution: 0.1% across all measurements
(iv) Accuracy : +/- 3%
(v) Operating conditions – Temperature, (minus)10 to +55 deg. C., Relative
humidity, 15%-95%
(vi) Calibration: minimum required depending on sensor type, to be specified by
bidder
(vii) Historical Logging of all alarms
(viii) Real Time trending curve of Oxygen Purity, Pressure etc.

8. Oxygen Product Receiver:

i) The oxygen receiver tank shall be of capacity as specified by Core PSA


Medical Oxygen Generator service provider.
ii) Nominal operating pressure shall be based on maximum rated pressure for
tank, both to be clearly indicated.
iii) The vessel shall be designed and manufactured as per ASME Section VIII Div 1
Or Equivalent.
iv) The Service provider shall maintain design calculations. A corrosion allowance
of 1.6 mm shall be considered.
v) The receiver vessel shall be provided with a pressure gauge, safety pressure
release valve and auto drain valve.
vi) Vertical floor mounted design equipped with pressure gauge, safety release
valves.
Page 66 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

9. Automatic change over Panel

The automatic change over panel shall be compatible with oxygen Plant. The
Cover of Panel shall be made of SS/MS duly powder coated. Automatic Change
over Panel should maintain the following:

i. Continuous pressure
ii. Continuous Flow
iii. Purity of Oxygen
iv. Power failure

10. Main Electrical Panel:

(i) The Main electrical control Panel should be compatible with Oxygen plant
and allied equipments.
(ii) The Panel should have automatic starter, overload protection, single phase
preventer, timer assemblies, emergency stop buttons and indication lamps
etc. for successful operation of all the components of the Oxygen plant.
(iii) Equipment shall be earthed in an approved manner as per I.E.E. rules and
acceptable to the local authority.
(iv) Earthing station shall be provided by the Service Provider. No medical gases
pipe shall be used for electrical earthing.
(v) Entire installation shall be done taking care to follow all safety regulations
under BIS standards for electrical installation of oxygen generation plant.

(vi) Charging of the panel to me included in the scope of work(This requires


Cable lying, electrification work from the main panel and earthing works).The
entire cabling from the mains to the panel should be armored cable up to 30
mtrs only.
(vii) The control panel provided with plant should have following features as
minimum:
 LCD illuminated display.
 Meters
 Pressure in product tank is visual on the display. Range is adjustable
 Prepared for oxygen purity monitoring. Range is scalable in the
control panel
 Alarms - All alarms described on the controllers display for easy and fast
recovery. Alarms on air dryer and air compressor should be monitored by
the controller (requires digital signals)
 Drain Control - Automatic drain control for the air vessel to ensure proper
air quality
 Smart delivery - Intelligent delivery based on pressure and purity

 Service indicator - The system should automatically detects when the


service is needed (based on operating hours) and should display a
message
Page 67 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

11. Alarm System

(i) Providing and fitting of Main Alarm Panel to indicate any abnormality of gas
pressure and other failures of the system. Job includes providing of Medical
Gas Alarm System for 01 services viz. oxygen.
(ii) The Alarm System consists of an isolation valve box, pressure sensors, circuit
plate with LED colour indicators for visual indications.
(iii) The Gas Alarm system is sensitive to detect any pressure drop in the supply
pipelines.
(iv) The Alarm System is fitted with electronic hotter/audio siren for audio
indications of pressure drop.
(v) The alarm is provided with the manual pressure gauge for indication of
pressure in services. It shall have anti-microbial coating labels for touch
control.
(vi) The alarm system shall be complete with digital display, sensor module and
power supply. The alarm system shall be complete with all indication controls,
wirings, accessories etc as required.

12. Servo Voltage stabilizer:

Servo voltage stabilizer of suitable capacity for oxygen plant and allied
equipment’s with input voltage range 300V-480V & output voltage 415+1% rating
3 phase 50Hz, micro processed based digital display suitable for
unbalanced/balanced supply and unbalanced/balanced load copper wound
with by pass switch, MCCB, selector switches, complete in all respect.

13. Online UPS of suitable capacity:

With at least 30 min backup for PLC of the concentrator plant or as per
manufacturers standards.

14. Documents to be submitted along with Technical Bid (Packet 1):

(i) Flow line diagram/Block Schematic Diagram, colored technical manuals


scanned in original of the complete oxygen plant should be provided with the
tender document.
(ii) Bidder should submit complete technical offer including Make, Model and
certifications in accordance with technical specifications with Non Price
BOM(Bill of Material) i.e. for each component or equipment installed with PSA
Oxygen Generation Plant.
(iii) Copies of same documents to be submitted to the Hospital at the time of
handing over the Plant to the Hospital after commissioning.

Page 68 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

15. Erection of the plant should be under the scope of the bidders (which includes
masonry works required for plant erection and commissioning as per the
Foundation layout.

Any work beyond the scope of Hospital and necessary for successful installation,
testing and commissioning of PSA Oxygen Plant shall be deemed to have been
included within the scope of vendor with no extra cost.

16. Oxygen pipeline works (including fabrication/welding/jointing if required) from


the Plant till the existing Oxygen supply system/manifold system/LMO system or
15m whichever is lower of the hospital shall be of vendor’s responsibility.

17. Warranty and CAMC:

All the equipment’s including the accessories supplied as per the technical
specification should carry comprehensive warranty for a period of THREE years
and Comprehensive Annual Maintenance Contract (CAMC) for a period of
SEVEN years. During this period, the successful bidder shall replace all
defectivepartsandattendtoallrepairs/breakdownsandundertakestipulatednumb
erofpreventivemaintenance visits to every user installation site. The cost of spare
parts for all replacements has to be borne by the successful bidder during the
period of comprehensive warranty and Comprehensive Annual Maintenance
Contract (CAMC).

Maintenance of all the equipments for Ten (10) complete years (3 year
Warranty + 7 Years CAMC) from date of commissioning of Oxygen Plant and
comprise of consumable items, Consumable/ lubricants , filters, UPS, Batteries for
complete servicing of equipments or replacement of any spares as well which
may develop defect during said period. The servicing shall be carried strictly as
per maintenance schedule of OEM. The replacement of Zeolites should be
included in warranty and CAMC period.

The Comprehensive Annual Maintenance Contract (CAMC) is otherwise an


extended warranty. All the terms and conditions agreed by the successful
bidder for executing the comprehensive warranty of the equipment shall be
extended during the period of CAMC, only difference being the payment of
CAMC charges is absent during the period of comprehensive warranty.
Warranty as well as Comprehensive Maintenance contract will be inclusive of all
accessories supplied as per Technical Specifications and it will also cover the
following wherever applicable:-

 Any kind of motor.


 All kind of sensors.
Page 69 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

 All kind of coils.


 consumable items
 Consumable/ lubricants
 filters
 UPS including the replacement of batteries.
 replacement of Zeolites

18. Life Span:


Minimum 15 years and certificate in this regard should be from OEM. Vendor
should also certify the availability of all the parts/spares/accessories delivered
with the equipment to be available for 15 years. Certification from the OEM
should be produced in this respect.

19. Documentation (included, minimum in English language)

Hard and soft copies, in English language as requirement and local language as
preference, of:
• life span of minimum 15 years; guaranteed by a letter from the manufacturer;
• certificate of quality, calibration and inspection;
• user manual, detailing:
 specific protocols for operation.
 list of equipment and procedures required for cleaning, disinfection,
troubleshooting, calibration, and routine maintenance;
• service manual;

• contact details of manufacturer, and authorized distributors (if applicable),


and local service agent.

20. Product labelling :

Electrical power input requirements (voltage, frequency and socket type); labelling
for medical use according to standards.

21. Primary packaging:

Labelling on the primary packaging to include: name and/or trademark of the


manufacturer; model or product’s reference.
Information for storage conditions (temperature, pressure, light, humidity).

22. User and Maintenance training:

Manufacturer must indicate explicitly the following maintenance routines to match


the dedicated staff capabilities within the health facility:
• Cleaning routines of the PSA plant considering the electrical safety precautions.
• Cleaning routines for the filters, if applicable (i.e. reusable).
• Testing of alarms.
Page 70 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

• Testing of operating pressures.


• Testing of oxygen concentration.
• Frequency of the recommended maintenance routines.
• Safety precautions on management of oxygen.

23. Inspection and Testing after Installation:

A joint team of Hospital staff and vendor/supplier will collect the sample of
oxygen output and get the sample analysis report of the PSA Oxygen
Generation Plant output, from third party NABL approved Lab after
commissioning & submit a copy of same signed by Hospital Authority along with
the final acceptance certificate to CMSS for payment.

The Pressure of the output, concentration of the oxygen, alarms and automatic
change over in case of failure need to be demonstrated by the supplier and
certified by the User Hospital at the time of taking hand over and during
Preventive maintenance also.

24. Service Level Agreement:

i. Maximum time to attend any Repair call- Within 48 hours. In cases, where the
down time increases beyond 48 hours the vendor would (keep arrangement
ready) to make available the medical oxygen backup in shape of the oxygen
cylinders to meet hospitals daily requirements failing which this requirement
would be met by hospital/institution at risk and cost of the defaulting vendor.

ii. Frequency of visits to all User Institution concerned during Warranty/ CAMC- One
visit every 3 months (4 visits in a year) or one visit after every 3000 hours of usage
(whichever is earlier) for periodic/ preventive maintenance and any time for
attending repairs / break down calls. Training and Capacity Building of one day
has to be imparted every year after the installation, date and time to be
decided on mutual agreement between the vendor and user department.

Iii. Uptime in a year- The bidder shall ensure uptime of 95%. The bidder shall provide
up-time warranty of complete equipment, the uptime being calculated on 24
(hrs) X 7 (days) basis, failing which the extension of Warranty period will be
extended by double the downtime period.

Quality Certificates:

a. Copy of ISO certification or GMP Certificate of its original equipment


manufacturer.
b. ISO 13485: 2016 certification – for design of medical systems
c. ISO 10083/ EN ISO 7396-1/ EN 737-3 European Standards and should be in
accordance with medical device directives 93/42/EEC or Medical use
international standard regarding the supply of oxygen via oxygen
Page 71 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

generators for a use in medical gases distribution networks.


d. The Medical grade oxygen concentrator/generator shall be either US
FDA approved or CE or should have CE(Conformity
European)/European Certificate( EC) number and a certificate that
the oxygen generated complies with Medical grade standard of the
OEM be uploaded.

The capacity of the components of various plant capacities is as under:

Dimension of
Power supply
PSA Plant Room required
Required Civil work
Capacity in (LxWxH) in
(KW)
LPM Metre
1.Plant room shall have
100-200 LPM 20 KW 6X6X5 PCC flooring with even
surface and area around
200-500 LPM 40 KW 7X7X5 plant room shall have
500-1000LPM 80 KW 8X8X5 proper drainage facility
1000- with no slopes for rain
120 KW 10X10X7 water to get collected
1500LPM
inside the plant room and
1500-2000
130kW 12x12x7 proper cross ventilation.
LPM
2000- 2. Oxygen generator
160kW 15x15x8
2500LPM shall not be installed close
to Diesel Generators
(minimum distance 5 M) or
any other system which
2500-
220kW 18x18x8 releases smoke or fire.
3200LPM

3. Cooling water is not


required for these systems

Note:

1. Above are the preferred room sizes. In some cases, vendors may be willing to
tailor make as per available space of approx equivalent area for which vendor
and site/Hospital would need to interact and take a final call after issuance of
LOA.
2. Refer Site Readiness Certificate- Annexure XXVI

Page 72 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Annexure 1B

The details of Consignee Location are given below:-

Propose 1.Contact details of Nodal officer


Total Bed d of Hospital for all works/queries (
Complete name and
S. No. State Capacity of capacity Name, Mobile, email address)
Address of the hospital the Hospital of PSA 2.Contact details of MS of Hospital
in LPM ( Name, Mobile, email address)

Nodal officer details:


Name: Dr. Biswajit Saikia
Designation: SMO
Mobile Phone: 9435336348
Tinsukia Civil Hospital, email:drbiswajitsaikia@gmail.
com
1 Assam Bordoloi Nagar, Tinsukia, 268 300
MS:
Tinsukia District Name:Dr. Mridul Gogoi
Designation: Superintendent
Mobile Phone:9435528636
email:tinsukiacivilhospital@g
mail.com
Nodal officer details:
Name: Dr. Kartik Chandra
Medhi
Singimari Model Hospital, Designation: Dy
2 Assam No.2 Dolibari,Kamrup 75 100 Superintendent
Rural district Mobile Phone: 9101237831
email:medhimonalisha@gmai
l.com
MS:
Nodal officer details:
Name: Dr. Rupam Duarah
Designation: SMO
Mobile Phone:9435053800
email:rupomduarah.glt@gmai
Civil Hospital Golaghat, l.com
3 Assam Station Road, Golaghat, 200 200 Details of MS:
Golaghat District Name:Dr. Surendra Nath
Tamuly
Designation: Superintendent
Mobile Phone:6001395900
email:supdtskkch.glgt@gmail
.com

Page 73 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018
Nodal officer details:
Name: Dr.Samipjyoti Bora
Designation:
Mobile Phone: 9954211213
email:samipjyoti.bora@gmail.co
Sub-Divisional Civil
m
4 Assam Hospital, Bokakhat, 140 150
Details of MS:
Golaghat District Name: Dr. Apurba Kumar Sarma
Designation:Superintendent
Mobile Phone:9435351902
email:bpm.nrhm.golaghat.boka
khat@gmail.com

Nodal officer details:


Name: Dr. Mukuty Bora
Designation: Sr. M&HO
Mobile Phone:9435060668
B.P. Civil Hospital,
email:mannbora14@gmail.com
5 Assam Daccapatty, Nagaon 210 300
Details of MS:
District Name: Dr. Lalit Chandra Nath
Designation:Superintendent
Mobile Phone:8876020937
email:lch.nath@gmail.co

Nodal officer details:


Name:Dr. Zunikar Ali
Designation: M&HO1
Mobile Phone:9435720216
RNB Civil Hospital, email:drzunikar@gmail.com
6 Assam Kokrajhar, Kokrajhar 200 200 Details of MS:
District Name: Dr. A.S. Sarma
Designation: Superintendent
Mobile Phone:8638315765
email:d.drachintya@rediffmail.c
om

(i) Dr. Thoibahenba


Mobile No. 9436039818
JNIMS, Porompat Pin No. Email: thoibas@gmail.com
7 Manipur 650 700
795005 (ii) Dr. T. Rajen Singh
Mobile No. 9089768846
Email: rajentokpam@gmail.com

Page 74 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

i) Dr. Jamtianlal
Mobile No. 8413847485
Email: jtianlal@gmail.com
DH, Churachandpur,
8 Manipur Hiyangtam, Lamka, Pin No. 200 200
(ii) Dr. Vanlalkungi Hmar
795128 Mobile No. 9862353448
Email:
vanlalkungihmar@gmail.com

(i) Dr. W. Rohinikumar


Mobile No. 9874007046
Email: drrwaikhom@gmail.com
DH, Thoubal, Thoubal
(ii) Dr. Ch. Memcha Devi
9 Manipur Khangabok, Pin No. 100 100
Mobile No. 8974971355
795138 Email:
chongthammemcha@gmail.co
m

Dr. L. Buhphang - Nodal Officer


Ph No - 8794748166
email ID -
drlum@rediffmail.com
10 Meghalaya Civil Hospital, Shillong 600 600 Dr. S. S. Nongbri - Jt. Director of
Health Services (SS)
Ph. No - 9402327030
email ID -
chshospital@gmail.com
Dr. Cherry J. B. Kharbudnah -
Nodal Officer
Ph.No- 8794944570
email ID -
Ganesh Das Govt. MCH
joannesline@rediffmail.com
11 Meghalaya Hospital, Pasteur Hills, 400 400
Dr. Y. Shabong - Medical
Lawshillong, Shillong Superintendent
Ph. No - 8257957582
email ID -
yassicaleb@gmail.com
Dr. B. Thangkhiew - Nodal
Officer
Ph. No. 8014067629
email ID -
Reid Provincial Chest batthangq@gmail.com
12 Meghalaya Hospital, Jhalupara, 217 300
Mawprem, East Khasi Hills Dr. J. Lakiang - Jt. Director of
Health Services (MS)
Ph. No.- 8132009417
email ID -
rpchshillong1943@yahoo.com

Page 75 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

1. Dr. P.C. Lalramliana, Jt.


Director
Hospital & Medical Education
Zoram Medical College,
Mb. : 9436142154
13 Mizoram Falkawn, Mizoram Pin : 300 300
Email : dhmemiz@gmail.com
796009 2. Dr. H.C. Laldina, Medl. Supdt.
Mb. : 9436156177
Email : srh.falkawn@gmail.com

1.Dr. Visasie Kire (MS)


(9436006404)
nagahospitalauthoritykohima@
Naga Hospital Authority of
14 Nagaland 300 300 gmail.com 2. Abliea
Kohima Kohima 797001 Solo (NO) 7005605818
nagahospitalauthoritykohima@
gmail.com

Dr. Keviduyi Theyo


Dimapur District Hospital (8415927327) (MS and NO)
15 Nagaland 200 200
797112 kevi_theyo@yahoo.com ,
medsupd@yahoo.in

1. Dr.P. Medemmayang (MS)


9436006230
Imkongliba Memorial
drimdhmkg@gmail.com 2
16 Nagaland District Hospital (IMDH) 200 200
Dr. Takosunep Ao
Mokokchung 798601 (NO)9436006240
drsunep@hotmail.com

Rakesh Kumar Sundas (NO),


9434174490
STNM, Sochakgang
17 Sikkim 70 200 rsundas77@gmail.com
Gangtok 2. Dr. C. S. Sharma, PCC-cum-
MS STNM Hospital, 7797893508
1. Dr Samarpita Dutta , SNO,
AGMC & GBPH ,MOBILE
8787886764,
Email osd.agmc@gmail.com

Agartala Government 2. Dr. S P Chakrabarti, Dy MS,


Medical College & GB Pant AGMC & GBPH, MOBILE
18 Tripura Hospital, Kunjaban, 811 900 9436457937
Agartala, Tripura West,
Pin 799006 3. Dr. Debasish Ray, Medical
Superintendent, AGMC AND
GBP HOSPITAL, MOBILE
9436125100
email :
msagmcgbph@gmail.com

Page 76 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018
1. DR.TAMAL CHAKRABORTY,
R.M.O & NODAL OFFICER,TASK
FORCE COVID 19
PHONE- 8132927620,
6009717411
EMAIL-
Tripura Medical College tamalchakraborty598@gmail.co
and Dr. BRAM Teaching m
19 Tripura 550 600
Hospital, Hapania, West
Tripura 2. PROF. (DR) ARINDAM DATTA,
MEDICAL SUPERINTENDENT &
VICE PRINCIPAL
EMAIL-
drarindamdatta@gmail.com
PHONE-09436126174,
8732066599
1. Dr Piyush Vaidya Dy. MS,
Mob. No. 9736000190,
Himachal SLBS Govt Medical College peeyushvaidya@gmail.com 2.
20 500 500
Pradesh Nerchowk, Distt. Mandi Dr Jiwanand Chauhan, Mob No.
9418056973,
jivanand.chauhan1@gmail.com
Dr.RP Govt Medical Dr. Surinder S
Himachal
21 College Tanda, Distt. 802 900 Bhardwaj,9418463737,medical.
Pradesh supdt.tanda@gmail.com
Kangra
Dr Lokender Sharma,
Himachal DDU Zonal Hospital,
22 257 300 7018831904,
Pradesh Shimla, Distt. Shimla msdduripon@gmail.com
1. Dr Ajay Dutta,
9418094510,zhdharmshala@gm
Himachal
23 Zonal Hospital Dharmshala 225 300 ail.com 2. Dr Deepali
Pradesh Sharma,9418410463,
zhdharmshala@gmail.com
Dr. YSP Govt Medical Dr Yashwant
Himachal
24 College, Nahan, Distt. 300 300 Chauhan,8219088198,rksrhnah
Pradesh an@gmail.com
Sirmour
Dr RK Govt Medical Dr. RK Agnihotri,
Himachal
25 college Hamirpur, Distt. 300 300 9418096541,msgmchamirpur@
Pradesh gmail.com
Hamirpur
1. Dr Pankaj Gupta,
7006824335,medicinechamba@
Himachal Pt JLN Govt Medical
26 380 400 gmail.com 2. Dr Mohan
Pradesh College Chamba Singh, 9418079491,
mschamba@gmail.com
Dr S D Saklani -7830700501,
27 Uttarakhand DH Uttarkashi 158 200 C.M.S. Uttarkashi:
cms.dhuki@gmail.com>

B D Pandey District Dr KC Bhaat-941297742


28 Uttarakhand 180 200
Hospital Pithoragarh pmsdhpth@gmail.com

Page 77 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

CMC-Dr Harish Lal -


SSJ Base Hospital
29 Uttarakhand 300 300 9837391772
Haldwani Nainital basehospitalhld@gmail.com
Jawahar Lal Nehru District
Dr TD Rakholia -9412927988
30 Uttarakhand Hospital Rudrapur US 264 300
cmsjlnusn@gmail.com
nagar
Chandra Mohan Singh
Dr VS Kala -9412965287
31 Uttarakhand Negi Govt. Base Hospital 300 300
cms.kotdwara@gmail.com
Kotdwar Pauri Garhwal
Har Milap Mission DH Dr Rajesh Gupta-9412034991
32 Uttarakhand 100 100
Haridwar hmghospital@gmail.com
Dr RK Joshi-9412097099
33 Uttarakhand DH Champawat 60 100
dhchampawat@gmail.com
1. Dr. Umar Akbar, 9801567786
Sadar Hospital, Araria,
34 Bihar 200 200 2. Dr. Jitender, Supdt. Sadar
Bihar Hospital Araria, 8986373799
1. Dr. Laldeo Prasad, Deputy
Superintendent, Mobile No.-
9199080028, Email-
sadarhospitalaurangabad@gmai
Sadar Hospital,
35 Bihar 187 200 l.com
Aurangabad, Bihar 2. Dr. Akram Ali,
Superintendent, Mobile No.-
9470003061, Email- cs-
aurangabad-bih@nic.in
1. Dr. R.N. Pandit, D.S., Sadar
Hospital Katihar, Mob:-
9470003369, Email-
Sadar Hospital, Katihar, sadarhospitalktr1@gmail.com
36 Bihar 212 300
Bihar 2. Dr. D.N. Pandy,
Superintendent, Sadar Hospital
Katihar, Mob:- 9470003366,
Email-cs-katihar-bih@nic.in
1. Dr. N. K. Chaudhary, Deputy
Superintendent, Mob:-
9470003496 , Email-
Sadar Hospital, sadarhopitalmuz@gmail.com
37 Bihar 236 300
Muzaffarpur, Bihar 1. Dr. Sanjay Kumar Gupta,
Medical Officer, Mob:-
9431404333, Email-
sadarhopitalmuz@gmail.com
1. Dr. Shakil Anjum, DS, Sadar
Hospital, Mob:- 9470003754,
Email-
sadarsitamarhi1@gmail.com
Sadar Hospital, Sitamarhi,
38 Bihar 175 200 2. Dr. Rakesh Chandra Sahay
Bihar Verma, Supeerintendent, Mob:-
9470003747, Email-
cscumcmositamarhi02@gmail.c
om
Page 78 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018
Dr Kunal Dewangan, Mb no-
8817931066 mail id-
District Hospital, cskondagaon@gmail.com
39 Chhattishgarh 200 200
Kondagaon 2.Dr Sanjay Basak Mb no-
9424281388, mail id-
cskondagaon@gmail.com

District Hospital, MCH, 1. Dr HK Chouhan, Mob no-


9516088413, mail id-
Near Collectorate,
csgariaband@gmail.com
40 Chhattishgarh Panchsheel 183 200
2. Dr GL Tondon, Mb no-
Nagar,Balodabazar, Pin 8815676737 , mail id-
493332 csgariaband@gmail.com
Dr SPS Sidar, Mb No-
7869990191, mail id-
District Hospital, Jila
dhmungeli@gmail.com
41 Chhattishgarh Panchayat, 200 200
2. Dr RK Bhuarya, Mb no-
Ramgarh,Mungeli 9425563002, mail id-
dhmungeli@gmail.com
1.Dr Deepak Mire, RMO, Mob
District Hospital, MCH, no-9406353630, mail id-
Durg csdhbemetara@gmail.com
42 Chhattishgarh 240 300
road,Singhauri,Bemetara,4 2. Dr Vandana Bhele, CS, Mb no-
91335 7828250010, mail id-
csdhbemetara@gmail.com

1. CS Dr. R.P.Parmar
8827688787
Madhya
43 District Hospital, Ujjain 700 700 csurgeonujjmp@mp.nic.in
Pradesh 2. RMO Dr G.S Dhawan
9301626257

1. CS Dr.A.Gupta
9425340049
Madhya
44 District Hospital, Morena 600 600 csurgeonmormp@mp.nic.in
Pradesh 2. RMO Dr.D.Gupta
9826654923

1. CS Dr.O.P.Jugtawat
9425495405
Madhya
45 District Hospital, Khandwa 400 400 csurgeonkhdmp@mp.nic.in
Pradesh 2. RMO Dr.A.Kaushik
9826176708

Page 79 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

1. CS Dr.C.B.Arora
9826191906
Madhya
46 District Hospital, Jabalpur 500 500 csurgeonjabmp@mp.nic.in
Pradesh 2. RMO Dr.Sanjay Jain
9425863999

1. CS Dr. Anand
9303599479
Madhya
47 District Hospital, Ratlam 500 500 csurgeonratmp@mp.nic.in
Pradesh 2. RMO Dr.Yogesh
7999131096

1. CS Dr.A.K.Gulati
9406853788
Madhya District Hospital,
48 500 500 csurgeonmasmp@mp.nic.in
Pradesh Mandsaur 2. RMO Dr Saurabh Mandwaria
8319233064

1. CS Dr.P.K.Khare
9425490161
Madhya
49 District Hospital, Shivpuri 400 400 csurgeonshimp@mp.nic.in
Pradesh 2. RMO Dr.Rajkumar
9425489592

1. CS Dr.V.Navkar
9425174925
Madhya
50 District Hospital, Seoni 400 400 csurgeonseomp@mp.nic.in
Pradesh 2. RMO Dr.Sarotia
7509306006

District Headquarter 1. Sashank Sekhar Panditra


Hospital, Medical Road, (Hospital Manager), Mob. No.-
51 Odisha Malkangiri, Dist. 200 200 9439989363
Malkangiri , Pin-764048 2. DMO-cum-Superintendent -
,Malkangiri 9439983249
District Headquarter
Hospital , Kandhamal, 1. Bijaya Kumar Mahanta
(Hospital Manager) Mob. No. -
Medical Square, At / Po -
52 Odisha 236 200 9439990208
Phulbani, Dist.- 2.DMO-cum-Superintendent -
Kandhamal, Odisha, Pin- 9439988077
762001
District Headquarter 1. Miss Anjul Kumari (Hospital
Hospital Sundargarh, Manager) Mob. No. -
53 Odisha At/Po- Sundargarh, Dist. 297 300 9439999168
Sundergarh , Odisha 2.DMO-cum-Superintendent -
Pin-770001 9439993004

Page 80 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

District Headquarter 1. Sriram Mohanty (Hospital


Hospital, Bhawanipatna, Manager) Mob. No.-
54 Odisha At./ P.O-Bhawanipatna 270 300 9439980004
Dist. Kalahandi , Odisha 2. DMO-cum-Superintendent -
Pin-766001 9439980001
1. Debasish Dash (Hospital
District Headquarter Manager) Mob. No.-
55 Odisha Hospital,Angul Dist. 300 300 9437416773
Angul , OdishaPin-759122 2.DMO-cum-Superintendent -
9439981334
District Headquarter 1. Chinmaya Baral (DPM) Mob.
Hospital,Jajpur , Jajpur No.- 9439988880
56 Odisha 361 400
Town, Dist. Jajpur , Odisha 2.DMO-cum-Superintendent -
Pin-755001 9439992396
District Headquarter 1. Abhisek Sadangi (GKS-cum-
Quality Manager) Mob. No.-
Hospital, Keonjhar Dist.
57 Odisha 311 400 9439990223
Keonjhar , Odisha, Pin- 2.DMO-cum-Superintendent -
758001 9439987006
District Combined 1. Dr Usha Yadav 9415202138 2.
58 Uttar Pradesh Hospital, Chakia, 100 100 Dilshad Ali 9415427356
Chandauli hqmdchchakianhm@gmail.com

1. Dr S C Prasad 8756872612 2.
District Combined
59 Uttar Pradesh 100 100 Dr Anoop Yadav 8853990357
Hospital, Siddarth Nagar qhmsgrnhm@gmail.com

1. Dr. Prabhakar 8005192721 2.


60 Uttar Pradesh District Hospital Fatehpur 110 200 Mohd Kaff 7897517324
cmsmalefatehpur@gmail.com
1. Dr AP Mishra 9918131034
Distt. Combined Hospital,
61 Uttar Pradesh 100 100 cmschbalrampur@gmail 2. Dr
Balrampur Ruchi Pandey 8400595277

200 Bed MCH Wing Khoh 1. Dr Imtiyaz Ahmad


62 Uttar Pradesh 200 200
Chitrkoot 9522703560 2.

1. Dr B P Singh 9451157822 2.
63 Uttar Pradesh District Hospital, Ballia 176 200 Chandrashekhar 9936227078
cmsdhballia@gmail.com

1. Dr Kamal Kumar
80054897972 2 .Anuj Kumar
64 Uttar Pradesh District Hospital, Mirzapur 300 300 9074424145
upnhm.hmanuj10@gmail.com
2. Mohd Faizal 7007783214
1. Dr Anil Nigam 9415184160
UHM District Hospital,
65 Uttar Pradesh 416 500 dr.anilnigam1960@gmail.com
Kanpur Nagar 2. Mohd Faizal 7007783214

Page 81 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018
1. Dr Madhu Saxena
Dr. S.P.M. Hospital, 8057048866 2. Dr S R Singh
66 Uttar Pradesh 341 400
Lucknow 9415048952
cms.spmh@gmail.com
LLRM Medical
1.Dr Gyanendra Kumar
College,Jaibhim Nagar,
67 Uttar Pradesh 950 1000 ,9415030444
Garh Road , meerut (Uttar principalllrm@gmail.com
Pradesh)
1. Dr Sadhna
MLB Medical College,
68 Uttar Pradesh 900 900 Kausik,7897038922
Jhansi principalmcjhs@gmail.com

Govt. Medical College, 1. Dr D S Martoliya 8765186942


69 Uttar Pradesh 470 500
Saharanpur smedicalcollegeab@gmail.com
1. Dr Nisar Ahmad 8005192830
2. Dr K N Chaudhary
70 Uttar Pradesh District Hospital, Ghazipur 200 200
9452685785
cms.dhg@gmail.com
1. Dr Anil Sharma 8005192832
71 Uttar Pradesh District Hospital, Jaunpur 185 200 2. Abhishek Ranjan 8009899959
hmjaunpur@gmail.com

Alipurduar DH
72 West Bengal 370 400 Mobile:7319575654
Alipurduar, Pin -736122

Diamond Harbour MCH


, Diamond Harbour Rd,
73 West Bengal Harindanga, Diamond 500 500 Mobile:9433381429
Harbour, West Bengal
743331
Murshidabad MCH
(Matrisadan Sadar
74 West Bengal Campus) 820 900 Mobile:9433135753
, Station Road PO & PS-
Berhampore Pin-742101
CNCI, Rajarhat
Street Number 299, DJ
Block(Newtown), Action Superintendent:
75 West Bengal 450 500
Area I, Newtown, New Mobile:9433097804
Town, West Bengal
700156
Coochbehar MCH
, Silver Jubilee Road,
76 West Bengal 500 500 Mobile: 9474762434
Cooch Behar, West Bengal
736101

Page 82 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

1.Dr. Manjeet Singh


Nodal Officer
Mob.-9463488086
Email :- manjit205@gmail.com
77 Chandigarh GMSH-16, Chd 500 500
2. Dr. V.K. Nagpal
Medical Supdt.
Mob.:- 9466116611
Email.:- gmsh.ms@gmail.com

Dr. Manpreet Singh


Nodal Officer
Mob.:- 9646121503
Email
78 Chandigarh GMCH-32, Chd 1000 1000 manpreetdawar@gmail.com
2. Dr. Ravi Gupta
Medical Supdt.
Mob. :- 9646121592
msgmch@rediffmail.com

Dr. Manpreet Singh


Nodal Officer
Mob.:- 9646121503
Email
79 Chandigarh GMCH-48, Chd 100 100 manpreetdawar@gmail.com
2. Dr. Ravi Gupta
Medical Supdt.
Mob. :- 9646121592
msgmch@rediffmail.com

Nodal Officer: Dr Abdul Nizar


Anaesthetist, +919497547606
drnizarlaks@gmail.com
80 Lakshadweep IGH Kavaratti 50 100
MS: Dr Mohammad Jaleel,
+919447935844
msighutld@gmail.com

NO & MS : Dr MK Soudhabi,
81 Lakshadweep RGSH Agatti 100 100 Administrative Officer,
RGSHAgatti+919495963395

1. Dr. Sreejith Sukumaran, CMO


email: drsreejisuku@ndhm,
8129392344
GOVERNMENT GENERAL
82 Pudducherry 171 200 2. Dr. S. Premkumar, Deputy
HOSPITAL, MAHE Director,
email: premkr@ndhm,
9400117182

Page 83 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

1. Dr. K. Satyanarayana,
GOVERNMENT GENERAL Medical Superintendent,
83 Pudducherry 85 100
HOSPITAL, YANAM email: ddghyanam@gmail.com
8184960918 &6302193793

1. Dr. P. Chitra, Medical


GOVERNMENT GENERAL
84 Pudducherry 474 500 Superintendent email:
HOSPITAL, KARAIKAL msgh.kkl@nic.in, 9443120591

1. Dr. G. Ragunathan (SAG),


Medical Officer i/c.,
COMMUNITY HEALTH email: chckpm2020@gmail.com
85 Pudducherry CENTRE, 30 100 2. Dr. G. Bharathipriyan, GDMO
KARIKKALAMPAKKAM email:
gbharathipriyan90@gmail.com
9597317532
1. Dr. S. Vasudevan,
MedicalSuperintendent,
INDIRA GANDHI GOVT. email:
GENERAL HOSPITAL AND vasudevans39801@gmail.com
86 Pudducherry 626 700
POST GRADUATE 9443234372
INSTITUTE, PUDUCHERRY 2. Dr. G. Sreenivassan (SAG),
email:sreeax@gmail.com
9443214699
MAHATMA GANDHI POST
Dr. S. Jayaram, Convenor,
GRADUATE INSTITUTE OF
87 Pudducherry 40 100 email:jayaram63@yahoo.com
DENTAL SCIENCES, INDIRA 9443215839
NAGAR, PUDUCHERRY
Dr. Vikaram Kumar, Mob NO.
Deep Chand Bandhu 999027556
88 Delhi Hospital, Ashok Vihar, 200 200 Dr. Suman Kumari, Mob No.
Delhi 9717293536
msdcbhdhs.delhi@nic.in
Dr. A.K. Mehta, Medical
Director, 9718990182
Deen Dayal Upadhyaya Dr. Ritu Aggarwal, Nodal
89 Delhi 640 700
Hospital Officer, 9718990123
Dr. Sandhya Aggarwal, Incharge,
Gas Pipeline, 9718990116
Nodal officer: Dr Puneet
Dwivedi Contact: 9718932064,
9999178199 Email:
Ambedkar Nagar Hospital,
90 Delhi 600 600 drpuneetdwivedi@gmail.com
Dakshinpuri, New Delhi Medical Director: Dr. P. K. Malik
Contact: 8860681810, Email:
mdanhospital@gmail.com

Page 84 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018
M.S.: Dr. P.S. Khatana,
7290095440
msbsah@yahoo.co.in,
msbsahosp.delhi@nic.in
Nodal Officer: Dr. Pradeep
Dr. Baba Saheb Ambedkar Sharma, 7290095655
91 Delhi 500 500
Hospital, Sec-6, Rohini msbsah@yahoo.co.in,
msbsahosp.delhi@nic.in
Oxygen Pipeline I/c: Dr.
Sumanta Boro, 7290095545
msbsah@yahoo.co.in,
msbsahosp.delhi@nic.in
Dr. Vandana Saith 9873617541
saith4669@gmail.com Dr.
Gunjan 9873617540
gunjanmanchanda05@gmail.co
m Dr. Farah 9873617545
farah.husain.durrani@gmail.co
Lok Nayak Hospital
m Dr. Ravinder
92 Delhi Jawaharlal Nehru Marg 2000 2000
(PWD)9873617558
Delhi-110002 dr.ravichaudhary@gmail.com
Dr. Kirti Nath Saxena
9968604215 2. Dr. Suresh
Kumar, Medical Director,
9968604276
lnhmsoffice@gmail.com
Dr Rajender 7290095444
Burari Hospital, Kaushik drrbarua@gmail.com Dr Ashish
93 Delhi 450 500
Enclave, Delhi 110084 Goyal 9810564564
burarihospital@gmail.com

VMMC & Safdarjung DR. KRISHAN KUMAR


94 Delhi Hospital, New Delhi 3000 3000 Deppt Of Aneasthesia
110029 9560015630
1. Dr. Shilpi Aggarwal-
Satyawadi Raja Harish 9999612552 2. Dr. Vandana
Jain-9717455800 3. Vikas
Chandar (SRHC) hospital
95 Delhi 200 200 Bhardwaj- 9268563113 4. Dr.
Campus, Narela, Delhi, Sanjay Kumar Jain, MS -
110040 9540055762 email -
mssrhch@gmail.com
1. Nodal officer: Executive
Engineer, APMSIDC, Kurnool,
Mobile.No.8978680859
Andhra Kurnool Medical College,
96 1050 1000 eeapmsidcknl3@gmail.com 2.
Pradesh Kurnool, Kurnool District MS: Dr. Narendranath Reddy
9849903115
supdtgghknl@gmail.com

Page 85 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

1. Nodal officer: Executive


Engineer, APMSIDC, Tirupathi,
Mobile.No.8978680873
Andhra SVRRGGH, Tirupathi,
97 850 900 eeapmsidctpt1@gmail.com 2.
Pradesh Chittoor District MS: Dr. Bharathi
9849264604
drtbharathi@gmail.com
1. Nodal officer: Executive
Engineer, APMSIDC,
Visakhapatnam,
Andhra Medical College, Mobile.No.8978680790,
Andhra
98 Visakhapatnam, 2017 2000 eevimsvsp@gmail.com 2. MS:
Pradesh Dr. P. Mythili
Visakhapatnam District
9849903060
Kgh_vsp@ap.nic.in
kghsuperintendent@gmail.com
1. Nodal officer: Executive
Engineer, APMSIDC, Guntur,
Mobile.No.8978680823,
Andhra Guntur Medical College,
99 1277 1200 eeaphmhidc.gnt@gmail.com 2.
Pradesh Guntur, Guntur District MS: Dr. N. Prabhavathi
9849903089
gghgtr2011@gmail.com
1. Nodal officer: Executive
Engineer, APMSIDC, Kakinada,
Mobile.No.8978680798
Rangaraya Medical
Andhra eehmhidckakinada@gmail.com
100 College, Kakinada, East 1085 1000
Pradesh 2. MS: Dr. Raghavendra Rao,
Godavari District Superintendent
9849903870
supdtgghkkd@yahoo.com
Dr.
101 Haryana DCH Sonepat 200 200
Sandeep(dhs.cssnp@hry.nic.in)
Dr. RS
102 Haryana DCH Faridabad 200 200
Poonia(dhs.csfbd@hry.nic.in)

103 Haryana DCH Panchkula 300 300 Dr.Jasjeet(dhs.csfbd@hry.nic.in)

Dr.Kuldeep(dhs.csamb@hry.nic.
104 Haryana DCH Ambala 200 200
in)

105 Haryana DCH Karnal 200 200 Dr.Yogesh(dhs.csknl@hry.nic.in)

106 Haryana DCH Hissar 200 200 dhs.cshsr@hry.nic.in


Nodal Officer: Dr. Viraj
Khandeparkar
GMC Mob- 9421138116 Mail:
Goa Medical College & drviraj@gmail.com
107 Goa 1900 2000
Hospital, Bambolin Goa Prof. Dr. SM Bandekar, Dean &
MS, GMC Mob- 9420920890
Mail: msgmcgoa@gmail.com;
dean-gmc.goa@nic.in
Page 86 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Dr Deepa Corriea; 9960838269;


108 Goa DH Margao 556 600 9011025065; hospicio-
heal.goa@nic.in

Nodal Officer:-
Dr. Brij Mohan
98141-12569
Dr. Harjit Singh
98150-05484
Guru Nanak Dev Hospital,
109 Punjab 1200 1200 MS of Hospital
Amritsar Dr. R.K Sharma
98142-90885
ankuramba@yahoo.co.in
sgtbasr@gmail.com

Nodal Officer:-
Dr. Hardeep
98726-22505
110 Punjab Rajindra Hospital, Patiala 1237 1200 drhardeepbariar@gmail.com
MS of Hospital
Dr. Harnam Singh Rekhi
82862-03807

Nodal Officer:-
Dr. Rohit Chopra
88472-19897
Guru Gobind Singh
111 Punjab 979 1000 MS of Hospital
Medical Hospital, Faridkot Dr. Shilekh Mittal
98144-57445
msggshospital@gmail.com
1. Dr. Saleem
9414217999
2. Dr. S.S. Rathore
112 Rajasthan Medical College Bikaner 2479 2500
9414051460
Principal.spmc.bknr@rajasthan.
gov.in

1. Dr. Varun Sharma


9461536400
RUHS Medical College,
113 Rajasthan 550 600 2. Ajeet Shekhawat
Jaipur 9829135692
ruhscds@gmail.com

Page 87 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

1. M.K. Aseri
9414200900
2. Dr. G.L. Meena
114 Rajasthan Medical College Jodhpur 3257 3200
9413143709
meenabkm@yahoo.
co.in

1. Dr. Sushil Batra (Supdt.)


9414016402
2. Dr. Rajeev Gupta (Nodal
Rajeev Gandhi Govt.
115 Rajasthan 587 600 Officer)
Hospital, Alwar 9414231598
pmo_alw@rediffmail.com
pmo-alw-rj@nic.in

Dr, Vivek Kashyap, Sup., Mob.


116 Jharkhand RIMS, Ranchi 1764 1900
No. 7992307003

Dr K Vishwavas, HOD, Mob. No.


117 Jharkhand PMCH, Dhanbad 560 600
9772376856

1. Dr R Y Choudhary, Nodal
Officer,
Mobile No.-941186310,
MGM MEDICAL COLLEGE E mail-NA
118 Jharkhand & HOSPITAL, 570 600 2. Dr. Sanjay Kumar, Med Suptd.
JAMSHEDPUR. Mobile No.-9472782370,
E mail-
superintendentmgmmch@gmai
l.com

Dr. Vijay Prashad Mob. No.


119 Jharkhand Sadar Hospital, Ranchi 100 100
7543026162

1. Nodal Officer: Smt. Shruthi


9946102584,
Govt Medical College
bmetvm1@gmail.com
120 Kerala hospital, 2075 2000
2. MS: Dr. Sharmad
Thiruvanthapuram 9447205445
principalmct@gmail.com

1. Nodal Officer: Dr.Sajith


Kumar -9447239277.
mckstores@gmail.com,
121 Kerala MCH Kottayam 1806 1900 bmektm@gmail.com
2. MS: Dr Jayakumar-
9447355841
tkjayakumarctvs@gmail.com

Page 88 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018
1. Nodal Officer:
Dr.Fathahudeen- 9847278924.
msmchekm.dme@kerala.gov.in
Nithin Besant - 9048245334
biomedicaldepartmentcmc@gm
122 Kerala MCH Ernakulam 600 600 ail.com
2. MS: Dr.Peter P Vazhayil-
9645938855
ms@cmccochin.org
drpeter123@yahoo.com
principalgmcekm@gmail.com
1. Nodal Officer:Dr Geo Paul
9496346258
bmetsr@gmail.com
geopaulaj@gmail.com
123 Kerala MCH Thrissur 1436 1500
Dr.Lijo 9447603814
lijojkollannur@gmail.com
2. MS: Dr.Andrews 9446073739
principalmctcr@gmail.com
1. Nodal Officer: Dr. Pramod VK
- 9447641309
vkpramod1973@gmail.com
2. MS: Dr. Sudeep K -
124 Kerala MCH Pariyaram 850 900 9446844154.
ms@mcpariyaram.com
Dr.Kuriakose (Principal) -
9447221300
principal@mcpariyaram.com
1.Nodal Officer for
Oxygen:Venu Madhav
Contact: 9440552444
Email id : gmc_hyd@nic.in
125 Telangana GANDHI HOSPITAL 1700 2000 2. MS: Dr Raja Ram
Contact: 9849010915
email id:
supdt_gandhihospital@yahoo.c
o.in
Director and Nodal Officer for
Oxygen: Dr. Vimala Thomas
126 Telangana TIMS GACHIBOWLI 1021 1000 Contact: 98490 37845
Email id:
vimalath@hotmail.com

MS and Nodal Officer for


Oxygen: Dr Ratnamala
Contact: 9849277260
127 Telangana DH, KARIMNAGAR 400 400
Email id:
disthospitalkarimnagar@gmail.c
om

Page 89 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018
MS and Nodal Officer for
Oxygen: Dr.B.Venkateswarlu,
Contact: 8008553184 /
8008553180.
128 Telangana DH, KHAMMAM 520 600
email id:
superintendenthqrskhammam
@gmail.com,
msdhkhammam@gmail.com

MS and Nodal officer: Dr.


Ungender 8008553304 /
129 Telangana AH, Bhadrachalam 300 300
9885984298
msahbcm@gmail.com

Dr.Deskit Dolma, Block Medical


CHC Nubra. C/o Diskit
Officer, Nubra.
130 Ladakh Nubra district Leh UT 30 100
M.9419819778
Ladakh deskit.dolma@gmail.com

Dr.Reyaz Block Medical Officer


CHC Drass. C/o Drass
131 Ladakh 30 100 Drass
district Kargil, UT Ladakh M.9469040209

CHC Zanskar, Dr.Stanzin Namgail


132 Ladakh C/o Padum Zanskar, Distt. 30 100 Block Medical Officer Zanskar,
Kargil, UT Ladakh M.9419861452
Dr Ashish Katarkar 9426454958
GMERS general
133 Gujarat 650 700 cdmo.health.himmatnagar@gm
hospital,Himatnagar ail.com
GMERS Medical College
attached General Hospital, Dr. Niyati Lakhani 99784 05056
134 Gujarat Gandhinagar, Opposite 900 900 ms.gmers.gandhinagar@gmail.c
Pathika Bus Stand, om
gandhinagar
Nanakawada, Halar Road, Dr Amit Shah 9978905358
135 Gujarat 650 700
Valsad cdmo.health.valsad@gmail.com
GMERS Medical College, Dr.H.D.Palekar
Khervad Medan, 9879620966msgmersvadnagar
136 Gujarat Shipor Road, Vadnagar 650 700 @gmail.com
Dist – Mehsana, Gujarat sdhvadnagar.health.mehsana@
Pin Code: 384355 gmail.com
GMC Surat-New Civil
Dr Ragini Verma 7990427220
137 Gujarat Hospital,Majura 2225 2000
ms.health.surat2@gmail.com
Gate,Surat
Dr.YOGESH P PARMAR
General Hospital, 7567867220
138 Gujarat 100 100
Chhotaudepur cdmo.health.chhotaudepur@g
mail.com

Page 90 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Dr P.K.Dudhrejia 7567876154
139 Gujarat General Hospital, Morbi 100 100
cdmo.health.morbi@gmail.com
Dr. Avnish Dube 9687685804
M.G.G.General Hospital
140 Gujarat 175 200 cdmo.health.navsari@gmail.co
,Navsari m
Dr Pokhara, 9822036838
Dist Hospital Civil Surgeon & NO
141 Maharashtra 374 400
Ahemadnagar cs_ahmednagar@rediffmail.co
m
Dr Pramod
Khandare,9423628955
142 Maharashtra Dist Hospital Bhandara 482 500
Civil Surgeon & NO
cs_bhandara@rediffmail.com

Dr. Suresh Gholap, 9273517633


143 Maharashtra Women Hospital Buldhana 306 400 Civil Surgeon & NO
cs_buldhana@rediffmail.com

Dr. Dhananjay Patil ,


9422496580
144 Maharashtra Dist Hospital Osmanabad 236 300 Civil Surgeon & NO
cs_osmanabad1@rediffmail.co
m

Dr Mane ,9404019000
145 Maharashtra Dist Hospital Alibag 272 300 Civil Surgeon & NO
csraigad70@gmail.com

Dr Mrs Fule , 9623969964


146 Maharashtra Dist Hospital Ratnagiri 200 200 Civil Surgeon & NO
cs.ratnagiri@gmail.com

Dr. Shrimant Chavan,


District Hospital 8208116185
147 Maharashtra 200 200
Sindhudurg Civil Surgeon&NO
cssindhudurg@yahoo.co.in

Dr M K Rathod, 9422263923
148 Maharashtra Dist Hospital Washim 200 200 Civil Surgeon & NO
cs_washim@rediffmail.com

Dr. Subhas Chavan ,


9121413347
149 Maharashtra Dist Hospital Satara 242 300
Civil Surgeon & NO
cssatara@rediffmail.com
Dr. Rajendra Suryawanshi ,
9422464525
150 Maharashtra Dist Hospital Hingoli 200 200
Civil Surgeon & NO
cshingoli@gmail.com

CMSS reserve to right the change the consignee at any time if required.
Page 91 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

This page is intentionally left blank

Page 92 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/PSA PLANT/018

Annexure-II

TENDER FORWARDING LETTER


(To be given on Company Letter Head)
Date:
To,
DG&CEO,
Central Medical Services Society
2nd Floor, Vishwa Yuvak Kendra,
Pt. Uma Shankar Dikshit Marg, Teen MurtiMarg,
Opposite Police Station ChankayaPuri, New Delhi-110021

Sub: Acceptance of Terms& Conditions of Tender.


Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018
Name of Tender: - Online Tender for S/I/T/C of PSA Oxygen Generation Plant at Public
Health Facilities on PAN India Basis on PAN India Basis

Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned
‘Tender/Work ’from the web site(s)namely:

as per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I/we have read the entire terms and conditions of the tender
Documents (Including all documents like annexure(s),
schedule(s), etc.,),which form part of the contract agreement and I/we shall abide hereby by
the terms /conditions /clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/organization too has
also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender


document(s)/ corrigendum(s) in its totality/entirety.

5. I/We do hereby declare that our Firm has not been blacklisted/debarred by any Govt.
Department/Semi-Government/Public sector/Autonomous undertaking.

6.1 I/We hereby declare that bid will remain valid for a period of 150 days after opening of
Tender bid/packet1
7. I/We certify that all information furnished by our Firm is true & correct and in the event
that the information is found to be incorrect/untrue or found violated, then your
department/organization shall without giving any notice or reason therefore or summarily
reject the bid or terminate the contract, without prejudice to any other rights or remedy
including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Tenderer ,with Official Seal)

Page 93 of 154
`
CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

This page is intentionally left blank

Page 94 of 154
CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Annexure-III

DETAILS OF E.M.D. SUBMITTED

We herewith submit the E.M.D. of Rs.____________________ in the form of Account Payee Demand
Draft, FD Receipt, Banker’s Cheque, RTGS/ NEFT and Bank Guarantee vide document Ref.
No.________________ Dated: ________________ Bank: ____________________________________________ in favour of
Central Medical Services Society for the following items:-

CAPACITY Amount of Quantity Amount of


OF PSA Total EMD Quoted EMD for the
Sch. OXYGEN Tentative Payable (in quoted
Quantity Unit
No. GENERATI INR) for quantity
ON PLANT 100%
(IN LPM) quantity
I 100 19 No. 21,07,480

II 200 35 No. 51,42,200

III 300 24 No. 46,66,560

IV No.
400 12 30,24,480

V No.
500 14 37,10,000

No.
VI 600 11 32,95,160

VII 700 7 No. 22,58,200

VIII 900 7 No. 30,74,680

IX 1000 6 No. 26,70,000

X 1200 3 No. 14,43,000

XI 1500 1 No. 5,96,200

XII 2000 8 No. 58,06,400

XIII 2500 1 No. 8,69,800

XIV 3000 1 No. 10,93,000

XV 3200 1 No. 11,65,000

Note: EMD amount indicated above is for 100% quantity for each schedule. Vendors have to be
submit proportional EMD Amount as per the quantity quoted by them for each schedule.

Page 95 of 154
CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

This page is intentionally left blank

Page 96 of 154
CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Annexure-IV

PROFORMA FOR PERFORMANCE STATEMENT

(FOR A PERIOD OF LAST 3 YEARS)

Name of Bidder with Address


Name of Manufacturer with Address
Ref Tender No
Sr. No. of the Product ________________
Name of the Product _____________

Order placed Year Order Description UOM Value Date of Remarks Have the
by (full address number and of completion of indicating goods been
of and quantity of order Contract reasons functioning
TIA/Consignee) date ordered for delay Satisfactorily
goods and (Rs.) As per Actual if any (attach
services contract documentary
proof)**

1 2 3 4 5 6 7 8 9 10

Note:

1. Proof for the manufacturing (BMR) / importing of the items quoted to be produced, if demanded.
2. Copies of purchase orders in support of performance statement may be uploaded along with this
Annex-IV.

Signature of Tenderer Signature of Auditor/ Chartered Accountant


Name in Capitals Name in Capitals
Date: Date
Seal: Seal

Page 97 of 154
CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

This page is intentionally left blank

Page 98 of 154
CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

Annexure-V

ANNUAL TURN OVER STATEMENT

The Annual Turnover (Sales) of M/s.__________________________________ for the past two years are
given below and certified that the statement is true and correct.

S. No. Financial Year Turnover in Lakhs (Rs)

1. 2017-2018 -
2. 2018-2019 -

Total - Rs. _________________ Lakhs.

Average Turnover Per Annum in the last two years mentioned above - Rs._________________
Lakhs.

Date:
Signature of Auditor/
Seal: Chartered Accountant
(Name in Capital)

Page 99 of 154
CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

This page is intentionally left blank

Page 100 of 154


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

Annexure– VI

LIST OF ITEMS QUOTED & THEIR PRODUCTION CAPACITY

1. Name of the firm :

2. Address of the firm as given in Drug license/Manufacturing License :

3. Details of Endorsement for all products quoted :


Item Qty. Manufact Quantity Average Percen
Total uring
Code/ Quoted Manufactured Quantity tage
Capacity
CAPACITY OF Tenta Quoted Manufact Earma
Sch tive
PSA OXYGEN Make & ured ( Sr. rked
. Quant Unit
GENERATION Model No 8A, to
No. ity
PLANT (IN LPM) 8 8B, 8C) CMSS
2016- 2017- 2018- (6/9*1
17 18 19 00)
1 2 3 4 5 6 7 8A 8B 8C 9 10

I 100 19 No.

II 200 35 No.

III 300 24 No.

IV 400 12 No.

V 500 14 No.

VI 600 11 No.

VII 700 7 No.

VIII 900 7 No.

IX 1000 6 No.

X 1200 3 No.

XI 1500 1 No.

XII 2000 8 No.

XIII 2500 1 No.

XIV 3000 1 No.

XV 3200 1 No.

Date:
Authorized Signatory:
Page 101 of 154
CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

This page is intentionally left blank

Page 102 of 154


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

Annexure – VII

CHECK LIST

Packet 1
Page No

1. Checklist – Annex-VII Yes No

2. EMD in the form of DD/NEFT/BANKER’S Yes No


CHEQUE/RTGS/FDR/ BG as per Annex-III /
Notarised Undertaking for MSME for EMD
exemption as per Annx. VIII (Non submission
attracts summary rejection as per clause no. 6.2
(b)).

3. Certificate by MSME/ SSI units in support of Yes No


being a MSE/ SSI unit.

4. Duly attested photocopy of Certificate of Yes No


Incorporation and Import License (as the case
may be).

5. Authorization letter nominating a responsible Yes No


person of the tenderer to transact the business
with the Tender inviting Authority.

6. Power of Attorney/Board Resolution to sign the


bid and bind the bidder as per tender clause no.
6.1 (c).

7. Purchase Order Copies along with Satisfactory Yes No


Installation and Commissioning Reports
(Notarised)

8. Capacity Certificate issued by the Yes No


Auditor/Practising CA

9. ISO or GMP cerification and Other Quality Yes No


Certificate (As per Tech. Spec.)- ISO and
USFDA/CE/EC

10. Annual Turnover Statement for 2 Years Yes No


(Annex-V)

11. Copies of Balance Sheet & Profit & Loss Yes No


Account for last two years

Page 103 of 154


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

12. Proforma for Performance Statement Yes No


(Annex-IV)

13. List of items quoted and their production Yes No


capacity – Annex-VI

14. Mandate Form for RTGS Yes No


Annex-XII

15. The Tender document signed by the Yes No


tenderer in all pages with office seal.

16. Service Centre Details (Annexure XX) Yes No

17. Technical Compliance sheet, Product Yes No


Catalogue, Literature, Data Sheet, Schematic
Diagram

18. Undertaking that Firm is not being blacklisted Yes No


or debarred

19. Technical Specification Compliance- Statement Yes No


wise along with Life Span of the equipment

19. No Deviation Certificate (Annexure XVII) Yes No

20. Manufacturer Authorization Form Yes No


(Annex – XIX)/Self Declaration for
Manufacturer or subsidiary

21. GST Registration Certificate Yes No

22. Certificate of Incorporation in case of Yes No


companies/copy of partnership deed in case of
partnership firm.

23. Copy of PAN Card and ITR Yes No

24. Declaration of Domestic Content as per Annex Yes No


XXIV

Page 104 of 154


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

Annexure-VIII

NOTARISED UNDERTAKING BY MSE COMPANIES


(In 20- Rupees stamp paper)

I __________________, S/o _________________, Proprietor / Partner / Managing Director of


______________________________________ (Proprietary Concern / Firm / Company Ltd.) execute this
Undertaking for myself and on behalf of ________________________ (Proprietary Concern / Firm /
Company Ltd.).

2. Whereas, CMSS (Tender Inviting Authority) has invited Tender for supply of
Equipments, Drugs and medicines for the year 2019-2020 and in pursuant to the conditions in
the tender documents. M/s ______________________________________ (Proprietary Concern/ Firm /
Company Ltd.), having its Office at
_____________________________________________________________________________________________________ is
exempted from payment of Earnest Money Deposit as indicated in the Annexure-II of tender
document.

3. And whereas, in pursuant to the conditions in Clause Nos. 9.2, 9.3& 9.4 of the tender,
the Earnest Money Deposit can be forfeited by the Tender Inviting Authority in case of violation
of any of the conditions and for non-performance of the obligation under tender document.

4. In consideration of exempting M/s.________________________________ (Proprietary Concern/


Firm / Company Ltd.) from payment of Earnest Money Deposit as indicated in the Annexure-II of
tender document, I undertake to pay the said sum without any demur on receipt of demand
issued by the tender inviting authority.

M/s _________________________________

For Self and Firm / Company Ltd.

Signature and Seal

Witness:-

(1)

(2)

Page 105 of 154


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

This page is intentionally left blank

Page 106 of 154


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

Annexure-IX
Central Medical Services Society
2nd Floor,VishwaYuvak Kendra, Pt. Uma Shankar DikshitMarg, Teen MurtiMarg,
Opposite Police Station ChankayaPuri, New Delhi-110021
Tel: 011-21410905, 21410906
Email: cmss.procurement@gmail.com

LETTER OF ACCEPTANCE
No:CMSS/PROC/2020-21/PSA PLANT/AL/018 Date _________

To,
M/s ______________________________
Address: ________________________
Attn: _____________________________
Phone: __________________________
Email ____________________________

(Kind Attn: _________________(Name), _____________ Designation)

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

Ref: 1) CMSS Tender No. CMSS/PROC/2020-21/PSA PLANT/018opened on ___________


2) Your Ref. No. _______ dated _________ in response to above mentioned tender.

Dear Sir,
I am pleased to inform you that your offer in response to above mentioned tender for supply for
S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis has been
accepted for following items:

Sch Items Quantity Unit Ex- GST GST Transport & Total unit Grand
No. Description Works (%) (Rs) any other price (all Total
per Unit charges incl) (Rs.) (Rs.)
(Rs.) (Rs.)
1
2
Grand Total

2. You are requested to deposit Security Deposit @ 10% of the total value by NEFT/ RTGS/ Bank
Guarantee/Demand Draft/ Banker’s Cheque and enter into an Agreement, as per the format given
in Annex-X of the Tender document, within 15 days from the date of receipt of this letter.
3. Detailed Agreement including consignee list shall be forwarded after receipt of Security Deposit.

4. You are intimated that in anticipation of your acceptance to this LOA and submission of Security
Deposit as above we are processing purchase order for supply of _______quantity to be supplied within
45 days from the date of issue of this LOA and 3 weeks for installation & commissioning from the
handing over site/PO. Kindly take appropriate necessary action in this regard.

Page 107 of 154


CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018
5. Please convey your acceptance to this LOA within 03 days of issue, else it will be presumed that you
are not keen to accept the LOA and CMSS may proceed for allocation of quantity to other bidder and
with other actions stipulated in referred Tender document.

6. All other terms and conditions will be as per Tender document no. CMSS/PROC/2020-21/PSA
PLANT/018 and subsequent amendments to it.

Yours faithfully,

(Ms. Anjana)
General Manager (Procurement)

Encl: - Annexure A: List of manufacturing license and site address.

Annexure A to Acceptance Letter No:


Supplier: M/s ______________________

Page 108 of 154


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

Annexure - A

LIST OF MANUFACTURING LICENSES & SITE ADDRESSES


Sr. Item Manufacturing Manufacturing
Item Code Remarks
No. Description Site Address License No.

Page 109 of 154


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

This page is intentionally left blank

Page 110 of 154


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

Annexure – X
LONG TERM AGREEMENT (LTA) NO.:CMSS/PROC/2020-21/PSA PLANT/LTA/018

E- STAMP CERTIFICATE NO.:

LTA Validity: From ___________ to ____________

TERMS OF AGREEMENT

THIS AGREEMENT made the........... day of ........................., year between Central Medical Services
Society, 2nd Floor,VishwaYuvak Kendra, Pt. Uma Shankar DikshitMarg, Teen MurtiMarg,
Opposite Police Station ChankayaPuri, New Delhi-110021(here in after "the Purchaser") of
the one part and ........................ (Name of Supplier) of............................................................. (Address and
Country of Supplier) (Here in after called "the Supplier") of the other part:
WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz; Equipment
for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India Basis
in the Tender Reference No.CMSS/PROC/2020-21/PSA PLANT/018, Dt_________________(Brief
Description of Goods and Services) and has accepted a bid by the Supplier for the supply of
those goods and services for the sum of................................ (Contract Price in Words and Figures)
(Hereinafter called "the Contract Price").
WHEREAS the Supplier confirms that it is qualified, ready, willing and able to supply/services
the for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN India
Basis
, in accordance with the terms and conditions of this Agreement.

1. DEFINITIONS

Commencement Date means _________________________

Expiry Date means ____________________________

Products,in singular form Product, means the item(s), as described and detailed above,
provided by the Supplier to CMSS from time to time pursuant to this agreement.

Tender means Tender No. Tender No: CMSS/PROC/2020-21/PSA PLANT/018from CMSS to


the Supplier, to quote for the cost of supply of the Products to CMSS.

Long Term Agreement, as abbreviated to Agreement or LTA, means this Agreement between
the Parties, to provide Products, including its Annexes, however with due consideration of the
order of precedence among the LTA and individual Annexes.

Parties means CMSS and the Supplier, their successors and assigns and where not repugnant to
the context, their servants or agents.

Page 111 of 154


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

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. LTA DOCUMENTS:

The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:

(a) This LTA


(b) The Notice Inviting Tender
(c) Terms and Conditions of Tender Document as given in Tender No:
CMSS/PROC/2020-21/PSA PLANT/018 dt. _______________
(d) The Minutes of Pre-Bid meeting and corrigendum issued.
(e) Schedule of Requirement.
(f) The Technical Specification
(g) The Supplier’s Offer including Enclosures, Annex etc.
(h) Any other document listed in the supplier’s bid and replies to queries,
clarifications issued by the purchaser, such confirmations given by the tenderer
which are acceptable to the purchaser and the entire Addendum issued as forming
part of the contract.
(i) The Letter of Acceptance issued by the purchaser.

2. PURPOSE OF LTA:

2.1 The Purchaser hereby covenants to pay the Supplier in consideration of the provision
of the goods, the Contract Price at the times and in the manner prescribed by this
Agreement.

2.2 Brief particulars of the Products or goods which shall be supplied / provided by the
Supplier are as under.

Sch Items Quantity Unit Ex- GST GST Transport & Total unit Grand
No. Description Works (%) (Rs) any other price (all Total
per Unit charges incl) (Rs.) (Rs.)
(Rs.) (Rs.)
1
2
Grand Total

2.3 The supplier agrees that his supplies are subject to terms and conditions details
contained in LTA documents mentioned above. The supplier appreciates that the supplies
are meant for public health system in the country and hence will agree to supply the
goods of good quality as per standards in a timely manner as specified as per tender
terms and conditions. The supplier has already given its no deviation (clause-by-clause
compliance) for the subject terms and conditions.

Page 112 of 154


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

3 . Manufacturing License and Site

License and Site Address: As per Annexure A.

IN WITNESS where of the parties here to have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the said.................................................................. (For the Purchaser)

in the presence of ..........................................

Signature

Name

Address

Signed, Sealed and Delivered by the Said .................................................................... (For the Supplier)

in the presence of ............................................

Signature

Name Address

Annexure A to LTA No:

Supplier: M/s

Page 113 of 154


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

Annexure - A

LIST OF MANUFACTURING LICENSES & SITE ADDRESSES


Sr. Item Manufacturing Manufacturing
Item Code Remarks
No. Description Site Address License No.

Page 114 of 154


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

Annexure - XI

CENTRAL MEDICAL SERVICES SOCIETY


Ministry of Health & Family Welfare
(Government of India)
2nd Floor, VishwaYuvak Kendra, Pt. Uma Shankar DikshitMarg, Teen MurtiMarg,
Opposite Police Station Chankaya Puri, New Delhi-110021, India

PURCHASE ORDER

PO No: CMSS/PROC/ 2020-21/PSA PLANT/PO/018 Dated: _____________

To,
M/s ______________________________
Address: ________________________
Attn: _____________________________
Phone: __________________________
Email ____________________________

Subject: Purchase Order for S/I/T/C of PSA Oxygen Generation Plant at Public Health
Facilities on PAN India Basis
Ref : Long Term Agreement No: CMSS/PROC/2020-21/PSA PLANT/LTA/018
dated______________

Dear Sir,

Please supply following quantities for the items specified as per the technical specifications and
terms & conditions of the Long Term Agreement referred above:

Sr. Item Item Quantity Uni Ex- GST GST Transportatio Rate Per Total Destinat
No. Code/ Description Accepted t Works (%) (Rs) n Charges Unit unit ion
Make & by the per Unit (Rs) (Landed price
Model Purchaser (Rs.) Price) (all
(Rs) incl)
(Rs.)
1 As per
Annex-A
2 As per
Annex-A
3 As per
Annex-A

1. All the Terms & Conditions of the Agreement signed by you on acceptance of your tender
are applicable.

2. Delivery Period:90 Days from the date of this Letter of Acceptance and 30 days for
installation and commissioning the equipment from handing over the site.
Page 115 of 154
CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

3. Manufacturing license as perAnnexure A and site address as per Annexure B.

4. Payment Terms: As per tender.

(Ms. Anjana)
General Manager (Procurement)

Copy to :

1. General Manager (LSC), CMSS


2. General Manager (QA), CMSS
3. Asst. General Manager (Finance), CMSS
4. All Consignees.

Page 116 of 154


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

Annexure A to PO No:

Supplier: M/s

Annexure - A

CONSIGNEE-LIST
Sr. Item Consignee Consignee
Quantity UOM Remarks
No. Description Location Address

Page 117 of 154


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

Annexure-B
Annexure B to PO No:
Supplier: M/s

LIST OF MANUFACTURING LICENSES & SITE ADDRESSES


Sr. Item Manufacturing Manufacturing
Item Code Remarks
No. Description Site Address License No.

Page 118 of 154


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

Annexure -XII

MANDATE FORM

01 Company Name

02 Postal Address of the company with


Telephone No., Fax No. and Mail ID.

03 Name of the Managing Director / Director


/ Manager
Mobile No. / Phone No.
E-mail ID.
04 Name and Designation of the authorized
company official

Mobile No.

E-mail ID

Date: Company Seal Signature


Place: (Name of the person signing & designation)

Page 119 of 154


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

Mandate Form contd..

01 Name of the Bank.


Branch Name& address.

Branch Code No.


Branch Manager Mobile No.
Branch Telephone no.
Branch E-mail ID

02 9 digit MICR code number of the bank


and branch appearing on the MICR
cheque issued by the bank.

03 IFSC code of the Branch

04 Type of Account (Current / Savings)

05 Account Number (as appear in Cheque


book)

(in lieu of the bank certificate to be obtained , please attach the original cancelled
chequeissued by your bank for verification of the above particulars).

I /We hereby declare that the particulars given above are correct and complete. If the
transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I
would not hold M/s. Central Medical Services Society (CMSS) responsible. I have read the
conditions of the tender/agreement entered and agree to discharge the responsibility expected
of me / from the company as a tenderer /successful tenderer.

Date: Company Seal Signature


Place: (Name of the person
signing& designation)
----------------------------------------------------------------------------------------------------------------
CERTIFIED THAT THE PARTICULARS FURNISHED ABOVE BY THE COMPANY ARE CORRECT AS
PER OUR RECORDS.

Bank Seal with address. Signature of the authorized


official of the bank.
----------------------------------------------------------------------------------------------------------------

Page 120 of 154


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

Annexure-XIII
PACKET -2
PRICE –BID
CENTRAL MEDICAL SERVICES SOCIETY
NEW DELHI – 110021
Tender for S/I/T/C of PSA Oxygen Generation Plant at Public Health Facilities on PAN
India Basis
Schedule of price bid in the form of BOQ.XXXX.xlsuploaded online.
Validate Print Help
Item Wise BoQ
Tender Inviting Authority: DG & CEO, CMSS

Name of Work:

Tender No:
Bidder Name :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # NUMBER # TEXT # TEXT NUMBER # NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER
Sl. Name of the Item (PSA PLANT Quantity in Units Quantity Ex Works price per unit GST Service charges All Inclusive (Including CAMC price for 1st year after CAMC price for 2nd year CAMC price for 3rd year after CAMC price for 4th year CAMC price for5th year after CAMC price for6th year after CAMC price for7th year after Total Unit Price With GST(In
No. CAPACITY IN LPM) Tender Offered with 3 years warranty in (In Rs.) Transportation, installationn, completion of warranty (All after completion of warranty completion of warranty (All after completion of warranty completion of warranty (All completion of warranty (All completion of warranty (All Rs.) & CAMC
Rs. commissioning, and any Other services Inclusive) in Rs. (All Inclusive) in Rs. Inclusive) in Rs. (All Inclusive) in Rs. Inclusive) in Rs. Inclusive) in Rs. Inclusive) in Rs. (Col6+ Col 7+ Col 8+Col 9 + Col
in Rs. (Till Consignee Locations) on 10+ Col11 +Col12+
DDP basis, All Inclusive and firm & Col13+Col14+Col15)
fixed.

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1.01 100 21 Nos. Rs. 0.0000

2 200 34 Nos. Rs. 0.0000

3 Nos. Rs. 0.0000

300 22
4 Nos. Rs. 0.0000

400 12
5 Nos. Rs. 0.0000

500 14
6 600 11 Nos. Rs. 0.0000
7
700 8
8
900 7
9

1000
10

1200
11 Nos. Rs. 0.0000
1500
12 2000 Nos. Rs. 0.0000

13 Nos. Rs. 0.0000


2500
14 Nos. Rs. 0.0000
3000
15 Nos. Rs. 0.0000
3200

(* The bid evaluation is based L1 price determined for each schedule separately &will
include CAMC cost as per sr. No 1to 32)
Note:
1. List of consignee asper Annex-IB.
2. Details of weight, volume and dimensions of shipping cartons and intermediate
cartons may be provided as an additional annex to this form

Page 121 of 154


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

This page is intentionally left blank

Page 122 of 154


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

Annexure-XIV
Bank Guarantee for EMD (Format)

[The Bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]

[insert Bank’s Name, and Address of Issuing Branch or Office]


Beneficiary: [insert Name and Address of Purchaser]
Date:
BIDGUARANTEE No.:

We have been informed that [insert name of the Tenderer ] (hereinafter called “the Tenderer
”) has submitted to you its bid dated (hereinafter called “the Bid”)for the execution of [insert
name of contract]under Tender No………………………
Further more, we understand that, according to your conditions, bids must be supported by a
EMD.

At the request of the Tenderer ,we [insert name of Bank] hereby irrevocably under take to pay
you any sum or sums not exceeding in total an amount of [insert amount in figures]([insert
amount inwords]) upon receipt by us of your first demand in writing accompanied by a
written statement stating that the Tenderer is in breach of its obligation(s) under the bid
conditions, because the Tenderer :

(a)has withdrawn its Bid during the period of bid validity specified by the Tenderer in the
Form of Bid; or
(b) having been notified of the acceptance of its Bid by the Purchaser during the period of
bid validity, (i)fails or refuses to execute the Contract Form, if required, or(ii)fails or
refuses to furnish the security deposit, in accordance with the Instructions to Tenderer
s.

(c)does not accept the correction of the Bid Price

(d)This guarantee will expire: (a) if the Tenderer is the successful tenderer ,upon our
receipt to copies of the contract signed by the Tenderer and the performance security
issued to you upon the instruction of the Tenderer ; or(b) if the Tenderer is not the
successful tenderer ,upon the earlier of (i) our receipt of a copy of your notification to
the Tenderer of the name of the successful tenderer ;or (ii) Twenty Eight days after the
expiration of the Tenderer ’s Bid.

Consequently, any demand for payment under this guarantee must be received by us at the
office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

[signature(s)]

Page 123 of 154


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

This page is intentionally left blank

Page 124 of 154


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

Annexure-XV

Security Bank Guarantee (Format)


________________________________ [insert: Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: ___________________ [insert: Name and Address of Purchaser]


Date: ________________

PERFORMANCE GUARANTEE No.: _________________

We have been informed that [insert: name of Supplier] (hereinafter called “the Supplier”) has
received a Letter of Acceptance No. [insert: reference number of the Letter of Acceptance] dated
____________ for entering into a Rate Agreement with you, for the supply of [insert: description of
goods]

Furthermore, we understand that, according to the conditions of the Tender, a performance


guarantee is required post acceptance of letter of Acceptance.

At the request of the Supplier, we [insert: name of Bank] hereby irrevocably undertake to pay you
any sum or sums not exceeding in total an amount of [insert: amount in figures] (___) [insert:
amount in words]1 upon receipt by us of your first demand in writing accompanied by a written
statement stating that the Supplier is in breach of its obligation(s) under the Tender , without your
needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire no later than the ____ day of _________, 2_____, and any demand for payment
under it must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758,
except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.
__________________
[signature(s)]

The Guarantor shall insert an amount representing the percentage of the Price
specified in the letter of Acceptance and denominated in the currency of the Contract.

Page 125 of 154


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

This page is intentionally left blank

Page 126 of 154


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

Annexure-XVI

Instructions for Online Bid Submission

The tenderers are required to submit soft copies of their bids electronically on the CPP Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist the
tenderers in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP portal.

More information useful for submitting online bids on the CPP Portal may be obtained at:

REGISTRATION
1) Tenderers are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the
link “Online tenderer Enrollment” on the CPP Portal which is free of charge.

2) As part of the enrolment process, the tenderers will be required to choose a unique
user name and assign a password for their accounts.
3) Tenderer s are advised to register their valid email address and mobile numbers as
part of the registration process. These would be used for any communication from the
CPP Portal.
4) Upon enrolment, the tenderers will be required to register their valid Digital Signature
Certificate (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify/ n- Code/e-Mudhra etc.),with
their profile.
5) Only one valid DSC should be registered by a tenderer .Please note that the tenderer s
are responsible to ensure that they donot lend their DSC’s to others which may lead to
misuse.
6) Tenderer then logs into the site through the secured log-in by entering their user ID
/password and the password of the DSC /e-Token.

SEARCHING FOR TENDER DOCUMENTS


1) There are various search options built in the CPP Portal, to facilitate tenderers to
search active tenders by several parameters. These parameters could include Tender
ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the tenderers may combine a number of search
parameters such as Organization Name, Form of Contract, Location, Date, Other
keywords etc. to search for a tender published on the CPP Portal.

2) Once the tenderers have selected the tenders they are interested in, they may
download the required documents/tender schedules. These tenders can be moved to
the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
tenderers through SMS /e-mail in case there is any corrigendum issued to the tender
document.

Page 127 of 154


CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018
3) The tenderer should make a note of the unique Tender ID assigned to each tender,
incase they want to obtain any clarification/help from the Helpdesk.

PREPARATION OF BIDS
1) Tenderer should take into account any corrigendum published on the tender
document before submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents-including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.

3) Tenderer ,in advance, should get ready the bid documents to be submitted as indicated
in the tender document/schedule and generally, they can be in
PDF/XLS/RAR/DWF/JPG formats. Bid documents may be scanned with100dpi with
black and white option which helps in reducing size of the scanned document.

4) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading
such standard documents (e.g. PAN card copy, annual reports, auditor certificates
etc.)has been provided to the tenderers. Tenderer scan use “My Space” or ‘’Other
Important Documents’’ area available to them to upload such documents. These
documents maybe directly submitted from the “My Space” area while submitting a
bid, and need not be uploaded again and again. This will lead to a reduction in the time
required for bid submission process.

SUBMISSION OF BIDS
1) Tenderer should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Tenderer will be
responsible for any delay due to other issues.

2) The tenderer has to digitally sign and upload the required bid documents one by one
as indicated in the tender document.

3) Tenderer has to select the payment option as “offline” to pay the tender fee/ EMD as
applicable and enter details of the instrument.

4) Tenderer should prepare the EMD as per the instructions specified in the tender
document. The original should be posted/couriered/given in person to the concerned
official, latest by the last date of bid submission or as specified in the tender
documents. The details of the DD/any other accepted instrument, physically sent,
should tally with the details available in the scanned copy and the data entered during
bid submission time. Otherwise the uploaded bid will be rejected.

Page 128 of 154


CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018
5) Tenderers are requested to note that they should necessarily submit their financial
bids in the format provided and no other format is acceptable. If the price bid has been
given as a standard BoQ format with the tender document, then the same is to be
downloaded and to be filled by all the tenderers. Tenderers are required to download
the BoQ file, open it and complete the white coloured (unprotected)cells with their
respective financial quotes and other details (such as name of the tenderer ). No other
cells should be changed. Once the details have been completed, the tenderer should
save it and submit it online, without changing the file name. If the BoQ file is found to
be modified by the tenderer , the bid will be rejected.

6) The server time (which is displayed on the tenderers’ dashboard) will be considered as
the standard time for referencing the deadlines for submission of the bids by the
tenderers, opening of bids etc. The tenderers should follow this time during bid
submission.

7) All the documents being submitted by the tenderers would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of
the bids is maintained using the secured Socket Layer128 bit encryption technology.
Data storage encryption of sensitive fields is done. Any bid document that is uploaded
to the server is subjected to symmetric encryption using a system generated
symmetric key. Further this key is subjected to a symmetric encryption using
buyers/bid openers’ public keys. Overall, the uploaded tender documents become
readable only after the tender opening by the authorized bid openers.

8) The uploaded tender documents become readable only after the tender opening by
the authorized bid openers.

9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission message &
a bid summary will be displayed with the bid no. and the date
& time of submission of the bid withal other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass for any
bid opening meetings.

ASSISTANCE TO TENDERERS

1) Any queries relating to the tender document and the terms and conditions contained
there in should be addressed to the Tender Inviting Authority for a tender or the
relevant contact person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP
Portal in general may be directed to the 24x7 CPP Portal Helpdesk Ph.:0120-4200462,
0120-4001002.Mobile: 91 8826246593
……………………………………………………………………………………………………………………

Page 129 of 154


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

This page is intentionally left blank

Page 130 of 154


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

Annexure- XVII

No Deviation Certificate

This is to certify that the product(s) quoted____________ by our firm, M/s. ______________________ is
as per the given technical specifications in the tender document & there is no deviation in
relation to any conditions/requirements specified in the tender document. It is also to
declare that all other commercial clauses stipulated in the tender have been carefully seen. I
hereby convey the unconditional acceptance of the same.

Signature of Authorised Signatory (with Stamp)

Page 131 of 154


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

This page is intentionally left blank

Page 132 of 154


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

Annexure-XVIII

Near Relative Certificate


(In case of Proprietorship firm certificate will be given by the proprietor. For partnership firm certificate will be
given by all the partners and in case of limited company by all the Directors of the company excluding Govt. of
India/Financial Institutions nominees and independent non-official part time directors appointed by Govt. of India
or the Governor of the state. Authorised signatory of bid may also sign this bid on behalf of the entire directors/
partners/ proprietor).

This is to certify that none of my/our Company Directors’ near relative as defined below currently works in CMSS
where I am/we are going to apply for the tender. I/We also agree to the condition that due to any breach of conditions
by the company or firm or any other related person the bid submitted on behalf of the company or firm will be
cancelled and bid security will be forfeited at any stage whenever it is noticed and CMSS will not pay any damage to
the company or firm or the concerned person. The company or firm will also be debarred for further participation for
the quoted item in CMSS for a period of one year.

The near relatives for this purpose are defined as:

(a) Members of a Hindu undivided family.

(b) They are husband and wife.

(c) The one is related to the other in the manner as father, mother, son(s) & son’s wife (Daughter in law), daughter(s)
and daughter’s husband (son in law), brothers(s) and brother’s wife, sister(s) and sister’s husband (brother in law).

Signature/Signatures (with Stamp)

Page 133 of 154


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

This page is intentionally left blank

Page 134 of 154


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

Annexure XIX

MANUFACTURER’S AUTHORISATION FORM

To,

DG&CEO,
Central Medical Services Society
2nd Floor,VishwaYuvak Kendra,
Pt. Uma Shankar DikshitMarg, Teen MurtiMarg,
Opposite Police Station ChankayaPuri, New Delhi-110021

Dear Sir,

Ref: Your TE document No ____________ dated _____________

We, ____________________________ who are proven and reputable manufacturers


of___________________________(name and description of the goods offered in the tender)
having factories at_____________________, hereby authorise Messrs________________(name
and address of the agent) to submit a tender, process the same further and enter into a
contract with you against your requirement as contained in the above referred TE
documents for the above goods manufactured by us.

We also state that we are not participating directly in this tender for the following
reason(s):
_____________________________________________(please provide reason here).

We further confirm that no supplier or firm or individual other than Messrs.


__________________________ (name and address of the above agent) is authorised to
submit a tender, process the same further and enter into a contract with you against
your requirement as contained in the above referred TE documents for the above goods
manufactured by us.

We also hereby extend our confirmation regarding full life cycle of the equipment as per
tender requirement and extend full warranty, CAMC as applicable as per the terms of
the tender document, read with modification, if any, for the goods and services offered
for supply by the above firm against this TE document.

We also hereby confirm that we would be responsible for the satisfactory execution of
contract placed on the authorised agent

We also confirm that the price quoted by our agent shall not exceed the price which we
would have quoted directly”

Yours faithfully,

Page 135 of 154


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

[Signature with date, name and designation] [Signature with date, name and designation]
for and on behalf of Messrs__________ for and on behalf of Messrs__________

[Name & address of the manufacturers] [Name & address of the bidder]

Note: 1. This letter of authorisation should be on the letter head of the manufacturing
firm and should be signed by a person competent and having the power of
attorney to legally bind the manufacturer.
2. Original letter shall be submitted at the time of signing the contract; scanned
copy to be uploaded at the e-procurement site.
3. Manufacturer is solely responsible for providing the continuing warranty, CAMC
service and Contractual Obligations for the approved stipulated period.

Page 136 of 154


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

Annexure XX

Details of Service Centre

Service Centre Address


Contact No
Email Address
Name of Head of Service Centre with
Contact Details
Name of Service engineer with
Contact details location wise
1
2
3
4
5
6
7
8
9
10

Signature Head of Service Centre with Seal Signature of Bidder with Seal

Page 137 of 154


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

This page is intentionally left blank

Page 138 of 154


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

Annexure XXI
(on Rs. 100 stamp paper)

CONTRACT FORM FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT

Annual CM Contract No._______________________ dated_________________


Between

(Address of Head of Hospital)


And

(Name & Address of the Supplier)


Ref: Contract No___________ dated______________ (Contract No. & date of Contract for
supply, installation, commissioning, handing over, Trial run, Training of operators &
warranty of goods)

In continuation to the above referred contract

1 2 4 5

Annual Comprehensive Maintenance Contract Total Annual


Cost (after 3 years warranty) one Unit year wise*. Comprehensive
(in INR inclusive of all applicable taxes) Maintenance
Contract Cost for 7
Years

(4a+4b +4c)

BRIEF (in INR inclusive of all


DESCR applicable taxes)
S.N IPTION
o. OF
GOO
4th 5 th 6th 7th 8th 9th 10th
DS
year year year year year year year

a b c d e f g

Page 139 of 154


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

a) The Contract of Annual Comprehensive Maintenance is hereby concluded as


under: -

Total value (in figure) ____________ (In words) ___________________________


b) The CAMC commence from the date of expiry of all obligations under Warranty
i.e. from______________ (date of expiry of Warranty) and will expire on
______________ (date of expiry of CAMC)

c) The cost of Annual Comprehensive Maintenance Contract (CAMC) which


includes preventive maintenance, labour and spares, after satisfactory completion
of Warranty period may be quoted for subsequent years as contained in the
above referred contract on yearly basis for complete equipment and Turnkey (if
any).

d) There will be 95% uptime warranty during CAMC period on 24 (hrs) X 7 (days) X 365
(days) basis, with penalty( As per clause no 18), to extend CAMC period by
double the downtime period.

e) During CAMC period, the supplier shall visit at each consignee’s site for preventive
maintenance including testing and calibration as per the manufacturer’s service/
technical/ operational manual. The supplier shall visit each consignee site as
recommended in the manufacturer’s manual, but at least once in 6 months
commencing from the date of the successful completion of warranty period for
preventive maintenance of the goods.

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

g) The bank guarantee valid till ______________ [(fill the date) 2 months after expiry of
entire CAMC period] for an amount of Rs. _______________ [(fill amount) equivalent
to 5 % of the cost of the equipment as per contract] shall be furnished in the
prescribed format given in Annexure XV of the TE document, along with the signed
copy of Annual CMC within a period of 21 (twenty one) days of issue of Annual
CMC failing which the proceeds of Performance Security shall be payable to the
TIA/Consignee.
h) If there is any lapse in the performance of the CAMC as per contract, the
proceeds Annual CMC bank guarantee for an amount of Rs. __________
(equivalent to 5 % of thecost of the equipment as per contract) shall be
payable to the Consignee.

i) Payment terms:The payment of Annual CMC will be made against the bills
raised to the consignee by the supplier on six monthly basis after satisfactory
completion of said period, duly certified by the HOD concerned. The payment
will be made in Indian Rupees.

Page 140 of 154


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

j) Paying authority: ______________________ (name of the


consignee i.e. Hospital authorised
official)
____________________________
(Signature, name and address
Of Hospital authorised official)
For and on behalf of__________________
Received and accepted this contract
(Signature, name and address of the supplier’s executive
duly authorised to sign on behalf of the supplier)
For and on behalf of _________________________
(Name and address of the supplier)
(Seal of the supplier)
Date: _________________________
Place: _________________________

Page 141 of 154


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

This page is intentionally left blank

Page 142 of 154


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

Annexure XXII
CONSIGNEE RECEIPT CERTIFICATE
(To be given by consignee’s authorized representative)

The following store(s) has/have been received in good condition:

1) LoA/ P.O No. & date:____________________

2) Supplier’s Name:__________________

3) Consignee’s Name & Address with telephone No. & Fax No. : ___________

______________________________________________________________________

______________________________________________________________________

4) Name of the items/equipment supplied:______________________________

5) Quantity of items/equipment Supplied:______________________________

6) Date of Receipt of items/equipment by the


Consignee:______________________________

7) Name and designation of Authorized Representative of Consignee


:___________________

8) Signature of Authorized Representative of Consignee with


date:______________________

9) Counter Signed by Director/MS/Dean of the concerned


Hospital/Institute:_______________

10)Seal of the Consignee:_________________

Page 143 of 154


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

This page is intentionally left blank

Page 144 of 154


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

Annexure XXIII

Performa of Final Acceptance Certificate by the Consignee/Hospital

No_______________ Date_______________
To
M/s _______________________

_______________________

_______________________

Subject: Certificate of commissioning of equipment/plant.


This is to certify that the equipment(s)/plant(s) as detailed below has/have been
received in good conditions along with all the standard and special accessories and a
set of spares (subject to remarks in Para no.02) in accordance with the
tender/LoA/Purchase order/technical specifications. The same has been installed and
commissioned.
(a) LoA/PONo______________________________________ dated_______________
(b) Description of the equipment(s)/plants: __________________________________
(c) Equipment(s)/ plant(s) nos.:_____________________________________________
(d) Quantity: ____________________________________________________________
(e)
(h) Date of Installation/ commissioning
and Quality checktest date:____________________________________

Details of accessories/spares not yet supplied.

Sl. Amount to be
Description of Item Quantity
No. recovered

The proving test has been done to our entire satisfaction and operators have been
trained to operate the equipment(s)/plant(s).

The supplier has fulfilled its contractual obligations satisfactorily or

The supplier has failed to fulfil its contractual obligations with regard to the following:

a) He has not supplied/provided the documents/ drawings pursuant to ‘Technical


Specifications’/tender.
b) He has not commissioned the equipment(s)/plant(s) in time, i.e. within the period
specified in the contract and there is delay of ….days

Page 145 of 154


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

c) The supplier has not done training of personnelas specified in the contract.

(Signature)
(Name)
(Designation with stamp)

(Counter Signed by Director/MS/Dean of the


concerned Hospital/Institute)

## Explanatory notes for filling up the certificate:


i) In the event of documents/drawings having not been supplied or installation
and commissioning of the equipment(s)/plant(s) having been delayed on
account of the supplier, the extent of delay should always be mentioned in clear
terms.

Page 146 of 154


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

Annexure XXIV
FORMAT FOR LOCAL CONTENT DECLARATION

Tender Reference No: Date:

I __________________________, S/o, D/o, W/o _____________________,

Resident of _________________________________do hereby solemnly affirms and


declares as under:-

The local content is _____% (for the Equipment part) ________________________


(quoted item of M/s _____________________.

That I on behalf of M/s ___________________will agree to abide by the terms and


conditions of the Ministry of Chemicals & Fertilizers, DOP, Government of India issued
vide notification no. 31026/4/2018- policy dated 01.01.2019 and DPIIT order no. P-
45021/2/2017-PP (BE-II) dt. 16.09.2020 and I hereby undertake that calculations for local
content have been done in accordance with the referred order.

That the information furnished hereinafter is correct to best of my knowledge and belief and
I on behalf of M/s ___________________undertake to produce relevant records (whenever
demanded) before the procuring entity or any authority so nominated by the Department of
Pharmaceuticals/any other relevant Ministry, Government of India for the purpose of
assessing the local content.

(Name of Firm/ Entity)

Authorized Signatory/ Statutory Auditor/ Chartered Accountant


(with Company Seal/Stamp)

Page 147 of 154


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

This page is intentionally left blank

Page 148 of 154


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

ANNEXURE XXV

INSTALLATION CERTIFICATE
(to be filled jointly by the vendor/supplier, head of user institution
individually for every PSA Plant)

Hospital Name:

Equipment Details of the PSA Plant

Purchase
Name of all the Order No:
elements/items/eqpt of PSA Plant:
Purchase
Make / Manufacturer of all
Order Date:
elements /eqpts
Purchase
Model no of all the elemenst/eqpts Amount
Tender
Serial no. of all the elements/eqpts
ref.No.
Location / Department

Installation Start Date Completed Date.


Comprehensive Warranty Start Date Comprehensive
Warranty End Date:
Preventive Maintenance including calibration Schedule ( Specify
Year & Month )
YEAR Visit 1 Visit 2 Visit 3 Visit 4

Contact Details
Name of the Supplier

Name of Service Engineer Mobile No.


Service Centre Manager’s
name Mobile No.

Service center address

Page 149 of 154


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

Manuals/ documents
/Accessories/Components supplied
Sl.
No. Item Qty. Serial No. Remarks

To be filled by Institution
Whetherthesticker/label(asper spec.)affixedonallthekeycomponents YES / NO
oftheequipmentoronaconspicuousplaceintheinstalledroom/storagearea?
(tick one)
Whetherajoint team of Hospital staff and vendor/supplier has collected the sample of oxygen output and got it
YES / NO
tested from 3 rd party NABL accredited Lab. Copy of Lab Report with sign of Hospital authority to be
enclosed YES / NO
The Pressure of the output, concentration of the oxygen, alarms and automatic change over Yes/No
in case of failure need to be demonstrated by the supplier and certified by the User Hospital
at the time of taking H/o
Digital Photograph of training and commissioning to be submitted
Yes/No

Whether the Demonstration of the equipment with accessories on the technical


YES / NO
specification/keyfeatureswasconductedtothesatisfactionatthetimeofinstallation?
Whether training was conducted to the satisfaction at the time of installation? YES / NO

Short supply items, if any


Remarks of hospital authorities

Page 150 of 154


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

Theequipmentisworkingsatisfactorily&
Recommend to release the second(60%)payment YES  confirmstotechnicalspecification

NO  YES  NO 
Theequipmentwasinstalledandhandedoveron
(Installation date to be filled in by the Head of the institution or by the end user)

Name of Service Engr. Sign.


Name of End User &
Department Sign.

Signatureofthe Superintendent/
Principal Sign. & Seal

Date: Date:

Seal of supplier: Hospital Seal :

Page 151 of 154


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

This page is intentionally left blank

Page 152 of 154


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

ANNEXURE XXVI
SITE READINESS CERTIFICATE
(to be filled by the consignee and approved by the head of
user institution individually for every PSA Plant)

Hospital Name:

Number of Units of PSA Plant to


be installed:

Capacity of PSA Plant (s) to be


installed:

Is the site ready w.r.t. Civil and YES/NO


Masonry Work as per
requirement:
Details of Dimensions of the
space (in meters):LxWxH

Shape of the space/room for


installation of the plant:
Pl attach a rough layout showing
dimensions and to be signed by
Hospital/Institution Head
Is the room/space has PCC
flooring with even surface and
area around plant room have
proper drainage facility with
no slopes for rain water to get
collected inside the plant room
and proper cross ventilation.

Is the room for Oxygen


generator is at a safe distance
from Diesel Generators
(minimum distance 5 M) or
any other system which
releases smoke or fire.
Pl indicate the distance of
proposed PSA room from
these facilities
Pl confirm Availability of single
phase or 3 phase (as per
Page 153 of 154
CMSS Tender No: CMSS/PROC/ 2020-21/ PSA PLANT/018

requirement) uninterrupted
electrical power supply of
indicated load nearest to the civil
structure(PSA room) with
assured available Back up
Confirmation of availability of
Oxygen pipeline works including
manifold (including
fabrication/welding/jointing if
required) beyond vendor’s scope
as detailed in the tender
document

Name of End User &


Department Sign.

Signature of the
Superintendent/ Principal Sign. & Seal

The proforma has to be filled by the concerned department incharge of the hospital and
approved by the head of the hospital/institution.

The above proforma along with rough layout of the site and a digital photograph of the site has
to be submitted to the vendor and CMSS for confirmation of site readiness.

Hospital is also requested to communicate with the vendor (through Video Calls too if required)
regarding the site readiness as per the equipment installation requirement (Civil and Infra
works required to commence the installation).

Page 154 of 154

You might also like