odishastate medical corporation ltd. phone no. : (0674 ... for setting up of bsl2+ la… · (a...
TRANSCRIPT
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 1
Notification No. 9396 Dated 18/07/2020
SHORT TENDER CALL NOTICE
Sealed tenders in prescribed format are invited by the Odisha State Medical Corporation Ltd
(OSMCL) from intended bidders for “Supply & Installation of BSL2+ Laboratory facility” at
SCBMCH-Cuttack, MKCGMCH-Berhampur, VIMSAR-Burla, IDH-Puri, DHH Angul, DHH Keonjhar
& DHH Jharsuguda as detailed in the enclosure “Annexure-A” which can be downloaded from
the “Tenders” section of OSMCL’s official website, i.e. http://osmcl.nic.in free of cost.
The technical bid and financial bid must be enclosed in two separate sealed envelopes titled
“Technical bid for Supply & Installation of BSL2+ Laboratory facility” and “Financial bid for
Supply & Installation of BSL2+ Laboratory facility” (Format-B). These two envelopes must then
be placed in the third sealed envelope titled “Setting up of BSL2+ Laboratory facility” which
must be addressed to “MANAGING DIRECTOR, Odisha State Medical Corporation
Ltd.(OSMCL), Convent Square, Bhubaneswar – 751 007, ODISHA”. The sealed bids should
reach to the above mentioned address by Speed post/Registered post/Courier only on or
before 24th July, 2020 upto 05:00 PM.
No bid will be entertained after expiry of the prescribed date and time. The bids will be opened
on 25th July, 2020 at 11:00 AM in the Tender Hall of OSMCL, Bhubaneswar.
Note:
All further notifications, corrigendum or addendums (if any) related to this tender shall be
floated in OSMCL website. Bidders are advised to follow the websites timely during tender
process.
Sd/-
GM, Operation (Equipment) OSMCL, Bhubaneswar
Copy to all Notice Boards.
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 2
ANNEXURE-A
I. TECHNICAL SPECIFICATION:
Technical Specification
1. Supply AHU
Capacity: 4500 CFM
Double skin AHU complete with mixing box, Cooling coil, fan , volume control dampers
for Supply, fresh air, fresh air filter.
Static Pressure (mm wg) - 100
Construction – 28 mm Puf Moulded Double Skin Detachable Panels
Structural - Extruded Spl Alloy Al Profiles filled with PUF
Panel - External Skin - 0.6 mm Pre plasticised Sheet
Panel - Internal Skin - 0.6 mm Plain GI Sheet
Insulation Material/thickness – 25 mm Thick Puf with 45kg/m3 density
Fan Make & Type – Nicotra / Kruger make DIDW Backward Curve Centrifugal Fan
Fan Wheel size & No. of Fans - RDH 315R #1
Fan Speed in RPM – 2381, Critical Fan Speed in RPM– 3100
Fan Outlet Velocity in mps - 8.68
Motor Drive Arrangement - Taper Lock Pulleys for Fan Motor Both
Type of Balancing/Test Procedure – Statically & Dynamically/AMCA Tested
Type of Vibration Isolators - Rubberized Mounts
Filters Provision - Pre Filters & HEPA filters
Coil Type - Cooling Coil
Coil Surface Area - Sq. ft - 6.11
No. of. Coil Rows- 6
Face Velocity Across the coil - 491
Coil Specification - ½” OD 27SWG Copper & 36 SWG AI Fin at FPI
Canvass - SRF make Flexible Fire Retardant Canvass
Hardware - Galvanized, Operation Wt (Kgs) - Aprox –240
2. Exhaust AHU
Capacity: 5500 CFM
Double skin AHU complete with mixing box, volume control dampers for return, fresh air
Static Pressure (mm wg) - 100
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 3
Construction – 28 mm Puf Moulded Double Skin Detachable Panels
Structural - Extruded Spl Alloy Al Profiles filled with PUF
Panel - External Skin - 0.6 mm Pre plasticised Sheet
Panel - Internal Skin - 0.6 mm Plain GI Sheet
Insulation Material/thickness - 25mm Thick Puf with 45kg/m3 density
Fan Make & Type - Nicotra/Kruger make DIDW Backward Curve Centrifugal Fan
Fan Wheel size & No. of Fans - RDH 315R #1
Fan Speed in RPM - 2381
Critical Fan Speed in RPM – 3100
Fan Outlet Velocity in mps - 8.68
Motor Drive Arrangement - Taper Lock Pulleys for Fan & Motor Both
Type of Balancing/Test Procedure - Statically & Dynamically/AMCA Tested
Type of Vibration Isolators - Rubberized Mounts
Filters Provision - Pre Filters, HEPA filters Hardware etc
3. AHU Control Panel
4. Ducting: Ventilation ducting will be made out of minimum 24 gauge GI sheet, exhaust
duct from the lab to the AHU will be 24 Gauge GI Duct. All the ventilation ducting including
return air riser will be leak proof. Insulation material with Nit Rile foam/cross linked
Polyethylene material (Aluminium Foil insulation)
5. Condensing unit: Supply and Installation of Condensing unit with 11 Tr capacity
Including Gas, Copper tubing, Drier & expansions valves etc
6. Dampers: Galvanised steel Volume controlled damper, Opposed / parallel Blade
Dampers are used to carry out a rough air system balance with closer control being carried
out at the individual grilles or diffusers.
7. Supply & Return air grills - MOC: CRCA powder Coated, 1.2 mm thick with perforation
8. Ceiling Panel: Modular ceiling: Modular ceiling will be made for Clean Room application,
pre-engineered 50 mm thick PUF panels with PCGI Sheets with PUF insulation of minimum
38-40 kg/m3. Both surfaces should be power coated 0.6 mm thick PCGI sheet and will be
installed along the outer walls, partitions and false ceiling to create an impervious shell
which is fully sealed.
9. Modular wall: Modular wall will be made for Clean Room application, pre-engineered
50 mm thick PUF panels with PCGI Sheets with PUF insulation of minimum 38-40 kg/m3.
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 4
Both surfaces should be power coated 0.8 mm thick PCGI sheet and will be installed along
the outer walls, partitions and false ceiling to create an impervious shell which is fully
sealed.
10. Covings: Extruded aluminium anodized R75 clip-on type (Male & Female connectors)
covings for entire wall to floor, wall to wall & wall to ceiling joints. Extruded aluminium
double cove integrated with top track of the partition panels. Corner internal & external
cove joining pieces in aluminium anodized finish. Having similar construction and finish as
the walls and properly sealed with silicon sealant with wall & ceiling
11. Modular Clean room Door: Flush Door finishes shall be 50 mm thick 1.2mm thick PCGI
sheet suitable to fix on 50 mm thick wall panel with provisions for double glazing glass for
all door and hardware like push plate.PUF Panels will be with PCGI Sheets, powder coated
on both sides and PUF insulation of minimum 38-40 kg/m3. Concealed hardware for fixing
of door frames, door closure, SS hinges, SS Door handle, SS ball bearing butt hinges,
automatic drop seal, concealed tower bolt for the double door, both sides lock and key
arrangement etc Size: (Single door) 1000 x 2100 mm
12. Emergency Door: Flush Door finishes shall be 50 mm thick 1.2 mm thick, PUF
insulation of minimum 38-40 kg/m3. Precoated sheet thickness 0.8 mm thick
Size: (Single door) 1200 x 2100 mm
13. Differential Pressure Gauge: Supply, Installation of Magnahelic Pressure gauges 0 – 10
mm for monitoring differential room pressures
14. LED Panel Lights: The laboratory should be illuminated to optimal level (300 lux) for
safe working. Glare should be minimized.
15. Epoxy Flooring: Flooring shall be of 3 mm of industrial epoxy including screed
compound for adhesion with bubble free perfect smooth finishing completed into two
steps: Hardening and smoothening. Epoxy used for this application will be self-levelling
and clean room compatible.
16. Epoxy coving
17. Door interlocking system: Password/Card access (swipe cards) based door lacking
system should be provisioned.
18. Static Pass box: MOC : SS 304 Size: 2’ x 2’ x 2’ , Door, Interlocking system, UV light,
Fluorescent Lamp etc
19. Electricals: All the required panels, cabling, switchgears, surge and spike protection
system and arrangements etc. for the purpose of energizing the BSL Laboratory facility. All
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 5
the electrical fittings and fixtures in the laboratories areas shall be suitable for clean room
application and shall be sealed (all conduits, outlets shall be sealed with silicon sealant),
leak proof and capable to withstand chemical exposures during fumigation.
20. Drain: All liquid drain coming out from the laboratory will be connected to a single
drain with back flow prevention
21. Water Supply: Water supply to the BSL Laboratory shall be provided through the
existing Water distribution network in campus. All the necessary and required
arrangements for tapping and extension of existing water line from the adjacent building
22. Miscellaneous works - including minor changes in civil, repairing of walls etc
23. UV Lamp
II. CONSIGNEE DETAIL
Sl. Consignee Details Details of Items Tentative Quantity
1 SCBMCH-Cuttack
Setting up of BSL2+ Laboratory facility
7 Nos.
2 MKCGMCH-Berhampur
3 VIMSAR-Burla
4 IDH-Puri
5 DHH Angul
6 DHH Keonjhar
7 DHH Jharsuguda
Purchase orders shall be issued separately for each of the consignee locations
on the basis of layout & estimates approved from each of the consignee locations.
III. Earnest Money Deposit (EMD): Rs. 3 Lakhs (Rupees Three Lakhs Only)
1. Should be furnished in terms of Demand Draft/NEFT/RTGS/Banker’s Cheque/ Bank
Guarranty.
2. Demand Draft/Banker’s Cheque should be drawn in favour of “Odisha State Medical
Corporation Limited” payable at Bhubaneswar. The bank details for NEFT/RTGS is as
follows,
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 6
1. Name of the Account Holder- Odisha State Medical Corporation Limited
2. Account Number- 380801010035511
3. IFSC Code- UBIN0538086
4. Name of the Bank- Union Bank of India
5. Branch Details- Bhubaneswar, Main Branch
3. In case of BG(s), it should be valid till dt.30/01/2021.
4. Those bidders who have remitted the EMD by NEFT/RTGS, they are requested to
provide UTR number and date of transfer for validation of the transaction by OSMCL.
5. The EMD of unsuccessful bidders shall be returned subsequent to issue of purchase
order to successful bidder (s).
IV. Performance Security:
1. The successful bidder shall have to submit performance security @10% of the purchase
order price which shall be valid up to 90 days after the date of completion of the
contractual obligations including warranty period.
V. TERMS AND CONDITIONS:
1. The envelope titled “Technical bid for Supply & Installation of BSL2+ Laboratory facility”
must contain all the following documents;
a) General information about the bidder in bidder’s letter head as per Format A,
b) Manufacturer should have past experience of setting up of atleast 2 Nos. of BSL2+
Laboratory facility at any Govt. organization / Corporate Hospitals / PSU Hospitals in
India and purchase order copies in support of that shall have to be furnished as per
Format-B.
c) The bidder should submit proof of average annual turnover of Rs. 1 Crores or more
in the last three (3) financial years certified by the Chartered Accountant as per Format-
C.
d) EMD as mentioned above
e) Copy of GST Registration Certificate of the firm and PAN card,
f) Copy of this tender call notice along with its Annexure-A which mentions the
technical specification, consignee details and terms & conditions duly signed with
seal of the firm, in token of acceptance of terms and conditions
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 7
2. The envelope titled “Financial bid for Supply & Installation of BSL2+ Laboratory facility”
must contain all the following documents;
a) Price bid in bidder’s letter head containing price details as per Format D (Should be
submitted in separate sealed envelop along with the bid.)
3. The Technical Evaluation Committee shall evaluate the technical proposal of the
intending bidders.
4. The opening of the price bid shall be done only for those bids which are qualified
technically.
5. The period of supply, installation & commissioning of the BSL2+ Laboratory facility is 15
days from the date of issue of purchase order for each of the consignee locations.
Purchase orders shall be issued separately for each of the consignee locations on the
basis of layout & estimates approved from each of the consignee locations.
6. The order quantity shall be splitted amongst multiple technically qualified bidders as
found appropriate by OSMCL by matching the L1 rate.
7. The bidders are requested to submit the price bid as per the Format-D (BOQ) only for
setting up of 1 no. of BSL2+ Laboratory facility. L1 price shall be arrived based on the
Grand Total Price (including the unit prices of all the 23 components) as per the
prescribed Format-D (BOQ).
8. The payment for setting up of each BSL2+ Laboratory will be made based on the actual
consumption of each of the 23 components as per the prescribed Format-D (BOQ) after
measurement/inspection of the same and due cerification from respective end users.
EXAMPLE
(i) If the quoted price for ceiling panel is Rs A/- per Sq. Ft. and actual ceiling panel work
executed by the bidder at respective consignee is 100 Sq. Ft., then the payment to be
made to the bidder shall be Rs (A x 100)
(ii) If the quoted price for Dampers is Rs B/- per unit and actual nos. of dampers installed
by the bidder at respective consignee is 15 nos., then the payment to be made to the
bidder shall be Rs (B x 15)
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 8
9. The prices quoted shall be inclusive of 5 (five) years Comprehensive onsite warranty,
customs duty, packing, insurance, transportation (door delivery), installation,
commissioning, labor charges and all other incidental charges EXCEPT for GST. GST shall
be applicable as per the prevailing rate.
10. The prices quoted shall be valid for a period of 1 year from the date of approval.
11. No advance payment shall be made to the supplier. 90% payment against each PO
(which shall be issued separately for each of the consignee locations on the basis of layout &
estimates approved from each of the consignee locations) shall be paid to the supplier after
successful delivery, installation and commissioning of BSL2+ laboratory facility at
respective consignee locations. Balance 10% shall be paid after 60 days of satisfactory
performance period.
12. The bidder shall submit product brochure, technical data sheet and product &
manufacturer quality standard certificates within the sealed quotation.
13. Incomplete or conditional tenders will not be entertained.
14. OSMCL reserves the right to reject or modify any conditions of the tender or cancel the
tender at any stage without assigning any reason thereof.
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 9
Format - A
(To be submitted with the Technical bid)
GENERAL INFORMATION ABOUT THE BIDDER
1
Name of the Bidder
Registered address of the
firm
State District
Telephone No. Fax
Email Website
Contact Person Details
2 Name Designation
Telephone No. Mobile No.
Type of the Firm (Please tick in relevant box)
3 Private Ltd. Public Ltd. Proprietorship
Partnership Society Others, specify
4
GST Registration
Pl. mention the GST / TIN Number:_______________________
(Furnish the copies of the GST registration certificate)
5 PAN Number:_______________________ (Furnish the copy of the PAN card)
6 Bank Details of the Bidder: The bidders have to furnish the Bank Details as mentioned
below for Payment purpose.
a. NameoftheBank : b. Fulladdressofthe :
Branchconcerned c. Accountno.ofthe :
bidder
d. Name (as mentioned in the bank account) :
e. IFSCodeofthe :
Bank
Date:
Office Seal
Signature of the bidder /
Authorised signatory
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 10
Format – B
(To be submitted with the Technical bid)
PAST PERFORMANCE STATEMENT
(Pl. Furnish order copies of the clients serially where BSL2+ Labs were installed, the names of
which are to be mentioned below)
Sl.
No.
Order placed by (Address of
purchaser)
Order no. &
Date
Nos. of BSL2+
Laboratory Facility
installed
Value of
Contract
(Rs.)
1.
2.
3.
..
(Attach separate sheets if the space provided is not sufficient)
Signature and seal of the Bidder
The documentary proof shall be copies of the past purchase order indicating
P.O.No.and date.
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 11
Format – C
(To be submitted with the Technical bid)
ANNUAL TURN OVER STATEMENT
The Annual Turnover for the last three financial years of M/S___________
__________________________________ are given below and certified that the statement is true
and correct.
Sl.
No.
Financial Year Turnover in (Rs.)
both in words and figures
1. 2016 - 17
2. 2017-18
3. 2018-19
Average
Date:
Signature of Auditor/
Place: Chartered Accountant
(Name in Capital)
Seal
Membership No.
N.B: This turnover statement should also be supported by copies of audited annual
statements of the last three years/ Annual Reports and the turnover figure should be
highlighted there.
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 12
Format – D
PRICE BOQ FORMAT FOR 1 NO. OF BSL2+ LABORATORY
(In Bidder’s letter head and enclose in separate sealed envelop)
Sl.
No. Component
Quantity
Unit Price
(excluding
GST (Rs)
1 Supply AHU 1 No.
2 Exhaust AHU 1 No.
3 AHU Control Panel 1 No.
4 Ducting: Per Sq. mtr.
5 Condensing unit: 1 No.
6 Dampers: 1 No.
7 Supply & Return air terminal
modules with air adjustable 1 No.
8 Ceiling Panel: Per Sq.ft
9 Modular wall: Per Sq.ft
10 Covings: Per Rmt
11 Modular Clean room Door:
Size: (Single door) 1000 x 2100 mm
1 No.
12 Emergency Door:
Size: (Single door) 1200 x 2100 mm
1 No.
13 Differential Pressure Gauge:
Magnahelic Pressure Gauges
1 No.
14 LED Panel Lights 1 No.
15 Epoxy Flooring: Per Sq.ft
16 Epoxy coving Per Rft
17 3 door interlocking system 1 No.
18 Static Pass box:
1 No.
19 Electricals: Lot
20 Drain: Lot
21 Water Supply Lot
22
Miscellaneous works – Installation
cost including minor changes in civil,
repairing of walls etc
Lot
23 UV Lamp 1 No.
Grand Total Price
GST shall be applicable extra as per the prevailing rate.
Grand Total Price in Words (Rupees......................................................Only)
Phone No. : (0674) 2380608, Website:www.osmcl.nic.in,
E-mail: [email protected]
ODISHA STATE MEDICAL CORPORATION LTD. (A Govt. of Odisha Undertaking)
(ASSURING QUALITY, SAVING LIVES)
PAGE | 13
N.B:
1. The bidders are requested to submit the price bid as per the Format-D (BOQ) only for
setting up of 1 no. of BSL2+ Laboratory facility. L1 price shall be arrived based on the Grand
Total Price (including the unit prices of all the 23 components) as per the prescribed
Format-D (BOQ).
2. The payment for setting up of each BSL2+ Laboratory will be made based on the actual
consumption of each of the 23 components as per the prescribed Format-D (BOQ) after
measurement/inspection of the same and due cerification from respective end users.
EXAMPLE
(i) If the quoted price for ceiling panel is Rs A/- per Sq. Ft. and actual ceiling panel work
executed by the bidder at respective consignee is 100 Sq. Ft., then the payment to be
made to the bidder shall be Rs (A x 100)
(ii) If the quoted price for Dampers is Rs B/- per unit and actual nos. of dampers installed
by the bidder at respective consignee is 15 nos., then the payment to be made to the
bidder shall be Rs (B x 15)
3. Purchase orders shall be issued separately for each of the consignee locations on the basis
of layout & estimates approved from each of the consignee locations.