Tender Enquiry No. F.No.24/07/2013-RIS (Admin) Cost- Rs.1000

VAT- Rs.135 TENDER NOTICE Total Cost-1135 For Hospital Furniture AIIMS, , Virbhadra Marg, Rishikesh,

Date: 21th June, 2013

On behalf of the Director, All Institute of Medical Sciences, Rishikesh tenders in sealed cover are invited under two-bid system from manufacture and their authorised dealers/ distributors for providing Hospital Furniture for AIIMS Rishikesh.

The interested manufacture and their authorised dealers/ distributors are required to submit the technical and financial bid separately. The bids in Sealed Cover-I containing “Technical Bid” and Sealed Cover-II containing “Financial Bid” should be placed in a third sealed cover super scribed “Tender For Hospital Furniture” and should reach at the office of “The Administrative Officer, AIIMS, Virbhadra, Marg Rishikesh (Dehradun) - 249201, before 1500 hrs on or before 15/7/ 2013.The bid received after due date and time will not be entertained whatsoever may be the reason. The technical bids shall be opened on the same day at 1700 hrs at AIIMS, Rishikesh. In the event of any of the above mentioned date being declared as a holiday / closed day, the tenders will be opened on the next working day at the appointed time. The financial bid of technically qualified agencies will be open on next working day at 3.30 pm. The tender document containing technical bid form, financial bid form, technical description/specification & item and terms & conditions can be purchased from AIIMS, Rishikesh from 22/6/13 to 15/7/13 between 1000 and 1400 hrs on non-refundable payment of Rs.1135.00 only or can be downloaded from website www.aiimsrishikesh.edu.in. Those who download the tender document from website should enclose DD for Rs.1135.00 (non- refundable) in favour of “AIIMS, Rishikesh”, payable at Rishikesh, not later the date of 15/7/13 along with their technical bid in the Cover-I “Technical Bid”. The bid security (EMD) for Hospital Furniture of Rs.75,000 (Seventy five Thousand Only) each item as given in table-1 below should be paid by Demand Draft in favour of “AIIMS, Rishikesh” payable at Rishikesh and will be placed in cover-1 with technical bid. The Tender Documents are not transferable. Any future clarification and/or corrigendum(s) shall be communicated through Administrative Officer on the AIIMS, Rishikesh website: www.aiimsrishikesh.edu.in.

Rakesh Kumar Administrative Officer AIIMS, Rishikesh

Table 1: Details about the title of items and quantity

Tender Inquiry Name of the items required for purchase Quantity required no.

1. ICU Bed 10

2. Fowler Bed 150

3. Bed Side Locker 100

4. Cardiac Table 100

5. Saline Stand with Castor Base 50

6. Three Fold Screen 40

7. Infants Crib with stand 5

8 Transport and Resuscitation 30

9. Fixed Wheel Chair 20

10 Medicine/ Instrument Trolley 50

11. Dressing Trolley 20

12. Gynaecological Table 8

13. Examination Couch 20

14. Stretcher trolley 20

15. Double step stool 20

16. Oxygen Cylinder trolley 50

17. Stool 50

18. Paediatric Bed 20

19. Solid Linen Trolley (SS) 10

Total EMD:- Rs.75,000 (Seventy five Thousand Only)

Tender Enquiry No. F.No.24/07/2013-RIS (Admin)

TENDER DOCUMENT “For Hospital Furniture” AIIMS, Rishikesh

TECHNICAL BID (In separate sealed Cover-I super scribed as “Technical Bid”) 1. Name & Address of the manufacture and their authorised dealers/ distributors/Agency with phone number, email, name and telephone/mobile 2. Specify your firm/company is a manufactures/ authorised dealer/ distributor/ Agency 3. Name, Address & designation of the authorized person (Sole proprietor/partner /Director) 4. Have you previously supplied these items to any government/ private organization? If yes, attach the relevant poof. (Also provide an affidavit that you have not quoted the price higher then previously supplied any government institute) 5. Please attach copy of last Return of Income Tax

6. Please attach balance sheet [duly certified by Chartered Accountant for last three (3) years] 7. PAN No. (Please attach copy)

8. Service Tax Registration No. (Please attach copy) 9. Acceptance of terms & conditions attached (Yes/No). Please sign each page of terms and conditions as token of acceptance and submit as part of tender document. 10. Power of Attorney/authorization for signing the bid documents

11. Please submit an undertaking that no case is pending with the police against the Proprietor/firm/partner or the Company (Agency). Indicate any convictions in the past against the Company/firm/partner. Also submit that proprietor/firm has never been black listed by any organization. 12. Details of the DD/Pay Order of bid security Detail of cost of Tender for Rs. (EMD) 1135/- (if downloaded from DD No. website) Date: DD No. Payable at- Date: Payable at-

Sign of bidder

Declaration by the Tenderer:

This is to certify that I/We before signing this tender have read and fully understood all the terms and conditions contained herein and undertake myself/ourselves to abide by them.

Encls: 1. DD/Pay Order No. 2. Terms & Conditions (each page must be signed and sealed) 3. Financial Bid

(Signature of Tenderer with seal)

Name:

Address :

Place:……………………………… Date:…………………………………

Tender Sl.No: Sign of issuing Authority

Tender Enquiry No. F.No.24/07/2013-RIS (Admin)

TENDER DOCUMENT “For Hospital Furniture” AIIMS, Rishikesh FINANCIAL BID (In separate sealed Cover-I super scribed as “Financial Bid”) To, Administrative Officer AIIMS Rishikesh Rishikesh (Dehradun)

Dear Sir,

Our quote for supplying the “For Hospital Furniture”at AIIMS, Rishikesh will be as follows:-

Tender Inquiry Name of the items required for purchase Quantity required no.

1. ICU Bed 10

2. Fowler Bed 150

3. Bed Side Locker 100

4. Cardiac Table 100

5. Saline Stand with Castor Base 50

6. Three Fold Screen 40

7. Infants Crib with stand 5

8 Transport and Resuscitation 30

9. Fixed Wheel Chair 20

10 Medicine/ Instrument Trolley 50

11. Dressing Trolley 20

12. Gynaecological Table 8

13. Examination Couch 20

14. Stretcher trolley 20

15. Double step stool 20

16. Oxygen Cylinder trolley 50

17. Stool 50

18. Paediatric Bed 20

19. Solid Linen Trolley (SS) 10

The above quote should include all applicable taxes.

Declaration by the Bidder:

1. This is to certify that I/We before signing this tender have read and fully understood all the terms and conditions contained in Tender document regarding terms & condition of the contract, rules regarding daily functioning of the mess with penal clauses. I/we agree to abide them.

2. No other charges would be payable by Client and there would be no increase in rates during the Contract period.

(Signature of Bidder with seal) Place:………………………………… Name: Date:………………………………… Seal:

Address

Tender Sl.No:

Sign of issuing Authority

Tender Enquiry No. F.No.24/07/2013-RIS (Admin)

“For Hospital Furniture”, AIIMS, Rishikesh TERMS & CONDITIONS OF THE TENDER (Annexure to Agreement) The important Terms and Conditions are listed below for convenience. 1. Rates quoted should be inclusive of packing, forwarding, postage and transportation charges etc. 2. The rates quoted in foreign currency will not be entertained in this tender enquiry & such tenders will be ignored straightway. 3. Sale tax will be paid, if applicable, provided it is made clear in the tender that Sales Tax, will be charged extra otherwise it will be presumed that the same is included in the rates quoted similarly, mention should be made in respect of any other Tax/Duty of payment etc. which maybe intended by the tenderer to be charged extra over and above the rates quoted. Actual Payment receipt for such charges shall have to be produced. Only such charges which have been specified in tender will be entertained no other charge or claim shall be entertained at a later stage. 4. Rates should be mentioned both in figures and in words. The offer should be typed or written in Ink Pen or Ball Pen. Offers in pencil will be ignored. Telegraphic/ Telex/ Fax offers will not be considered and ignored straightway. The supplier shall certify that the rates being quoted are not higher than those quoted to any government department or Institution or DGS & D and that if during the years 2012-13 at any time the supplier has quoted rates lower than those quoted against this tender, the Institute (the purchaser) would be given the benefit of lower rates by the Supplier. 5. The competent authority reserves all rights to reject the goods if the same are not found in accordance with the required description / specifications. 6. Tender will be regarded as constituting an offer open to acceptance in whole or in part at the discretion of the competent authority of the institute for a period of 180 days (6 months) valid from the date of opening of the tender by the committee. 7. In case the goods are sent by rail to railway station, Rishikesh then in that case the railway receipt will be forwarded by the tendered direct to this institute along with the bill in quadruplicate clearly marked (original, duplicate, triplicate and quadruplicate) by registered post in a cover addressed to the Administrative Officer, AIIMS, Rishikesh immediately after the dispatch of goods against the order placed by the Administrative Officer of the institute on the behalf of Director of the Institute. If any demurrage charge be incurred due to the delay on the part of tender in forwarding the railway receipt etc. the amount of such charges will be deducted from the bill of the contractor. The delivery from the railway station, Rishikesh shall be arranged through the hired truck and for each such trip deduction shall be made from the bill of the suppliers as per the charges paid to transporters. The payment of the bill will be arranged within a month of the receipt of the goods in accordance with the required description/ specification. 8. The time for a date of delivery/ dispatch stipulated in supply order shall be deemed to be essence of the contract and should the supplier fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch in the supply order, liquidated damages may be deducted from the bill @ 0.5% per week subject to maximum of 10% of the value of the delayed goods or services under the contract. The competent authority of the institute may also cancel the supply. In such a case, bid security of the supplier shall stand forfeited. 9. The supply order may be cancelled and bid security deposit be forfeited in the following cases also: a. In case the tendered on whom the supply order placed fails to made supplies within the delivery schedule and purchaser has to resort to risk purchase. The purchaser (AIIMS, Rishikesh) may also recover from the tender or the difference between the cost calculated on the basis of risk purchase price and that calculated on the basis of rates quoted by tenderer. b. In case the goods are not supplied by tenderer on whom the supply order was placed and contract has to be cancelled. The purchaser (AIIMS, Rishikesh) may also recover from the defaulting tenderer the difference of price quoted by the tenderer and price quoted by next tenderer on whom supply order has to be placed. c. In case the quality of goods supplied are not in conformity with the standard given in tender and as per the samples supplied. These goods shall also be taken back by the supplier and should be duly replaced with the tender quality goods. 10. If the price of the contracted articles is/ are controlled by the Govt. the payment will in no case be made at higher rate than the controlled rate. 11. The description and quantity of the item needed is mentioned in Annexure-I but it is approximate detail and is subject to increase/decrease at the discretion of the competent authority of AIIMS, Rishikesh. 12. Delivery of material must be made within stipulated period of the issue of the supply order. If fail to do so, the condition no-8 of terms & conditions will be applicable. 13. Where the specifications are as per tenderer’s range of product & tenderer’s offer should mention that the item meets all specifications as per the tender enquiry and if there are improvements/deviations the same should be brought out on separate Letter Head of the firm. It would be discretion of the competent authority of the institute to accept or reject such deviations which are not in accordance with our required specifications as per Annexure-I. 14. It must be mentioned clearly whether tenderer is manufacturer/sole distributors/sole agents for the items for which he is quoting. a. Manufacturer must add a certificate that item(s) is manufactured by them as per range of products. b. Sole Manufacturers must add a certificate that they are the sole manufacturer of the Item for which they are quoting in this tender enquiry & item is /are their proprietary Item in India. The rate certificate is also required from the sole manufactures that the Rates quoted are the same as they quote to other State/Centre Govt. and DGS & D for the similar item(s) and these are not higher than those quoted by them. c. Authorized agents must an authority letter from their Manufacturer/Principals on the letter had of the manufacturer/principals in preformed given in Annexure-II duly supported by an affidavit on Rs.5/- non-judicial Stamp paper duly attested by the Authority of Centre/State Govt. or Notary in the Court certifying that they are quoting Rates on behalf of them. The authorization letter must give/mention the purpose for which it will be allowed. The validity period of the authorization letter must be mentioned to the authority letter otherwise tender will be liable to rejection. 15. Please furnish the S.T. /C.S.T. registration number, the State / U.T. of registration and the date of such registration. Tenders not complying with this condition will be rejected. 16. Please furnish a certificate that no custom duty has been paid while importing the life saving goods and that no customs duty has been included in the quoted rates. 17. The renderers should submit along with the tender, a photostat copy of the latest current valid income tax clearance certificate (IT CC) otherwise tender may be ignored. 18. Each page of the tender form along with enclosed documents should be marked serial number by the tenderer. The tender will not be considered as valid tender unless and until each page of documents are properly signed & stamped. 19. Any omission in filling the columns of Financial Bid form (Schedule of Rates) shall al together debar a tender from being considered. Unit and Rates should be filed up carefully by the renderers. All Corrections in this schedule must be signed by the renderers. The corrections made by using fluid and overwriting will not be accepted and tender would be rejected. 20. This tender form is not transferable. 21. The detailed description, specifications and quantity of the goods required is given in Annexure-I. The quantity mentioned in Annexure-I will be subject to variation. 22. The competent authority of AIIMS, Rishikesh reserved all rights to accept or reject any/ all tender(s) without assigning any reasons and also to impose/relax any term and condition of the tender enquiry. 23. The tenderers should submit a certificate that rates charged by them are not higher than those charged from other State/Central Govt. departments/institutions in India. A clear certificate to this effect should accompany the tender. 24. In case asked tenderer must personally give the demonstration of the manikin/simulator to the competent authority of the institute and in that case all the expenses will be borne by the supplier. In case, the supplies are found defective at any stage, the tenderer will have to replace defective material with standard material. Any cost incurred by the institute to meet the eventuality of defective supplies shall also be recoverable from the tender. Institute may also take action under Clause 8 of the Tenders well. 25. Full description & specifications, make/brand and name of the manufacturing firm must be clearly mentioned in the tender failing which the tender will not be considered. The tenderer must also mention whether the goods are imported / indigenous. Descriptive literature /catalogues must be attached with the tender in original failing which tender may be ignored. 26. The tenders received without, sale tax number/ VAT number and other documents called for may render the tender invalid. 27. Tenders should be sealed with cello tape & sealing wax. Unsealed tenders will not be entertained and such tenders will be ignored straightway. 28. Tenders must be submitted on the prescribed Tender Form otherwise tender will be ignored straightway. 29. Tenders must accompany with a Demand Draft of Earnest Money as specified in tender document in the name of AIIMS, Rishikesh. Earnest Money must be valid for one year from any scheduled bank of India. a) The Public Sector Undertaking of the Central/State Govt. are exempted from furnishing Earnest Money along with tender. b) The firms Registered with DGS & D/SSI and any approved source of Centre/States Govt. are not exempted from furnishing Earnest Money in so far as this institute is concerned. c) Earnest Money deposited with AIIMS in connection with any other tender enquiry even if for same/similar material / Stores by the tenderer will not be considered against this tender. d) The Institute will return Earnest Money to the unsuccessful tenderer after the finalization of the tender enquiry. e) The Earnest Money of the successful tenderer would be returned to the tenderer. 30. Any failure or omission to carryout of the provisions of this supply by the supplier shall not give rise to any claim by supplier and purchaser one against the other, if such failure or omission arise from an act of God which shall include all acts of natural calamities from civil strikes compliance with any status and or requisitions of the Government lockout and Strikes, riots, embargoes or from any political or other reasons beyond the suppliers control including war (whether declared or not) civil war or state of incarceration provided that notice of the occurrence of any event by either party to the other shall be within two weeks from the date of occurrence of such an event which could be attributed to force majeure. 31. If at any time, any question, dispute or difference whatever shall arise between supplier and the institute (Purchaser) upon or in relation to or in connection with the agreement, either of the parties may give to the other notice in writing of the existence of such a question, dispute or difference and the same shall be referred to two arbitrators one to be nominated by the institute (Purchaser) and the other to be nominated by the supplier. Such a notice of the existence of any question dispute or difference in connection with the agreement shall be served by either party within 60 days of the beginning of such dispute failing which all Right sand claims under this Agreement shall be deemed to have been forfeited and absolutely barred. Before proceeding with the reference the arbitrators shall appoint/nominate an umpire. In the event of the arbitrators not agreeing in their award the Umpire Appointed by them shall enter upon the reference and his award shall be binding on the Parties. The venue of the arbitration shall be at Rishikesh, (, India). The arbitrators/Umpire shall give reasoned award.

a) The provision of the Indian Arbitration and conciliation Act 1996 in force and the rules framed there under and any statutory modifications there of shall be deemed to apply and be incorporated in this agreement. b) Upon every or any such reference, the cost of any incidentals to the reference and award respectively shall be at the discretion of the arbitrators or in the event of their Not agreeing, of the Umpire appointed by them who may determine the amount. Thereof or direct the same to be fixed as between solicitors and client or as between Parties and shall direct by whom and in what manner the same shall be borne and paid. c) The supplies to be made under this supply order (contract) shall, if reasonably possible continue during arbitration proceedings and no payments from or payable by the institute shall be withheld on account of such proceedings except to the extent which may be in dispute.The due date and time of receipt of tenders is 1500 hours on 15th July 2013. Any tender which is received late after 1500 hours on the due date shall not be considered. 32. The technical bid shall be opened on the same day at 1700 hrs. In the event of the date of receipt or opening of tender, being or being declared a holiday for the AIIMS, Rishikesh, the due Date of receipt / opening of the tender will be the following day at the same hour. The tenders shall be opened in the presence of attending tenderers or their authorized representative. 33. The Courts at Rishikesh/ Dehradun alone and no other Court will have the jurisdiction to try and matter, dispute or reference between the parties arising out of this tender/supply Order/contract. 34. A pre bid meeting is planned on 8th July 2013 at 3 PM, which may be attended by the bidder. 35. Sample Requirement- One sample should be provided along with tenders otherwise tender will not be considered.

I / We hereby accept the terms and Conditions given in the tender

------(Signature & Stamp of the bidder)

Note- Please sign each page of document including terms & conditions & tender.

ANNEXURE – A-I

TECHNICAL SPECIFICATIONS / DESCRIPTION AND STORES QUANTITY

I- SPECIFICATION OF ICU BEDS HIGHT ADJUSTABLE.

1. DIMENSION - LENGTH (Overall) = 2250mm +/- 5mm variation -WIDTH (Overall) = 1015mm +/- 5mm variation -HIGHT (Overall) =625 to 820mm adjustable (Including mattress)

2. CONSTRUCTION:

BASE: The base should be rigid and capable of taking the frame bed top, head end and foot end and shall be fitted with four castors at each corner. Size of the base frame rectangular should be 60mm X 30mm X 1.6mm thick.

3. BED TOP: Bed should be consists of four sections namely: Head section, fixed section, center section and leg section. It shall satisfy the following requirements. a. Head section should be capable of being raised to the angle of 80 degree from the horizontal. Top of the head section should be fitted with X-Ray permeable 6 to 8mm thick sheet and have S.S. X-ray cassettes holding tray adjustment by separate screw mechanism with thrust bearing and proper lubrication. b. One part should be fixed. c. The center section should be capable of being raised or lowered independently to an angler of 40 degree from horizontal adjustment by separate screw mechanism with thrust bearing and proper lubrication. d. The leg Section should be capable of being lowered or raised independently by ratchet system. e. Bed’s up & down motion with patient load should be light and must be fitted with high- tension spring support system. Adjustment by separate screw mechanism with thrust bearing & proper lubrication. f. The bed top shall be capable of capable of giving trendelenberg 12 degree and reverse Trendelenberg 9 degree position. Adjustment by separate screw mechanism with thrust bearing and proper lubrication. 4. Section made of CRCA sheet 1.25mm thick uniformly perforated full fowler position except head section. The outer tube dia of top: section of backrest and leg rest shall be 1.6mm X 25.4 mm dia.

5. Oxygen cylinder carrying facility under the base frame and urinal bottle holder should be provided.

6. MATTRESS: The mattress shall be ISI 1741-1960 extra hard, with grooves or PU form 32 density, 100 mm in four section covered with Rexine (Polynova / National) thickness of Rexine not less than 0.65 mm or above.

7. Stainless Steel Telescopic saline rod of 12 mm dia should be adjustable in stainless steel tubular socket and shall be locked with knob inside it with provision at four corners of bed. 8. Nuts & Bolts: All Fasteners like nut & bolts etc should be in electro galvanized condition of necessary protection against industrial atmosphere.

9. Side Railing: Both sides of the bed shall be provided with stainless steel detachable and collapsible full length made vary 25mm / 19mm dia X 1.25 mm thick Stainless steel tubes housed in M.S rectangular frame. The side rail shall be remained in the raised position. Railing shall be below the mattress level. Head and frame to be detachable to facilitate producers like endohaced incubation enthral installation etc.

10. Rectangular Base Frame: Outer frame 30X60mm X 1.6mm thick and horizontal transverse members 19mm X 38mmX1.6mm thick. Four separate screw mechanism shall be used to achieve back rest adjustment, knee rest adjustment, trendelberg position and height adjustment. Back rest horizontal and knee rest horizontal members of 50mmX25mmX1.6mm thick for chariot base frame of 60mm X 30mm X 1.6mm thick. Chariot base shall be joined with main frame work with connecting brackets and srew mechanism. Chariot base frame shall have rectangular tube to received caster. It shall be vertical members of round tube to received caster wheels and also material used 50mm X 6mm thick for linkage flat, 40 mm X 8mm thick for long flat and screw holder flat of 32mm X 5mm.

11. Wheels: Plug type swivel caster wheel, zinc plated of size 125mmX38mm. Each wheel having load capacity 50 kg each. Wheel shall be made out of semi round rubber hardness85-90), press fitted over the virgin polyamide pulley. Wheel shall have 2 numbers ball bearing / single roller bearing along with sleeve ½” nut and bolt and providing cap (plastic) on both side 20SWG to prevent dust. The pressed steel double thrust ball baring type. Fork should be 12SWG minimum. The length of 32.5 mm dia mild steel plug should be approximately 50 mm including collar. It should have ¼” hole for side set screw.

12. Round Bows: For bows out member 31.75mm dia X 1.25mm thick stainless steel tube 304 quality fitted with laminated panel board with help of stainless steel bracket. The thickness of laminated penal board not less than 18mm thick. Bows shall consists of outer tubes in one piece double bends to achieve bow shape and should be detachable for easy access patients.

13. Buffer: Rubber buffer on all the four corners should be provided.

14. Finish: All the components should be free rust and should have received anti- corrosion treatment and epoxy powder coating finish thickness not less than 45 micron and oven baked paint. The finish should exclude stainless steel parts, some hardware, and rubber PVC caster wheel, if any.

15. Color: White / Cream Color.

16. Weight bearing capacity 200 kg.

II- SPECIFICATION OF FOWLER BED

• Overall Approx. Size: 225 cm L x 102 cm W x 61 cm H • Steel structure with mattress area divided into 4 sections provides for 6 different adjustments • Three separate crank mechanisms for Trendelenburg/Reverse, Backrest and Knee rest adjustments respectively. • The uniformly perforated 4- section mattress area dissipates heat and moisture, ventilates the mattress and facilitates hygiene. • Detachable SS framed head & foot bows with laminated panels provide ease of access and an aesthetic look. • Detachable pair of collapsible side rails provides safety. • Corner buffers absorb impact and reduce damage handling • Saline arrangement with four locations • Castors of 125 mm dia. with brakes (are provided for mobility with control.) • The complete metal components are pre-treated & powder coated with capacity 150 kg. • Preteated & powder coated finish

III. SPECIFICATION OF BED SIDE LOCKER.

• Overall Approx. Size: 40 cm H x 40 cm W x 82 cm H • An enclosed locker unit which is provided with 50 mm dia non rusting castors for mobility. • A stainless Steel tray with raised borders on 3 sides forms the upper surface. Drawer, Cabinet, and Shelf are provided for storage. Drawer front and cabinet door. • Having one box & one drawer. • Buffer at rear Preteated & powder coated • Mounted on four swivel their wheel castor , 50 mm dia

15

IV. SPECIFICATION OF CARDIAC TABLE.

• Proximate top dimension of 810 mm L X 352 mm W.

• Two section laminated top.

• M.S. tubular telescopic stem, with geared S.S handle for height adjustable from approximately 760 mm to 1050 mm.

• M.S. rectangular tubular base frame mounted on four twin wheel non rusting castors, 50 mm diameter without brake.

• Preteated and powder coated.

• Should have fitted wheels for easy mobility of cardiac table

V. SPECIFICATION OF SALINE STAND WITH CASTOR BASE.

• Height adjustable from 120 cm to 210 cm. SS rod with double hooks. Tubular construction base fitted with five 50 mm dia. non rusting castors. Pre-treated & powder coated. • Shring MS tubular construction mounted one prolaged redange tubular boss filled five swivds. VI. SPECIFICATION OF THREE FOLD SCREEN

Overall Size: 168 cm L x 240 cm W, MS Tubular frame work fitted with 50 mm dia. non rusting castors. Middle frame 120 cm, side frame 58 cm each frame with four side hooks & spring Preteated & powder coated. VII. SPECIFICATION OF INFANTS CRIB WITH STAND

Overall Crib Size: 76 cm L x 38 cm W x 30 cm H. supplied along with three pair of hooks for obtaining tilt position. Tubular frame work, fitted with 100 mm dia. castors. Preteated & powder coated.

16

VIII. SPECIFICATION OF TRANSPORT AND RESUSCITATION

• Overall approximate dimension: 1905 mm L x 710 mm W. • Stretcher dimension approximately: 1830 mm L x 555 mm W. • Two section top. • Height adjusted by crank mechanism from 625 mm to 850 mm. • X-ray permeable removable stretcher top in two sections made of pre- treated-laminated board supported on tubular frame. • Backrest raised on ratchet. • Trendelenburg & reverse trendelenburg positions on crank mechanism. • Four 125 mm diameter, castor wheels with high grade synthetic body, two with brake and two without brake. • Complete with corner buffers. • Synthetic rubber covered handles. • Storage tray. • Oxygen cylinder holder. • Stainless steel telescope. I.V. pole with four locations. • Swing-away type mild steel epoxy powder coated side rails. • Preteated and powder coated finish.

IX. SPECIFICATION OF FIXED WHEEL CHAIR

• Overall Approx. Size: 94 cm L x 77 cm W x 116 cm H seat Dimensions 46 cm W x 47 cm D x 53.5 cm H, having Velcro beit and foot straps • Made with tubular framework construction, Fixed seat and backrest with rexine cover provides steady support and comfort. Front swivelling castors are of 15 cm dia. Rear wheels are of cycle rings with solid rubber tyres • Folding leg rests support feet. • Metal components are Preteated and powder coated.

17

X. SPECIFICATION OF MEDICINE/ INSTRUMENTS TROLLEY

• Overall approximate size: 680 mm L x 450 mm W X 900 mm H. • Stainless steel tubular frame mounted on four 125 mm diameter castors with synthetic body, two with brake & two without brake. • Two stainless steel shelves with protective ralling on three sides. • With stainless steel bowl and tray.

XI. SPECIFICATION OF DRESSING TROLLEY • Overall approximate dimension: 1010 mm L X 510 mm W X 900 mm H.

• Approximate shelf dimension: 750 mm L X 500 mm W.

• S. S. tubular frame mounted on four 125 mm diameter castors with synthetic body, two with brake & two without brake.

• Two S.S. shelves with protective railings on all four sides.

• With S.S. bowl and S.S. bucket.

XII. SPECIFICATION OF GYNECOLOGICAL TABLE • Overall approximate extended dimension: 1880 L x 900 mm W x 800 mm H. • Three section top. • Backrest adjustable on ratchet. • Middle section with “U” cut. • Leg section can be telescoped under the main frame completely for Lithotomy positions. • Trendelenburg position on crank mechanism • Complete with stainless steel head & side ralling steel hand grips, a pair of rubber padded stainless steel lithotomy rods with refine ankle straps and stainless steel bowl. • Supplied with Suitable refine covered mattress 25 mm thickness and Stainless Steel I. V. Pole.

18

XIII. SPECIFICATION OF EXAMINATION COUCH • Size = 1890 mm (L) X 560 mm (W) X 840 mm (H) • Upholstered top in two piece • Adjustable position by crank mechanism • Upper section box with three drawer

• Lower section compness of three cabinet separate

• BP apparatus tray provided seen headdress

• Preteated and powder coated

XIV. SPECIFICATION OF STRETCHER TROLLEY • Size = 2030 mm (L) X 560 mm (co) • MS tubular frame work, 280 mm, mounted on four swivel colour • Removable stretcher top made of aluminium sheet supplied by tubular frames. • Preteated and powder coated XV. SPECIFICATION OF DOUBLE STEP STOOL • Height = 230 x 450 mm, step size approx • 510 mm (L) X 300 mm (W) • MS tubular frame fitted aluminium preded flat • Legs fitted rubber feet • Preteated and powder coated XVI. SPECIFICATION OF OXYGEN CYLINDER TROLLEY • Frame of the cylinder trolley is made with MS tabular steel • Frame work of the cylinder mounted on two 10 cm wheels • Finish in epoxy powder coated. • Height of trolley 106-110 cm XVII. SPECIFICATION OF STOOL • 280 MM (L) X 280 mm (D) X 445 mm (H) • 25 X 25 CRCA square tube frame • SS top & Preteated epoxy powder coated stand with pre bushings • Fully SS 440 6 – A / fully SS 4407- revolving stool –SS top

19

XVIII. SPECIFICATION OF PEADITRIC BED • ISO, CE certification • Stainless steel/Rust free metal tubular frame work • Size minimum 200 cm (L), X 100 cm (W), X 60 cm (H) • 4 base castors, 2 with brakes & 2 without brakes • Both sides collapsible bedside railings • Stainless steel saline rods which can be fitted on both ends • Provision for Urine bag holder • Adjustable back rest, controlled from the foot end XIX. SPECIFICATION OF SOLID LINEN TROLLEY (SS) • Size = 910 mm (L) X 510 mm (dia) • SS tubular framework fitted with three Swivel coster • 100 mm dia

20

ANNEXURE– II

MANUFACTURER’s / PRINCIPAL’s AUTHORIZATION FORM (Clause 16 of the tender) To

The Administrative Officer, All India Institute of Medical Sciences Rishikesh

Dear Sir,

TENDER: ______. we, ______, who are established and reputable manufacturers of ______, having factories at ______and______, hereby authorize Messrs. ______(name and address of agents) to bid, negotiate and conclude the contract with you against Tender No.______for the above goods manufactured by us. No company or firm or individual other than Messrs. ______are authorized to bid, negotiate and conclude the contract in regard to this business against this specific tender.

We hereby extend our full guarantee and warranty as per the conditions of tender for the goods offered for supply against this tender by the above firm.

The authorization is valid up to ______

Yours faithfully, (Name) For and on behalf of Messrs. ______(Name of manufacturers)/Principal.

21