24

Supply, Installation and Commissioning of

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

1

Supply, Installation and Commissioning of

PSA Oxygen Plants in Government

Hospitals at various locations in Gujarat

State.

(Through Online Mode, Manual bids shall not be accepted)

Gujarat CSR Authority An initiative of Industries and Mines Department

Government of Gujarat 3rd Floor, GSFC Building,

Opp. Drive-in Cinema, B/h Reliance Mart

Bodakdev, Ahmedabad – 380054

Telephone: 079- 40192052

www.gcsra.org

2

Email: [email protected], [email protected]

Schedule of Important Dates

Details Date and Time

Published Date and Time 5/05/2021 at 06:00 p.m.

Bid Document Download Start Date and Time 5/05/2021 at 06:00 p.m.

Pre bid meeting Date and Time 7/05/2021 at 03:00 p.m.

Last Date and Time for clarification submission Pre Bid

queries by letter/Email 7/05/2021 at 05:00 p.m.

Bid Submission Start Date and Time 8/05/2021 at 03:00 p.m.

Bid Submission End Date and Time 10/05/2021 at 03:00 p.m.

Last date and Time of submission of Original Documents 11/05/2021 at 03:00 p.m.

Technical Bid Opening Date and Time 12/05/2021 at 03:00 p.m.

1) Name of work

Supply, Installation and Commissioning of PSA

Oxygen Plants in Government Hospitals at

various locations in Gujarat State.

2) Estimated cost Rs. 19,37,18,400/-

5) Validity period of tender

offer.

180 days from Opening of the Technical Bid.

Tender Fees 18,000+ GST (12%)

Earnest Money Deposit

(EMD)

The Earnest Money Deposit (EMD) is payable by all

Tenderers, for an amount of Rs.19,37,184/- (1% of

total estimated cost) In case a Tenderer is quoting

for more than one item, the Earnest Money Deposit

payable by such Tenderer shall be the aggregate

total of the Earnest Money Deposit for all the items

quoted by such Tenderer.

6) Security deposit (5% ) Rs. 96,85,920/- In case of the order is bifurcated by

the authority, the proposanate security deposit shall

be applicable)

3

(i) In the form of Small Saving

scheme or Security of

Sardar Sarovar

Nigam/NSS/FDR of any

schedule bank of minimum

5 Months time limit.

Rs.48,42,960 /- (2.50 % of the estimate cost) Which

will be considered as initial S.D. and shall be

refundable within 15 Days after Final bill is paid /

after the final completion certificate is issued.

(ii) To be deducted from

Current R.A. bills.

Rs.48,42,960 /- (2.50 % of the estimate cost) Which

will be considered as remaining S.D. and shall be

released as S.D. after completion of the Defecet

liability period.

TOTAL( i + ii ) Rs. 96,85,920/-

Percentage if any to be deducted from bills so as to

make up the total amount of required S. D. by the

time half the work, as measured by the cost is done

50%

7) Performance Nationalized /

Scheduled Bank only or

N.S.C. / F.D. / S.S.N.N.L.

Bond in favour of GCSRA

for validity period of 5

Months which effect from

date of Work order

Rs. 96,85,920/- (5.00% of the estimate cost) shall be

refundable within 15 Days after Final bill is paid /

after the final completion certificate is issued.

8) Liquidated Damages If the company fails to supply/installation the

goods specified in the Order, an amount

equivalent to 0.5% plus GST as applicable

(Presently GST @ 18%) {Subject to maximum of

10% plus GST as applicable (Presently GST @

18%)} of the value of the stores not

supplied/installed within the stipulated period per

week shall be recovered as liquidated damages

unless the penalty plus GST as applicable

(Presently GST @ 18%)

9) Defect liability period 5 years.

10)

(a)

Free Maintenance guarantee

period

5 (Five) Years Free Maintenance Guarantee from

the date of actual completion of the work. The said

FMG is required to submit within 15 days from the

date of actual completion of the work.

10) Free Maintenance The free maintenance guarantee amount shall be

4

(b) Guarantee Bond in the form

of Bank Guarantee of

Nationalized / Scheduled

Bank in favour of GCSRA,

for validity period of 5 years

which effects from date of

actual completion of the

work.

5% of the Estimated Cost and shall only be released

after satisfactory completion of Free maintanance

guarantee period of 5 (Five) years. The Free

maintenance guarantee bond shall have to be

executed on nonjudicial stamp paper in standard

Performa.

11) Workers Welfare Cess

Under The Building & Other

Construction Workers Cess

Act 1996 (Labour Cess)

1% of the value of work done shall be deducted from

the all bills payable to the contractor.

12) Time limit for completion of

work from the date of written

order to commence.

90 days (Transportation +Installation+

commissioning)

(No Civil Cost)

13) Other details :

i) Pre – Bid (Online)

Link of Online Meeting will be sent by following

Email ID:

[email protected]/

[email protected]

5

General Instructions

1. Bids shall be submitted online only at website: www.nprocure.com.

2. 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

www.nprocure.com

3. 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.

4. Address for Communication : Gujarat CSR Authority, 3rd Floor, GSFC

Building, Opp. Drive-in Cinema, B/h Reliance Mart Bodakdev, Ahmedabad

– 380054

5. Tender Inviting & Accepting Authority: Gujarat CSR Authority :

Gujarat CSR Authority has been established under the administrative control

of the Industries and Mines Department (IMD) Government of Gujarat to

catalyze sustainable growth by creating an enabling environment for the

corporate sector to work in partnership with the Government, Non-

Government, and Civil Society Organizations, as well as Community

Organizations in the field of Corporate Social Responsibility (CSR).

● Tender Inviting Authority invites tender through online bid submission at

website: www.nprocure.com.for supply of Goods to GCSRA.

● 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 –

II. 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. GCSRA decision in this regard will be final and binding.

6

Pre Bid Meeting /Clarifications

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 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. Representatives are invited to attend a

pre-bid meeting which will take place as specified in date sheet.

a) Any clarification issued by GCSRA 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.

b) The clarification if any will be uploaded at and on e-procurement

website and bidder is expected to see the GCSRA website for

clarification before submitting the bid.

Eligibility Criteria

This is a National Competitive Bidding open for Indian Domestic Entities.

Foreign OEMs participation is also enabled through its Indian Entities.

1. The bidder should be an Indian or Overseas Manufacturer of PSA

Medical Oxygen Generator/ Oxygen Concentrator Module.

2. Indian Supplier are also allowed to participate.

3. Bidders have to certify that all the raw materials required is ready on

hand and should be available. (75 % of all required Stocks before start

of delivery for the purpose bidders have to submit Undertaking , Data

Sheets and Inventory List )

4. 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.

5. In Case the bidder is not the manufacturer- Manufacturer Authorization

form as per Annexure XIX should be given (signed by both,

Manufacturer and Bidder).

7

Average Annual turnover for Tenderers in the last two years i.e. 2018-19 and 2019-

20 shall not be less than Rs. 5,81,15,520 (30% of Estimated Cost)

Rejection of Bids:

The bids of the agency shall summarily be rejected and such agencies

advised that Tender should not be submitted by the firm/company for the

Product(s) for which the firm/ Company has been blacklisted/ banned/

debarred by GCSRA/ 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 organizations or any of its procurement agencies/Autonomous

Bodies.

Final allocation in special cases:

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). GCSRA shall have

exclusive right to allocate the supply to other than L1 Bidder on the quote

submitted by L1 Bidder, considering the timely delivery and capability of

supplier.

However GCSRA reserves the right to decide on final allocation in special

cases.

Submission of Proof of Previous works:

Tenderer should have supplied, installed, and commissioned minimum

three PSA plants/Medical Grade Oxygen Generator Module in India (for at

least 50% of the quoted capacity). The vendor/bidder has to produce the

purchase order copies with satisfactory commissioning certificate issued by

the user department/hospital (both duly self-certified). PO copies of the

8

quantities manufactured and installed in any government institutions, semi-

government institutions, autonomous institutions, Govt./Private hospitals

are acceptable.

Forgery /Fraud by Bidders /Suppliers

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 GCSRA 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.

Patent Rights or Conflicts:

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 supplier shall at its own expenses take care of the same

for settlement without any liability to the TIA.

9

10

Termination for Default

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.

d) 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.

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.

11

● 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.

Earnest Money Deposit

a) The Tenderers are required to furnish the breakup of the Earnest

Money Deposit for the items quoted in the format as per Annexure-III.

b) 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:

Beneficiary Name: GCSRA Project Fund Account

A/C No. : 520101240249395

Account Name: Gujarat CSR Authority Projects Fund

Bank Name : Union Bank

Branch : Navrangpura

IFSC Code : UBIN0903353

c) The Bank Guarantee (50% Value of Due BG) can also be accepted as

a mode of payment and the named beneficiary shall be Gujarat CSR

Authority. 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.

Forfeiture of EMD

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 this tender.

a) Also the EMD shall be forfeited, in case of the lowest/ matched bidder,

fails to execute the contract agreement.

12

b) 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 GCSRA in

this regard.

Other Conditions

a) GCSRA 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.

b) 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.

c) The delivery of the additional quantity shall be scheduled after the

completion of the delivery of the original tendered quantity.

d) The rates quoted and accepted will be binding on the Tenderer for the

full contract period of four months and any increase in the price will not

be entertained till the completion of this contract period.

e) Any upward/downward revision (only during scheduled delivery period)

in statutory taxes, levies will be allowed and benefit will pass on to

supplier/purchaser.

f) 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.

Acceptance/Rejection of Bid/Tender

a) 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,

13

transportation& other charges, GCSRA prices (as applicable) as given in

Annexure-XIII by the tenderer.

b) 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 AMC

cost for 5 years.

c) 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 award of contract

without assigning any reason whatsoever and without thereby incurring any

liability to the affected bidder.

d) GCSRA 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 GCSRA

reserves the right to take other actions against the tenderer including forfeit of

security deposit, debarring/blacklisting for appropriate period.

e) 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.

f) 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.

Penalty in case of Delays

If the company fails to supply/installation the goods specified in the Order,

an amount equivalent to 0.5% plus GST as applicable (Presently GST @

18%) {Subject to maximum of 10% plus GST as applicable (Presently GST

@ 18%)} of the value of the stores not supplied/installed within the

14

stipulated period per week shall be recovered as liquidated damages unless

the penalty plus GST as applicable (Presently GST @ 18%)

Penalty for delay up to 2 weeks will be of 5 % and beyond 2 weeks 10%

would be applicable.

Installation

Any item, material, consumable required for installation and commissioning

of equipment to be provided by supplier at the time of installation of

equipment. All formalities which are needed for fulfillment of Government

compliance and if any clearance/certifications needed which is to be done

by the supplier Company.

Inspection of the delivered goods

Inspection is to be done by Indenter/Consignee at place of Installation /

Consignees. Inspection shall normally be carried out in the premises of the

consignee. If goods are offered for inspection in the factory premises, all

expenditure of inspection shall be borne by the supplier Company. The

entire store ordered shall have to be offered for inspection in open condition

if required, and the same shall be repacked in presence of inspecting team.

All packing should be sealed and signed by inspecting authority and should

be sent to the consignee without any extra cost within three days from the

date of receipt of inspection note. Inspection charges, including the

expenses for the experts, shall be payable by the Company.

Payment Terms

Invoice amount will be paid as decided by GCSRA

Invoice amount will be paid after satisfactory installation of the equipment

and receipt of the inspection and installation report by Indenter/Consignee.

15

Warranty and CMC Payment

a) The Comprehensive replacement warranty period will start from the

date of installation and commissioning of equipment up to 12 Months

.

b) Companies will have to provide Four Services free services for

maintenance during the warranty period at least once every three

months.

c) During CMC Safety measures should be taken by at least quarterly

inspections at the site and have to take the necessary actions as

needed for preventive maintenance and safety purpose.

d) If company fails to provide any of four free services, 0.25% plus GST

as applicable (Presently GST @ 18%) of total purchase amount of

the equipment for each such services that is not provided shall be

forfeited from Security Deposit.

e) In addition to provide services, supplier has to attend the complaint, if

any, for any defects, within 48 hours failing which 0.05% plus GST as

applicable (Presently GST @ 18%) of total amount of the equipment

shall be recovered from Security Deposit for each extra day of delay

as liquidated damages.

f) Further, if the supplier fails to fulfill the contractual obligations of

warranty and repair / replace the defective part and make the

equipment operational within 07 days of lodging the complaints, the

entire security deposit plus GST as applicable (Presently GST @

18%) will be forfeited and the supplier would be debarred from future

business with GCSRA.

g) Further, all the preventive and breakdown maintenance visits during

warranty by the company along with acknowledgement of consignee

will have to be intimated to GCSRA (through email / fax) within 48

hours. Preventive maintenance would also include the calibration of

all equipment, so the supplier will have to calibrate all equipment

during warranty and CMC period.

16

h) C.M.C. billing payment shall be made only after successful

completion of 1st year of C.M.C. as per the approved rate on

quarterly basis post verification by competent authority of Hospital.

CMC agreement for the equipment

a) In ordinary circumstance, the supplier would have to enter into CMC

agreement at the time of execution of contract i.e. at the time of

PURCHASE ORDER. If the supplier denies to enter into CMC despite

being asked by GCSRA, his contract order would be cancelled and action

up to debarment may be taken against the firm.

b) However, in cases where for reasons to be recorded in writing, CEO

GCSRA does not feel it appropriate to execute CMC at the time of award

of contract, at least 3 months prior to completion of warranty period,

supplier will have to intimate in writing the CEO GCSRA . and consignees

for entering into Maintenance Contract and if the CEO GCSRA or

consignees desire, supplier will have to enter into a comprehensive

maintenance contract within 6 months of commencement of CMC for 5

years. If company refuses or fails in duty to enter into CMC contract, his

entire Security Deposit will be forfeited and he would be debarred from

future business with GCSRA. Further, if the company fails to provide

"Satisfactory service" during CMC period, 4% of total purchase amount of

the equipment shall be forfeited from Security Deposit.

c) For this purpose, Satisfactory Service would mean

I. Attending to complaint within 48 hours of lodging the complaints.

II. Ensuring repair / replacement of defective parts and making the

equipment operational within 7 days of lodging the complaints.

III. Providing quarterly preventive maintenance visit.

Repair & Replacement of Parts

If supplier fails to fulfill his contractual obligation of CMC and repair / replace the

defective parts and make the equipment operational within 7 days of lodging the

complaints, the entire security deposit will forfeited and the supplier would be

debarred from future business with GCSRA . Supplier Company will also have to

17

guarantee regular and timely supply of all the spare parts required for the normal

working of the item at a cost not exceeding the cost of such a part charged to any

other Government organization. Further, all the preventive and breakdown

maintenance visits during CMC by the company along with acknowledgement of

consignee will have to be intimated to GCSRA (through email / fax) within 48

hours.

Uptime period and penalty on delays

During Warranty and CMC period, the uptime period of equipment should be

minimum 95%. If the breakdown period is more than 18 days for a particular

calendar year, penalty @ 0.1% of total purchase amount of equipment for each

extra day of delay as liquidated damages to be recovered from Security Deposit.

Period of breakdown of equipment shall be excluded from the warranty as well as

CMC period. In such a case period of warranty as well as CMC shall be extended

accordingly.

Delivery and installation period

Supplier Company have to supply, install and commission the plants at various

location across Gujarat as per Annexure: The timeline for supply, install and

commissioning of all plants is 90 days from the date of work order.

Quantity Delivery Days from date of issue of Work Order

250 LPM Units 50 Nos.

⮚ 20% Units @ 10 Units within 14 days of Work order

⮚ 30% Units @ 10 Units within 30 days of Work order

⮚ 20% Units @ 10 Units within 45 days weeks of Work order

⮚ 30% Units @ 10 Units within 60 days of Work order

500 LPM Units 06 Nos.

⮚ 50% Units @ 3 Units within 30 days of Work order

⮚ 50% Units @ 3 Units within 60 days of Work order

18

19

Annexure 1

Technical Specifications

Sr.

No. Description of Stores Qty. Rate per No. Total Rs.

A1

Supply, Installation and commissioning of PSA Oxygen Plants including 3 months trial run period

Capacity & Purity: 250 LPM, 50

Cylinders @ 93 (+/- 2)%

Screw Air Compressor: 1 Nos

Refrigerated Air dryer: 1 No

PSA Oxygen Module, Air Receiver,

Filters, Surge Vessel, Control Panel with

PLC, Auto Switch Over Module, O2

Purity Indicator Rotameter, etc.: 1 Set

Oxygen Receiver 10000 Liters with all

accessories: 1 No

Specification:

Capacity of O2 plant : 15 Nm³/hr. >>> 51

Cylinders, 250 Litres / Minutes

Oxygen purity: 93% (+/-) 2 %

Inlet air pressure: 7.5 kg/cm²g

Outlet gas pressure: 5 kg/cm²g

Dry Compressed Air Requirement @ 7.5

kg/cm2g & 40 Deg. C: 174 Nm3/ ( 120

CFM)

Installed Power Required For Air

Compressor 415 V 3 Ph. 50 Hz : 24 kW (

32 HP)

Average Power Consumption For Air

Compressor : 23 KWH

Dew point (Atm.) (-) 50 Deg. C

Outlet gas temperature: Ambient

Type: PSA Generator Plant

Duty: Continuous & Fully Automatic

Skid mounted

Total Area Requirement for O2 Plant

LXBXH in FEET: 18 X 12 X 14

Oxygen Receiver Vertical Type: 3000

Liter

(Other detailed specifications as per

Annexure: 1)

50 Nos. Rs. Rs.

A2

For 250 LPM Plant CMC

Rates Inclusive of Taxes

Yrs.

1

Rate

20

2

3

4

5

B1

Supply, Installation and commissioning of PSA Oxygen Plants including 3 months trial run period

Capacity & Purity: 500 LPM, 6 Cylinders

@ 93 (+/- 2)%

Screw Air Compressor: 1 Nos

Refrigerated Air dryer: 1 No

PSA Oxygen Module, Air Receiver,

Filters, Surge Vessel, Control Panel with

PLC, Auto Switch Over Module, O2

Purity Indicator Rotameter, etc.: 1 Set

Specification:

Cylinders, 500 Litres / Minutes

Oxygen purity: 93% (+/-) 2 %

Oxygen Pressure: (PSI): 75

Display Screen Size of Oxygen

Generator: 7

Material Spare Part used in Generator:

SS304

Warranty Period: at Least 2 Years

6 Nos. Rs. Rs.

B2

For 500 LPM Plant CMC

Rates Inclusive of Taxes

Yrs.

1

2

3

4

5

Rate

Evaluation shall be based on summation of A1,A2, B1, B2. The Authority reserves the right for

evaluating and bifurcating the work order on summation of A1,A2 & B1, B2

21

Annexure: 1-A

List of Approved Vendors

Screw Compressor: ELGI / Atlas Copco / IR / GD/Comptech/CP/ kirloskar Filters: Air N-Gas/Reputed / AEPL Refrigerated Air Dryer: Air-N-Gas/AEPL Change over valves: Jekon (SS 304)/ :Jekon (SS flanged) Solenoid Valves: Rotex/ JEKON/IMI Norgren Activated alumina: ACE/Gujarat Oxide Pressure Transmitter: Honeywell/ Deputed Temperature Transmitter: Aavad Pressure Gauges: General/Baumer Rota meter: Eureka/Flowstar Pressure Switches: Danfoss PLC: Allen Bradley/Siemens/ Schneider HMI (7): Schneider Back pressure control valve: VKE/Nirmal Control Panel Components: L&T/ Siemens Safety valve: Brassomatic/Utam/ Boss/reputed Oxygen Analyzer cum Transmitter: Technovation/ADON Oxygen Sensor: Imported City Sensor, UK Non Return Valve: Racer/ JEKON

Standards & Codes

Pressure Vessels Fabrication: ASME Sec VIII Div. 1/15 2825 MOC of Plate: SA 516 GR. 70/IS 2062 MOC of Pipes: SA 106/IS 1239 Flanges: SA 105 B 165 ASA 150#

Safety Interlocks

PSA Unit

● PSA Timer will trip in case of High Inlet Temperature

● PSA Timer will trip in case of Low pressure of Air

● PSA Timer will trip in case of High pressure at outlet

Oxygen Purity

● If Oxygen purity is low in final Oxygen then vent valve will open

Note : Above interlocks will provided with Audio visual alarm

22

Annexure II

Supply Locations details

Sr. Name of Hospital Location PSA Unit Capacity to be delivered in LPM

Quantity

1 District Hospital Ahwa 500 1

2 District Hospital Godhra 500 1

3 District Hospital PK Rajkot 500 1

4 District Hospital Rajpipla 500 1

5 District Hospital Vadodara Jamnabai

500 1

6 District Hospital Anand 500 1

7 Sub District Hospital Ambaji 250 1

8 Sub District Hospital Anjar 250 1

9 Sub District Hospital Bardoli 250 1

10 Sub District Hospital Bhabhar 250 1

11 Sub District Hospital Bhiloda 250 1

12 Sub District Hospital Dakor 250 1

13 Sub District Hospital Bilimora 250 1

14 Sub District Hospital Dediyapada 250 1

15 Sub District Hospital Devgadhbaria 250 1

16 Sub District Hospital Dharampur 250 1

17 Sub District Hospital Dhoraji 250 1

18 Sub District Hospital Dhangadhra 250 1

19 Sub District Hospital Dhwarka 250 1

20 Sub District Hospital Ghandhidham 250 1

21 Sub District Hospital Gharudeshwar 250 1

22 Sub District Hospital Gondal 250 1

23 Sub District Hospital Harvad 250 1

24 Sub District Hospital Idar 250 1

25 Sub District Hospital Jambusar 250 1

26 Sub District Hospital Jasdan 250 1

27 Sub District Hospital Jetpur 250 1

28 Sub District Hospital Jhalod 250 1

29 Sub District Hospital Kadi 250 1

23

Sr. Name of Hospital Location PSA Unit Capacity to be delivered in LPM

Quantity

30 Sub District Hospital Keshod 250 1

31 Sub District Hospital Kheda 250 1

32 Sub District Hospital Jhedbhrama 250 1

33 Sub District Hospital Lathi 250 1

34 Sub District Hospital Limbadi 250 1

35 Sub District Hospital Mahua 250 1

36 Sub District Hospital Mandavi Surat 250 1

37 Sub District Hospital Mandvi Kutch 250 1

38 Sub District Hospital Mansa 250 1

39 Sub District Hospital Palitana 250 1

40 Sub District Hospital Radhanpur 250 1

41 Sub District Hospital Rajula 250 1

42 Sub District Hospital Rukshamani ben

Ahmedabad

250 1

43 Sub District Hospital Santrampura 250 1

44 Sub District Hospital Savarkundala 250 1

45 Sub District Hospital Siddhapur 250 1

46 Sub District Hospital Singarva 250 1

47 Sub District Hospital Tharad 250 1

48 Sub District Hospital Uchchhal 250 1

49 Sub District Hospital Una 250 1

50 Sub District Hospital Unjha 250 1

51 Sub District Hospital Upleta 250 1

52 Sub District Hospital Wankaner 250 1

53 Sub District Hospital Vasada 250 1

54 Sub District Hospital Vapi 250 1

55 Sub District Hospital Viramgam 250 1

56 Sub District Hospital 250 1