NIT For Outsource Laundry Service at IPD of AIIMS Nagpur
NIT For Outsource Laundry Service at IPD of AIIMS Nagpur
1
NOTICE INVITING TENDER
The Director, AIIMS,NAGPUR invites Tender from the eligible tenderers through the e-
procurement portal for Outsourcing of Laundry Services on PLAN, DESIGN,
SUPPLY,INSTALLATION, OPERATION, MAINTENANCE of laundry equipment and
transportation of the hospital linen (washed/dirty) to and from the wards on daily basis
for Laundry at AIIMS on turn key basis.
Instructions for the Bidders / The service providers:-
2
v) The earnest money will be returned/refund to the unsuccessful tenderers after
the tender is decided.
vi) EMD should remain valid for a period of 45 days beyond the final bid validity
period. When the tenderer agrees to extend the validity of bid, he shall also
extend the validity of EMD suitably
The EMD of the successful bidder will be returned to them without any
interest after the submission of Security deposit/PSD.
6. The EMD may be forfeited:
a. If the bidder withdraws or modifies its Bid during the period of bid validity, or
b. In the case of successful Bidder, if the Bidder fails to sign the contract
c. In case of poor response to the tender or single quoted and if the quoted price
is found to be more than the market rate, the Tender Accepting Authority will
take an appropriate decision.
7. Submission of Tender:
The tender shall be submitted Online in two part, viz., technical bid and financial
bid. All the pages of bid being submitted must be signed and sequentially numbered by
the bidder irrespective of nature of content of the documents before uploading.
The offers submitted by Fax/email shall not be considered. No
correspondence will be entertained in this matter.
8. The tenderers may submit tenders for all the items/tests mentioned. Two cover
tender procedure as per Rule. Tenderers are advised to note the qualification criteria
specified in the tender document to qualify for award of the contract.
8. Tender document can be downloaded in e-Procurement portal
9. Tenderers/bidders can download tender document from the above address.
10. Tenders of only those Tenderers who fulfill the Terms and conditions of this tender
will be considered for evaluation. The tender will undergo evaluation at every stage of
processing and any tenderer found at any stage, not in conformity with the stipulated
tender conditions including specification / found to be having defective and incomplete
documents will be rejected.
11. Interested eligible Tenderers may obtain further information from the office of the
Director, AIIMS NAGPUR.
12. Corrigendum/ Addendum/ Modifications/ corrections/ pre bid meeting
proceedings if any will be published in the website only. Bidders/ tenderers can access
tender documents on the website, fill them and submit the completed tender document
into electronic tender on the website itself.
13. The tenderer should upload the documents as mentioned in Minimum Qualification
Requirements in Technical bid otherwise the tender will be treated as rejected.
14. The bidders are requested to download & upload the documents as early as
possible. The Institute is not responsible, if the bidders are not able to access on the last
day of submission due to simultaneous access of the website by many bidders or due to
network jam etc.
15. The other details can be seen in the tender document.
16. The Tender Accepting Authority reserves the right to accept/reject/cancel the
tender partially or fully without assigning any reason at any stage of processing
1.2 If a firm submits more than one bid all bids of the party will be rejected.
1.5 Check list format must be filled and enclosed along with the application.
1.6 The firm should submit an affidavit duly notarized that they have not
abandoned & blacklisted of any work of Union Government/ State
Governments/ PSU’s etc. during the last 5 years.
1.8 The applicant shall submit the supporting documents regarding the
information given.
Even though the bidders meet the above criteria, they are subject to be
disqualified, if they have:
- made misleading or false representation in the form, statement and
Attachments submitted;
- Record of poor performance such as abandoning the work, not properly
Completing the contract, inordinate delays in completion, litigation history,
or Financial failures, etc. ;
- The performance of any agency already worked/ working with
Central/State Govt.is not found satisfactory;
- found to have been black listed in any of the works.
The Bidders are advised to visit the site to get first-hand information as
4
regards its approach, accessibility, working conditions, site conditions,
availability of labour and material etc. and other matters affecting cost and
work. All costs incurred in connection with submission of the tender shall be
borne by the applicant irrespective of the outcome.
If any information furnished by the applicant is found incorrect at a later
stage, applicant shall be liable to be blacklisted from tendering in
Central/State Govt. agency. The department reserves the right to verify the
particulars furnished by the bidder independently.
Even though the agency meets all the criteria, the Tendering authority
reserves the right to accept or reject any applicant/disqualify any agency
without assigning any reason whatsoever.
1.10 Integrity Pact- The Integrity pact (Annexure-Vii) shall be a part of this
document and has to be signed by bidder(s) at the pre-tendering stage itself, as a
pre-bid obligation and should be submitted along with the Techno-Commercial
Bids. All bidders are bound to comply with the integrity pact clauses. Bids
submitted without signing the integrity pact will be ab initio rejected without
assigning any reason.
5
h) Bidder should have capacity to cater minimum 500 beds. Bidder should
declare on a 100 stamp paper for the same.
3. TENDER VALIDITY
3.1 The tender shall remain valid and open for acceptance for a period of 180
days from the specified date of tender opening or from the extended date of
tender opening whichever is the later.
(a) Where there is a discrepancy between the amount in figures and the
amount in words, the least of two will govern.
(b) Where there is a discrepancy between the unit rate and the line item
total resulting from multiplying the unit rate by the quantity, the
least of the two will prevail.
(c) The amount stated in the tender will be adjusted in accordance with
the above procedure for the correction of errors and, with
concurrence of the tenderer, shall be considered as binding upon
the tenderer. If the tenderer does not accept the corrected
amount, the tender may be rejected and the Tender Security may
be forfeited.
7. SCOPE of WORK
1. Bidder is responsible for planning, designing, supplying, installation,
commissioning, maintenance and operation of laundry services for 3 years for
AIIMS NAGPUR.
2. The bidder shall calculate the number and type of equipment required in the
laundry system of AIIMS NAGPUR based on the following:
a. Specifications of the key equipment of laundry services are detailed in the tender
document.
8
b. Load of dirty linen shall be approximately 500 Kg per day. The same will be
gradually increasing when AIIMS NAGPUR is fully operational.
c. The laundry services shall be designed and commissioned upfront for full
capacity with scope of expansion for upto 25 percent of the estimated capacity
without deployment of any additional equipment.
ii. Distribution of Linen to ICU: Distribution of Linen will take place from 9 AM to
10 AM all days in morning
iii. Distribution of linen to wards, OPD & other area: Distribution of Linen will take
place from 10 AM to 2 PM all days
3. The rate must be inclusive of the cost of linen, Plant & machinery investment,
manpower, consumables, fuel, any other recurring cost incurred for the
collection, sorting, washing, drying, ironing, packing, storage, distribution,
quality control, routine cleaning of laundry premises including equipment etc
of the complete laundry system as per SOP prescribed in tender. This unit rate
shall be the basis for calculating operational cost (OPEX) of the laundry
system and the OPEX shall be paid on monthly basis by multiplying the unit
rate with the actual quantity of linen handled. Bidder is responsible for
cleaning, repair & maintenance of infrastructure of laundry area installed and
commissioned by the bidder on regular basis.
5. The approved vendor will carry out all the work related to linen washing
including collection of dirty linen from all areas of the hospital to the laundry
and distribution of clean laundry to the various areas of the hospital.
6. All linen items must be returned to their respective areas on the next day of
collection as per delivery schedule prescribed in SOP and the linen should be
clean, undamaged, and well ironed. After collection and distribution of linen a
9
“satisfactory” certification must be obtained in the log book from the sister in-
charge of concerned areas. In case lesser number of linen is returned to the
concerned area, a penalty of double the cost of lost linen would be deducted
from the OPEX bills, if the lost item is untraceable after 24 hours.
9. Colour coded carts will be used for transport & storage of dirty & washed linen.
The carts used for transport of soiled linen should be disinfected after every use &
should be kept separate from those used for transport of clean linen.
12. Bidder has to provide the adequate & sufficient manpower to run the Laundry
Operations as per work defined in SOP.
13. Bidder has to furnish and equip all required turnkey item as defined in the
specs, institute will provide shell structure of approx. 6000 sq feet with one point
electrical, water, chilled water pipe& drain supply, rest all bidder has to do from
planning, designing, supply, installation and commissioning of all equipment on
turnkey basis. While designing the laundry the Bidder has to keep provision for
future expansion of the Laundry for installation of One Washer Extractor &One
Front Loading Drying Tumble of the highest capacity quoted by the bidder in the
said tender. This provision should be made without disrupting the zoning of the
laundry. All ancillary services like (electricity, water points, plumbing, steam/ Gas
etc.) required for future expansion has to be built in while designing and furnishing
the laundry.
10
14. Authorized personnel of bidder may collect CAD drawings for better
understanding of wards/ICUs/OTs/OPD/Etc. areas.
15. The design of laundry should include areas like collection, washing, drying,
ironing, storage, transportation trolley storage, offices, change room, RO Plant
room, Linen weighing area, Air Compressor Room(If required), Boiler Room(If
required),Etc as per zoning concept for dirty & clean linen. The design should be
approved by the consignee.
16. The tagging is the responsibility of the bidder for all Linen as prescribed in SOP
The weighing machine shall be heavy duty platform type with Digital display weight
indication. The platform for placement of buckets/goods for weighing shall be with
steel casting with adjusting lever mechanism and knob for adjustment of error in
machine.
7. Office Table
It should be modular, ergonomically design, the make of the furniture should be
SS/Aluminium/ wood, and no plastic should be used.
8. Chair with hand rest
11
It should be modular, ergonomically design, the make of the furniture should be
SS/Aluminium/ wood, and no plastic should be used.
9. Storage Cupboard (2x2)
It should be modular, ergonomically design, the make of the furniture should be
SS/Aluminium/ wood, and no plastic should be used. Should be provided with
lockable doors.
10. Almirah
It should be modular, ergonomically design, the make of the furniture should be
SS/Aluminium/ wood, and no plastic should be used. The Almirah shall have
locking system.
11. Dust Bin
1. Constructed from Stainless steel.
2. Removable inner container of S.S. material.
3. Capacity minimum 10 litre.
4. Foot operated lid opening.
12. Laundry Scrub Station with 2 Sinks
Stainless Steel Construction with taps for wash and rinse using hot and cold
water. SS Scrubbing Board in between Sinks.Underneath Shelf. Size-
1600mmx500mmx900mm
13. Sluicing machine with automatic dosing- capacity minimum 25 kg
(Electrically heated):-To wash the infected and soiled clothes received from the
wards, ICU’s and OT’s.
1. Machine should be fully automatic.
2. Basket volume minimum 200 litres.
3. Washer extractor with soft mount type with loading capacity of 25 kg dry weight
having G force of over 350G, Robust spring suspension with shock absorbers.
4. The machine should be electric heated with all wetted parts are SS304 stainless
steel construction with capability of automatic washing, rinsing and extraction.
5. The machine needs to be single motor VFD driven with microprocessor control,
Touch Screen Control, Built in vacuum Breaker, Single Motor Drive.
6. Machines should be energy efficient with low water, chemical steam and
electricity consumption, minimum 5 External liquid supply connections. The
machines should come with all necessary safety features.
7. The equipment should weigh the linen and adjust the amount of water and
energy according to the load.
8. Equipment must be US-FDA/CE/ European CE Certified
14. Barrier washer extractor with automatic dosing pump - Capacity -50 kg or
more
1.The washer should have front loading and unloading of the washed garments
shall be done from the other side (Unloading door).
2. Unloading door shall be placed at at 180 degrees angle from the loading door,
soft mount type with suspended construction allowing a 300-350G.
3. Inner Drum should be divided into two compartments with horizontal partition.
4. It should have automatic inner drum positioning in loading or unloading
position.
5. The Barrier Washer ensures that any wash program is performed in full before it
allows unloading on the clean side. This guarantees that linen has been properly
washed and disinfected before unloading it on the clean side.
12
6. It should have 2 doors (Loading & unloading door) and Mutual lock of loading
and unloading door, can’t be opened simultaneously.
7. Both the inner and outer wash cylinders should be constructed using stainless
steel 304 and inner wash cylinder should be fitted with perforated spray lifters for
improved agitation and quicker soaking of wash load.
8. It should have Automatic Outer door locking and unlocking with pneumatic
system for maximum safety and efficiency.
9. In case of, fast forward, error, power failure & emergency stop, the machine will
only allow opening on the dirty side.
10. Safety interlock on the loading door supervises the water level and the motor
drive so that the door cannot open until the water level is below the inner drum
and the drum rotation has stopped.
11. It should have end of cycle audio visual alarm.
12. It should have Pneumatic suspension for less vibration.
13. It should have variable Frequency controlled motor and silent rotation speeds.
14. The out of balance shall be determined electronically and based on the out of
balance, the machine shall be able to determine the maximum allowable speed for
extraction up to 300-350G.
Control Panel- The machine shall be controlled with an electronic micro-processor
with the following minimum features:-
1. The control shall display remaining wash time, error codes and program status
indication.
2. The display shall by of LED/LCD-type, and shall be possible to display text and
symbols.
3. Wash Programs: The machine shall have a capacity to store program “libraries”
with up to 30 different wash programs. It shall be possible to automatically start a
wash program at a certain time.
4. Software to ensure the traceability of the linen and also helps for data logging
and process validation.
5. Software that ensures that any wash program performs to it ends before it
allows unloading on the clean side this would ensure that no manual bypass or
override of the wash program is done for the completion of the wash cycle.
6. Control panel can be lockable with password.
13
15. DRYING TUMBLER
14
1 b ) DRYING TUMBLER
15
16. Flatwork Ironer -with Feeder, Folder & Stacker (Roller Size- 450-480 Ø
mm x 1900-2000 mm length)
1. Flatwork Ironer should have automatic feeder along with folding and stacking
option.
2. One station automatic feeding with electro-mechanical clamps for a smooth and
efficient quality feeding.
3. It should have a Standard touch screen control.
4. Standard automatic ironing speed control system.
5. Standard stand-by and sleeping modes for optimum energy savings.
6. Versatile stacker for delivery of linen stacks to the front or the rear of the
machine.
7. Suitable for rapid ironing of linen like Bed sheets, Pillow cover or flat sheet etc.
8. Roller Size- 450-480 Ø mm x 1900-2000 mm length
9. Control: Electronic Control Panel with automatic speed regulation system.
10. Safety – Finger Guard Protection and Start and stop of the machine with
emergency switch.
11. Padding- Polyster padding
12. Ironing Speed – minimum 9 metre or more per minute
13. Electric supply- 415V, 3Ø, AC, 50hz
14. Equipment must be US-FDA/CE/ European CE Certified.
16
Dimensions: 4feetX2 Feet. The folding table shall be specially designed for
carrying rolling and folding of linen in the laundry.The frame of the table shall be
fabricated out of MS welded construction with one bottom shelf for storage.
Complete with heavy duty ball bearing for swiveling wheels. The table top shall be
of polished Stainless steel.
1. Rolling Table large size having S.S. top and under shelf. Top made of S.S. sheet.
One under shelf of 18 S.S. Sheet having 4” dia. The castor wheel should have
locking mechanism.
Length – 100’’ Breadth – 50’’ Height – 50’’
2. Should be able to use while folding and stacking of linen while in process.
1. Construction: Counter Top should be made of granite top with appropriate size
2. Should be aesthetically good
3. Should be supplied with computer as per specification given for receiving
counter.
4. Should provision for placing CPU,UPS, Mouse, Keyboard etc
1.The cleanlinen trolley shall be fabricated out HDPE fibre plastic / SS and should
have spring bottom feature for the better movement and performance along with
swivelling wheels.
2. Trolley has to be color coded to be used in clean and dirty area.
1. The clean linen trolley shall be fabricated out HDPE fibre plastic/ SS and should
have spring bottom feature for the better movement and performance along with
swivelling wheels.
2. Trolley has to be color coded to be used in clean and dirty area.
17
1. Reverse Osmosis Plant 5000 Liters per hour capacity
2. Should have stainless steel skid mounts for pre-treatments and RO unit
3. Should have booster Pumps.
4. Should have direct bypass valve and auto flush systems.
5. Should have thin film composite membrane of equivalent.
6. Should have dry run protection of pump.
7. Should have auto flush timer.
8. Should have automatic tank level control.
9. Should have over voltage and over current protection.
10. Should have high efficiency reverse osmosis membrane.
11.Should have 10000 L purified water reservoir with bacterial vent filter to ensure
microbiological integrity.
12.Should have re-circulation pump provides instantaneous delivery flow.
13.Should have comprehensive micro-processor monitoring and control system.
14.RO should of Eureka Forbes/Ion Exchange / Millipore / Kent / Aquacare /
Rions make.
15.Consumable filters & other accessories of 2 each extra to be provided with first
supply &unit rate should be quoted for these items for 3 years.
1. Bidder has to do all required turnkey as defined in the specs, institute will
provide shell structure of aprrox. 6000 sq feet with one point electrical, water &
drain supply, rest all bidder has to do from planning, designing, supply,
installation and commissioning of all equipment on turnkey basis. In Addition to
the above work, Bidder has to do all turnkey works ( provide space & ancillary
services ) for future expansion of Laundry services equivalent to 50% of the total
load mentioned in the tender
2. Bidders are strongly advised to visit the site and carry out the assessment of
works. Total area dedicated for Laundry is approx. 6000sq feet. Only those
vendors who offer the entire range of state of the art equipment comprehensively as
a package deal will be considered. Laundry has to be designed, built, operate and
maintain by the supplier for 3 years.
18
3. Bidder has to submit the layout design proposed with material used for
construction/civil works to AIIMS NAGPUR for approval, Bidder can start the
execution of civil works after getting approval from AIIMS NAGPUR.
4. Civil works includes construction of brick wall, plastering, painting, etc required
as per the approved lay out plan, laying of tiles on walls & floors, provision of doors
& windows as per approved lay out plan. Levelling of floor (if required) before lying
of suitable anti-slippery floor and strengthening of floor should be bidder’s
responsibility (if required).
5. Bidder has to construct toilets, rest room, change room(Male & Female),eye-
shower and
shower facilities for their workers.
6. Room for RO/softener water plant with proper exhaust has to be carried out by
the bidder.
7. Room/space for Air Compressor (if required) for smooth operation should be
provided by the vendor.
10. Bidder has to install CCTV cameras covering all major areas with recording of
30 days for the proper monitoring of workflow with the connection in the manager
room. It should be integrated with Hospital security system.
9. Electrical works
1. All electrical work required for commissioning and installation of equipment like
cable wire, electrical outlets, switches, cable trenches, trays, railings, etc. should
be fire proof, of reputed make, certified for electrical safety. All remaining work has
to be done by the bidder including Electrical Isolators, MCBs, Electrical boards,
Switches, Sockets and any other thing which are required for smooth running of
Laundry Equipment.
2. Bidder has to supply suitable electrical control panel for all laundry system.
3. Institute will provide one point electrical supply at laundry and further
distribution within the laundry will be responsibility of bidder as per approved
layout.
19
10. Ventilation & Lighting
1. Provision of 2ftx2ft LED lights to provide illumination of 500 lux in all areas.
LED lights to be flush mounted to the false ceiling.
3. Exhaust air fans to be provided wherever required to maintain the positive and
negative pressures as per SOP/tendered specs.
3. Safe disposal of solid & liquid waste generated during the process of the work
will be the responsibility of the contractor.
4. Any other plumbing works associated with proper functioning of Laundry has to
be carried out by the vendor.
b. Fire fighting system will be installed comprising of Hose reels, fire hydrants,
landing valve, hose pipes, branch pipe, nozzles, valves as per CPWD specifications.
The hosing and internal pipeline needs to be laid down by the vendor. However the
water connection will be provided by the institute.
c. Automatic sprinkler system with adequate size of pressurization pump with
pressure gauge, flow switch, annunciation panel etc shall be installed by the
vendor, as per CPWD specifications.
20
d. Vendor will provide adequate fire extinguishers of required type. (According to
Fire safety rules).
3. The bidder shall comply with the labour laws applicable and Institute shall not
be responsible for any litigation/default from agency side.
4. The firm will verify the antecedents of all employees working, by police
verification and will keep attendance and other relevant records at it’s cost and will
produce these on demand of any authority. The list containing the
names/addresses of the personnel appointed by the agency shall be made available
to the Institute Authorities with their bio-data within 10 days from the date of
deputing.
6. The institute shall not provide any sort of accommodation to the staff or person
deployed by the contractor and no cooking/lodging will be allowed in the premises
of the institute at any time.
7. Institute will decide the timing of collection of linen, to be followed by the vendor
(Delivered within 24 hrs of collection).
8. If any situation arise out in violation of any terms and conditions of the contract
executed between the parties to terminate or cancel or at the time of expiry of the
contract, the vendor will be held responsible to preserve the laundry equipment
intact and handover the same in functional status. Otherwise vendor shall be liable
to pay the damages occurred due to any lapse on his part and the amount of the
damages of equipment will be deducted from the amount of security deposited.
9. The contractor shall not, at any stage, cause or permit any sort of nuisance in
the premises of institute or do anything which may cause unnecessary disturbance
or inconvenience to others working there as well as to the general public in the
institute premises and near to it.
21
14. Manpower Requirement
1. The vendor will depute adequate manpower to meet the SOP & load requirement
as defined in the tender.
3. Medical examination of staff:-The bidder shall employ only those persons in the
laundry who are found to be medically fit. Hospital reserves its rights to examine
any of the employees for medical fitness without prior notice. Expenses, if any
incurred by the AIIMS NAGPUR on medical examination of such employees, shall
be borne and paid by the bidder.
4. Wages and insurance:-The vendor shall comply with the laws applicable to
employees working in the laundry regarding working hours, minimum wages,
safety, cleanliness, leave, over time allowances, provident fund, retrenchment
benefit, and medical benefit like ESI etc.
6. AIIMS NAGPUR management has no liability for the manpower deployed by the
party, their health and safety. Firm will provide uniforms, aprons and other
protective gear to ensure proper protection to all workers. All workers will be
immunized by the firm before employment & during the course of employment as
& when needed. All Personnel involved
7. The laundry services for AIIMS NAGPUR shall be provided on all days (including
Sundays & Holidays) during the contract period. Failure to provide service shall
attract penalty.
22
16. Supervision and Quality control
1. AIIMS NAGPUR, management shall have the right to terminate the contract of
the services rendered by the vendor, which are not of the requisite standard.
2. Management shall demand and be supplied with a sample of any washing
chemical or detergent for inspection and analysis & if required to be sent for
testing by the approved laboratory.
3. AIIMS NAGPUR, authorities will have unfettered right to inspect the premise,
process of laundry, finished product at any time and the vendor shall cooperate
with the authorities.
2. Bidder has to install CCTV cameras covering all major areas with recording of 30
days for the proper monitoring of work flow with the connection in the manager
room. It should be integrated with the Hospital security system.
18. Payment -Payment will be made for OPEX on monthly basis by AIIMS NAGPUR
19. Penalty Performance Review Criteria and Penalty from Bill Payment:
24
Improper handling of Rs. 500/- on each occasion.
infected/soiled linen or To be complied failing which
3 improper disposal of left out contract may be terminated for
chemicals and other washing repeated offence.
materials. Bio-medical waste
is not disposed-off as per the
application
rules.
4 Damage or theft/lost/short To be replaced by the agency
fall of the linen etc. at the with same specification
Agency end
The Laundry Men/Staff are Rs. 100/- on each occasion.
5
not wearing proper
uniform/badge etc.
Misuse of resources for 10% of the billed amount of
6 commercial purpose by the the same
agency. month
Contract may be terminated for
repeated default as per Buyer’s
discretion.
25
20. Standard Operating Procedure (SOP) for Laundry
2. A laundry facility is to be partitioned into two separate areas - a “dirty” area for
receiving and handling the soiled laundry and a “clean” area for processing the
washed items. Ideally, soiled and cleaned linen areas should be separated by a
physical barrier. The partition (barrier wall) made of a non-porous material, should
be from floor to ceiling, preventing air/dust contaminating the clean area.
4. A transit zone should be provided between dirty and clean areas of the laundry,
where hand washing/drying and change of outer garment/PPE is carried out. A
wash area should be placed in between the clean and dirty areas, where staff can
wash/sanitize before proceeding to the clean area.
7. Bidder has to maintain all equipment as per standard during contract period
with all required consumables & calibration.
2) Linen items will be issued to the in-charges of various areas/ wards from
laundry, after tagging.
3) Proper records inclusive of number of linen, type of linen, name & ID of the
person indenting the linen and name & ID of the person receiving the linen will be
maintained.
26
A. Collection of dirty linen from various areas of the hospital
2. Linen which is heavily soiled with blood or other body fluids, or other fluids
which could leak and further contaminate other linen, shall be contained within
suitable color-coded impermeable, water-tight bags which should be labelled and
securely closed.
3. The linen shall be free from foreign materials such as sharp objects (e.g. hospital
sharps and glass) metal objects, food remnants and paper products (including tape
and plaster). Linen should be visually inspected at all levels (wards, OT, ICUs, etc)
to ensure that it is free from these foreign materials.
4. Linen not contaminated with blood or other body fluids may be segregated,
placed into appropriate laundry bags/containers and securely closed.
5. Trolleys used for collection of dirty linen should be covered all times.
6. The Colour of the trolley for collection of linen should be different from the ones
used for distribution of clean linen.
9. Details of the personnel giving and receiving linen must be recorded in a log
book along with their signatures, ID number and full name.
10. Linen received from various areas should not be mixed and items must be
returned back in the same manner
i. From OTs : Collection of linen will take place from 9-10AM, 2-3PM and 6-7pm all
days
ii. Collection of linen from ICUs : will take place from 11 to 12noon all days
27
iii. Collection of Linen from wards, OPD & other area: will take place from 10AM to
12noon all days
Collection of Linen
1. Soiled and clean linen should be transported in different colouredtrolleys, bins,
bags or other transport means, including vans or other motor vehicles.
C. Linen Processing:
28
d. Water Extraction
e. Separation
f. Drying
g. Tumble drying is preferred over other methods.
h. Ironing
3. Thermal disinfection
a. Soiled linen that is to be thermally disinfected shall be washed so that the
temperature of the load is maintained at a minimum of 65°C for not less than 10
minutes, or at a minimum of 71°C for not less than 3 minutes. It is known that
60°C for 30 minutes kills HIV, 70°C for 10 minutes kills vegetative microorganisms
and 98°C for 2 minutes kills the Hepatitis B virus.
b. If the thermal stability of the soiled linen is such that temperatures above 71°C
are permissible, the time for disinfection may be appropriately reduced.
d. As it will take time for heat to penetrate the load, an allowance for mixing time
and load level shall be made to ensure that the load is maintained at the correct
temperature for the minimum time period. For low loading 4 minutes shall be
allowed, and for high loading 8 minutes. The minimum time/temperature
combinations are therefore—
i. 65°C maintained for not less than 10 minutes; minimum cycle time 14 minutes
for low loading or 18 minutes for high loading; or
ii. 71°C maintained for not less than 3 minutes; minimum cycle time 7 minutes for
low loading or 11 minutes for high loading.
4. Chemical disinfection
a. Soiled linen that is heat sensitive and cannot be thermally disinfected shall be
washed using a wash cycle and appropriate chemicals registered with the Food and
Drug Administration.
e. Quality Control
1. As a matter of good laundry practice, the laundry shall have ongoing Quality
Control programs that record and monitor all key laundry processes. The programs
shall include clear procedures for—
b. preventative maintenance systems that ensure correct and safe operation of all
plant and equipment including appropriate calibration of all key equipment such
as water level controls, temperature controls and other process timer controls that
ensures compliance and process stability.
4. Transport Trolley and all other trolley (Both for dirty and Clean Linen) should be
maintained in cleaned and hygienic on daily basis. Transport trolley for both clean
and dirty linen should be of different colour .
For checking the above parameters the linen will be randomly inspected and if
more than 2% of the inspected linen has above defects the penalty will be liable at
each instance.
b) Checking the hardness (Calcium& Magnesium) of water being used to wash the
linen (Limit 50- 100 PPM) : checks to be done at the input point , during the
process & output point. Clear , legible, orderly record to be maintained and to be
produced when asked
c) Clear , legible, orderly records of linen being sent for the rewash, repair,
discarded to be maintained and to be produced when asked
f) No dirty linen should be left in laundry before the closing of the same.
For checking the above parameters the linen will be randomly inspected and if the
inspected linen has above defects the penalty will be liable at each instance.
2. PPE worn in the dirty area should not be worn in the clean area.
3. In area/s where clean linen is sorted, pressed, folded, and packed, personnel
should wear cap or hairnet, mask and gloves. Clean protective cotton gloves may
be used when handling flatwork ironer and automatic folder.
3. Instruction to staff in personal hygiene, particularly the need for hand washing
after handling soiled linen or removal of protective clothing.
5. Periodic evaluations may be done as indicated for job reassignment, for ongoing
programs or for evaluation of work-related problems.
32
PROFORMA ‘A’
1 2 3 4 5 6 7 8 9
We hereby certify that the details of all orders received in last 5 years of quoted
equipment has been furnished. We hereby further certify that if at any time,
information furnished by us is proved to be false or incorrect; we are liable for any
action as deemed fit by the purchaser in addition to forfeiture of the Bid Security.
Name________________________
Business Address________________________
Signature of Bidder______________________
Place: ____________________ Seal of the Bidder________________________
** The documentary proof will be a latest certificate from the consignee/end user
with cross-reference of order no. and date
## The bidders are requested to submit the purchase order copies for the specific
model quoted along with the Techno-commercial Bid.
33
22. PRICE BID- In BOQ_xxx.xls format.
The Purchaser will evaluate and compare the bids on the basis of technical
bids evaluations followed by the price bid evaluation.
25.1 Prior to the expiration of the period of tender validity prescribed by the
Purchaser, the Purchaser will notify the successful tenderer by cable or
telex and confirmed in writing by registered letter that his tender has
been accepted. This letter (hereinafter and in all Contract documents
called “Letter of Acceptance”) shall name the sum (hereinafter and in all
Contract documents called ”the Contract Price”) which the Tendering
authority will pay to the Contractor in consideration of the execution and
completion of the Works as prescribed by the Contract.
25.2 Notification of award will constitute the formation of the Contract subject
to the parties signing the contract.
25.4 The parties to the contract shall have it signed within 30 days from the
date of notification of contract award unless there is an administrative
review request.
34
26. TENDERING AUTHORITY’S RIGHT TO ACCEPT OR REJECT ANY OR ALL
BIDS
The Purchaser reserves the right to accept or reject any Bid and
annual the Bidding process and reject all Bids at any time prior to award
of contract, without thereby, incurring any liability to the effected Bidder
or Bidders on the grounds of the Purchaser’s action .
(a) defines, for the purposes of this provision, the terms set forth as follows:
(b) will reject a proposal for award if it determines that the tenderer
recommended for award has engaged in corrupt or fraudulent practices in
competing for the contract in question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a Government financed contract if it at any time
determines that the firm has engaged in corrupt or fraudulent practices in
competing for, or in executing, a Government-financed contract.
29. STANDARDS
The goods supplied under this contract shall conform to the standards
mentioned in the Technical specifications and when no applicable standard is
mentioned, to the authoritative standard appropriate to the Goods and such
standards, shall be the latest issued by the concerned institution.
The Supplier shall not without the Purchaser’s prior written consent, disclose the
contract or any provision thereof, or any specification, plan, drawing, pattern,
sample or information furnished by or on behalf of the Purchaser in connection
there with, to any person other than a person employed by the Supplier in the
performance of the contract. Disclosure to any such employed person shall be
made in confidence and shall extend only so far as may be necessary for purposes
of such performance.
The Supplier shall not, without the Purchaser’s prior written consent, make use of
any documents or information except for purposes of performing the contract.
Any document, other than the contract itself shall remain the property of the
Purchaser and shall be returned (in all copies) to the Purchaser on completion of
the Suppliers performance under the contract if so required by the Purchaser.
31.3 The inspection and tests may be conducted at the goods’ final
destination.
32. PACKING
Notwithstanding anything stated in this clause, the supplier shall be
entirely responsible for loss, damage, deterioration, depreciation of the
goods due to faulty protective and insecure packing and shall arrange for
prompt replacement, without affecting or causing any delay in the service
that has to be provided.
34. INSURANCE
The Supplier shall as far as possible shall obtain insurance cover with
Indian Insurance companies and insurance cover shall be obtained by the
successful bidder. The successful bidder is fully responsible for the reach of
equipment, commissioning and maintenance at BMC&RI KR Road,
Bengaluru. A copy of the insurance made has to be submitted to this office
after the installation of the equipments.
35. PAYMENT
Payment will be made on monthly basis on the actual qty of the linen
washed & delivered as per the requirement during the month, after
submission of service bills/invoice. Water and Electricity charges will be
deducted on actual basis from monthly bill.
The successful bidder shall pay 2% of the total revenue earned for each
month to AIIMS NAGPUR.
37
36. DELAYS IN THE SERVICE PROVIDER’S PERFORMANCE
36.1 The time and the date specified in the Contract for the delivery of the
goods shall be deemed to be the essence of the contract.
36.2 Delivery of the goods and performance of Services shall be made by the
Supplier in accordance with the time schedule specified by the Purchaser.
36.4 If at any time during performance of the contract, the supplier or its
sub-suppliers should encounter conditions impeding timely delivery of the
goods and performance of the services, the supplier shall promptly notify the
Purchaser in writing the fact of delay , its likely duration and its causes. As
soon as practicable after receipt of the suppliers notice the Purchaser shall
evaluate the situation and may at its discretion extend the suppliers time for
performance by such period as the purchaser may think fit and shall in the
case of force majeure extend such time by such period as the purchaser
shall consider fair and reasonable.
Subject to force majeure and except for delays caused by the Purchaser, if the
supplier fails to deliver any or all of the goods or perform the services within
the time periods specified in the contract , the purchaser shall, without
prejudice to its other remedies under the contract, deduct from the contract
price ,as Liquidated damages, a sum equivalent to 0.5% of the price of the
delayed goods or unperformed delivery or performance, up to a maximum
deduction of 10% of the delayed goods ‘ or services’, contract price. Once the
maximum is reached, the purchaser may consider termination of contract.
38.3 The bidder may Terminate contract only after 3 years from the time of
providing service. A mutual consent may be obtained 6 months prior
terminating the contract.
39.2 If a Force Majeure situation arises, the supplier shall promptly notify the
purchaser in writing of such condition and the cause thereof. Unless
otherwise directed by the purchaser in writing the supplier shall continue
to perform its obligations under the contract as far as it is reasonably
practicable and shall seek all reasonable alternative means for performance
not prevented by the force majeure event.
42.2 After thirty (30) days from the commencement of such informal
negotiations, or if either party refuses to participate in such informal
negotiations, then the purchaser and the supplier have been unable to
39
resolve amicably a contract dispute either party may require that the dispute
be referred for resolution to arbitration by Indian by the Indian Council of
Arbitration in Accordance with Arbitration & Reconciliation act 1996 with
latest amendments if any.
43. NOTICES
43.1 Any notice given to the other pursuant to the contract shall be sent in
writing or by facsimile, electronic mail, telegram or cable and confirmed in
writing to the address specified for that purpose in the special conditions of
contract.
The contract is for a period of Three years and if the service is found
satisfactory ,it can be extended for Three years with mutual consent.
Successful Bidder shall submit the invoice copies from where he has
purchased the equipments that will be installed at the hospital premises for
carrying out laundry services and Invoices for the purchase of linen and
chemicals used for carrying out the services.
Bidders shall submit the invoice every month (linen details) for making
payment. Along with the invoices, monthly expenditure for the chemicals
used, i.e the original invoices for the purchase of the chemicals. If any linen
has been changed in that particular month, the original invoices for the
purchase of the same.
45. ROLES & RESPONSIBILITIES OF THE CONTRACTOR/ SUCCESSFUL
BIDDER
40
The bidder shall maintain the total equipment in good condition for the
entire contractual period at free of cost without any financial implications to
Director, AIIMS NAGPUR (this shall include all kinds of insurance, AMC and
CMC to the equipment)
The total price quoted for the providing laundry service along with linen will
be considered for awarding the contract. It is mandatory for the bidders to
bid for all the items listed in the price bid. Bidders who fail to quote as per
price bid will be rejected.
Bills will be raised in name of The Director, AIIMS NAGPUR.
41
PARTICULARS FOR PERFORMANCE GUARANTEE BOND
(To be typed on Non-judicial stamp paper of the value of Indian Rupees of Two Hundred)
(TO BE ESTABLISHED THROUGH ANY OF THE SCHEDULED BANK (WHETHER SITUATED AT
NAGPUR OR OUTSTATION) WITH A CLAUSE TO ENFORCE THE SAME ON THEIR LOCAL
BRANCH AT NAGPUR. BONDS ISSUED BY CO- OPERATIVE BANKS ARE NOT ACCEPTED)
To,
The Director
All India Institute of Medical Sciences (AIIMS),
Plot No. 2, Sector-20, MIHAN, Nagpur-441108
LETTER OF GUARANTEE
WHERE AS All India Institute of Medical Sciences (AIIMS) Nagpur (Buyer) have invited Tenders vide
TenderNo...............................Dt...........................for purchase
of.......................................................................AND WHERE AS the said tender document
requires the supplier/firm(seller)whose tender is accepted for the supply of instrument/machinery,
etc. in response there to shall establish an irrevocable Performance Guarantee Bond in favour of
“The Director, AIIMS Nagpur” in the form of Bank Guarantee for Rs.............................[10% (ten
percent)of the purchase value] which will be valid for entire warranty period from the date of
installation & commissioning, the said Performance Guarantee Bond is to be submitted within
30(Thirty) days from the date of Acceptance of the Purchase Order.
NOW THIS BANKHERE BY GUARANTEES that in the event of the said supplier/firm (seller) failing
to abide by any of the conditions referred to intender document/purchase order/performance of
the instrument/machinery, etc. This Bank shall pay to All India Institute of Medical Sciences
(AIIMS) Nagpur on demand and without protest or demur ......................(Rupees………………….. ).
This Bank further agrees that the decision of All India Institute of Medical Sciences (AIIMS)
Nagpur(Buyer) as to whether the said supplier/firm (Seller) has committed a breach of any of the
conditions referred in tender document/ purchase order shall be final and binding.
We, ....................................................... (name of the Bank& branch) here by further agree that
the Guarantee herein contained shall not be affected by any change in the constitution of the
supplier/firm(Seller)and/or All India Institute of Medical Sciences (AIIMS) Nagpur(Buyer).
Not with standing anything contained herein:
a. Our liability under this Bank Guarantee shall not exceed`. ............................. (Indian
Rupees. .............................................................. only).
b. This Bank Guarantee shall be valid up to ........................... (date) and the claim period shall
be six months beyond the validity of BG.
....................... e are liable to pay the guaranteed amount or any part thereof under this
bank guarantee only and only if AIIMS Nagpur serve upon us a written claim
or demand on or before (Date)
This Bank further agrees that the claims if any, against this Bank Guarantee shall be
enforceable at our branch office at ................................................................. situated
at ................................................................................ (Address of local branch).
Yours truly,
42
CHECK LIST FOR BIDDERS ELIGIBILITY CRITERIA
1 Pan No.
2 GST No.
9 Self Declaration
43
PERSONAL CAPABILITIES
Supervisor
1
2 Laundry Manager
3 Skilled Operator
4 Attendant
*Basic requirement suggested, requirement may increase in accordance with the load or
may deploy extra as per the bidder’s requirement.
44
Annexure II
EQUIPMENT CAPABILITIES
Any other equipment that is required for carrying out the laundry services that the bidder
feels are required may be added.
45
ANNEXURE III
QUALIFYING REQUIREMENTS
1 2 3 4 5
Following is the list of earlier order for providing in house laundry services complete in
all respects executed by us to various organizations, details of which are being
furnished by us in support of Qualifying requirements are as below:
Date:
Signature with seal
46
ANNEXURE-IV
1) Bidder must take into consideration in its bid, costs to be incurred for any additional
work pertaining to Civil, Electrical, Plumbing, Sanitary and any other protections relevant
as per State/Central Govt. regulation/local authority/NDMC, Furniture, Servo stabilisers,
U.P.S. etc. required for successful installation, testing and commissioning of the system
and the offered price should include all such costs, each Schedule is to be considered a
package in itself and contractor to execute the order package on a “turn key basis”.
2) Laying of GI water pipe line with necessary taps, joints, elbows, Unions, Tees and
valves of GI made and IS-1239 standard (Latest version) to various supply points in the
Laundry Room from single point supply(Provided by the hospital).
3) Installation and commissioning of Water Softener for softening of available
ground/supply water continuously at the hardness necessary for washing and other
application required for laundry is at least “< 50 ppm”or as per suitability of the
equipment. The Water Softening System shall be installed in the capacity compatible to
the requirement of Laundry equipments and system running for the assigned duration at
fully loaded condition.
4) Installation and commissioning of Electric distribution panel with all switchgears,
wiring and controls etc of L&T/ Siemens/ ABB/GE or Schneider make ) for distribution of
power supply to various load points in the Laundry Room from single point power
supply(Provided by the hospital).
5) Providing fixing of Electrical Gadgets like ELCB, MCB, Light Points, Power points,
Fans, Cool air Fans, Exhaust fan etc in the laundry room.
6) Number of fans, power point, bulbs/tube light. Apart from this supplies to the
individual equipments with ELCB & MCB in the laundry room.
7) Installation of MCB, ACB, ELCB & OCB of Havells /Siemens/L&T/Schneider for
Control Panel for laundry.
8) Installation of sub-meter and water meter at laundry premises. The same will be
inspected and verified by concerned Executive Engineer of AIIMS Nagpur.
9) Installation of all electrical cabling must be of IS: 1554 (As per latest amendment)
standard and wiring as per IS: 732 standard and proper earthing of all laundry
equipments and other electrical instrument and accessories in the laundry room as per
standard guidelines of BIS.
10) All the items supplied should be reputed make as approved by engineer.
11) Construction/laying of Draining/Sewer system from all the equipments/Sinks to
the main drain (outside the Laundry) with proper trap and flow system and tapping.
47
12) Providing and fixing of Glass fitted Anodize finished Aluminium /Wooden
double/Single doors (Dirty & Clean) or Window ,False ceiling suitable for laundry room
and Sinks as required in the laundry room.
13) Ventilation (Preferably forced ventilation) including Ducting, Industrial
Blowers/Fans for proper air-circulation for making comfort working zone in the laundry
room at year round is the responsibility of the successful bidder .Motor shall be of
suitable capacity, continuous duty S1 type of IS : 325 standard (Latest version) and of
Kirloskar /NGEF/Siemens/ABB/GEC/Crompton Greaves make.
13) Finishing of Wall and Ceiling with Epoxy painting in the laundry room.
14) Civil works pertaining to building of Laundry Store (Storing of cleaned linen), doors
(entry and exit of Dirty and Cleaned linen), plastering to the wall, flooring, walling,
finishing work and any other work necessary in the laundry room for good practice of
high quality laundry service shall be the responsibility of successful bidder.
15) Arrangement for requisite fire fighting for laundry and its maintenance for the
contract period as per the statutory body of State/Central Govt./local authority etc shall
be the responsibility of the successful bidder.
16) Tenderer should install a high quality CCTV camera with recording facility at the
weighing place of laundry site.
48
Annexure V
LINEN REQUIREMENT
MAJOR OT
SL ITEMS
NO.
FOR PATIENTS
Sl NO. ITEMS
1 BEDSHEET
2 PILLOW COVER
3 DRAW SHEET
4 PATIENT GOWN
5 PYJAMA & SHIRT
6 BLANKETS
7 CURTAINS
8 HOLE TOWEL
49
FOR HOSPITAL STAFF :
Sl No. ITEMS
Sl ITEMS
No.
1 BEDSHEET
2 PILLOW COVER
3 DRAW SHEET
4 PATIENT GOWN
5 PATIENT PYJAMA & SHIRT
6 BLANKET
7 CURTAINS
8 BEDCOVERS
Two samples of each item indicated as above for the hospital linen to be procured and supplied for
use AIIMS Nagpur during the contract period must be provided along with the bid. Any bid received
without samples of linen shall be rejected.
The linen requirement may vary and new inclusions may be done. Any linen newly added or deleted from the
above list after the Notification Of Award must be considered by The successful bidder shall provide the linen
approved by the tender inviting authority, any changes or addition in the linen required shall also be done as per
the requirement of the Heads of the hospital.
The Cloth material should be of good quality and should be procured after approval of the cloth sample by
the designated competent authority of the hospital. The linen specifications are subjected to change as per
the requirement of hospital authority.
50
Annexure VI
NIT No:
Note:
1. The above quoted prices shall include all charges like the linen, consumables,
chemicals, linen, equipment, transportation of linen, lab tests that need to be done
periodically, or any other service charges.
2. The above quoted charges shall include all duties & taxes payable. Dry linen shall
be weighed and weight of each linen shall be fixed during the time of award of
contract.
Date:
Page 51
of 41
Annexure-VII
Integrity
Pact
Between
All India Institute of Medical Sciences, hereinafter,
Preamble
The AIIMS Nagpur intends to award, under laid down organisational procedures,
contract/s for………………………………………….The AIIMS Nagpur values full
compliance with all relevant laws of the land, rules, regulations, economic use of
resources and of fairness/ transparencies in its relations with its Bidder(s) and / or
Contractor(s).
In order to achieve this goal, AIIMS Nagpur will appoint Independent External
Monitor (IEMs) who will monitor the tender process and the execution of the
contract for compliance with the principles mentioned above.
Section - 3 Disqualification from tender process and exclusion from future contracts
If AIIMS Nagpur has disqualified the Bidder(s) from the tender process prior to the
award according to Section 3 above, The AIIMS Nagpur is entitled to demand and
recover the damage equivalent to Earnest Money Deposit /Bid security.
2. If AIIMS Nagpur has terminated the contract according to Section 3, or if AIIMS
Nagpur is entitled to terminate the contract according to Section 3, AIIMS Nagpur
shall be entitled to demand and recover from the Bidder(s) liquidated damages of
the Contract value or the amount equivalent to performance bank Guarantee.
Page 53
Section - 5 Previous Transgression of 41
1. The Bidder declares that no previous transgressions occurred in the last 3 years
with any other company in any country conforming to the anti- corruption
approach or with any Public Sector Enterprise in India that could justify his
exclusion from the tender process.
2. If the Bidder makes incorrect statement on this subject, he can be disqualified
from the tender process or action can be taken the contract, if already awarded,
can be terminated.
The AIIMS Nagpur appoints competent and credible Independent External Monitor
for this Pact. After approval by Central Vigilance Commission. The task of the
Monitor is to review independently and objectively, whether and to what extent the
parties comply with the obligations under this agreement.
1. The Monitor is not subject to instructions by the representatives of the parties
and performs his/her functions neutrally and independently. The Monitor would
have access to all contract documents, whenever required. It will be obligatory
for him / her to treat the information and documents of the Bidders /
Contractors as confidential. He/ she reports to the Director AIIMS Nagpur.
2. The Bidder (s) Contractor (s) accepts that the Monitor has the right to access,
without restriction to all Project documentation of the AIIMS Nagpur including
that provided by the Contractor. The Contractor will also grant the Monitor,
upon his/her request and demonstration of a valid interest, unrestricted and
unconditional access to their project documentation. The same is applicable to
Sub-contractors.
3. The Monitor is under contractual obligation to treat the information and
documents of the Bidder (s)/ Contractor(s)/ Sub-contractor(s) with
confidentiality. The Monitor has also signed declarations on Non-Disclosure of
Confidential Information and of ‘Absence of conflict of Interest’. In case of any
conflict of interest arising at a later date, the IEM shall inform Director, AIIMS
Nagpur and recuse himself/herself from that case.
This Pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the respective contract, and for all other Bidders' 6
months after the contract has been awarded. Any violation of the same would entail
disqualification of the bidders and exclusion from future business dealings.
If any claim is made / lodged during this time the same shall be binding and continue to
be valid despite the lapse of this pact as specified above, unless it is discharged /
determined by Director of AIIMS Nagpur.
1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the
AIIMS Nagpur.
2. Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
3. If the Contractor is a partnership or a consortium, this agreement must be signed by all
partners or consortium members.
4. Should one or several provisions of this agreement turn out to be invalid, the remainder
of this agreement remains valid. In this case, the parties will strive to come to an
agreement to their original intentions.
5. Issues like comprehensive Warranty / Guarantee etc. shall be outside the purview of
IEMs.
6. In the event of any contradictions between the Integrity Pact and its Annexure, the Clause
in the Integrity Pact will prevail.
For and on behalf of the AIIMS Nagpur For & on behalf of Bidder/Contractor