0% found this document useful (0 votes)
338 views55 pages

NIT For Outsource Laundry Service at IPD of AIIMS Nagpur

The document is a notice inviting tender from eligible service providers for outsourcing laundry services at All India Institute of Medical Sciences (AIIMS), Nagpur. Some key details include: - The last date for online bid submission is June 17, 2021 at 3:00 PM and bids will be opened on June 18, 2021 at 3:00 PM. - The scope of work involves planning, designing, supplying, installing, operating, and maintaining laundry equipment as well as transporting linen within the hospital. - An earnest money deposit of Rs. 7,66,500 is required to bid on the project. The notice provides instructions for bidders on the bidding process and criteria for evaluation and selection

Uploaded by

rafikul123
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
338 views55 pages

NIT For Outsource Laundry Service at IPD of AIIMS Nagpur

The document is a notice inviting tender from eligible service providers for outsourcing laundry services at All India Institute of Medical Sciences (AIIMS), Nagpur. Some key details include: - The last date for online bid submission is June 17, 2021 at 3:00 PM and bids will be opened on June 18, 2021 at 3:00 PM. - The scope of work involves planning, designing, supplying, installing, operating, and maintaining laundry equipment as well as transporting linen within the hospital. - An earnest money deposit of Rs. 7,66,500 is required to bid on the project. The notice provides instructions for bidders on the bidding process and criteria for evaluation and selection

Uploaded by

rafikul123
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 55

अ खल भारतीय आयुिव ान सं थान, नागपुर

ALL INDIA INSTITUTE OF MEDICAL SCIENCES, NAGPUR

Address: Plot No. 2, Sector


Sector-20, MIHAN, Nagpur– 441108

Email: - [email protected] Ph.No.07103-295590


Ph.No.07103

Notice Inviting Tender for


Outsourcing of Laundry Services on PLAN, DESIGN, SUPPLY,
INSTALLATION, OPERATION, MAINTENAN
MAINTENANCE CE of laundry
equipment and transportation of the hospital linen
(washed/dirty) to and from the wards on daily basis for
Laundry at AIIMS NAGPUR

NIT No. AIIMS-NAG/Laundry


NAG/Laundry-
IPD/OTE/2021-22
22/06

NIT Issue Date & Time 07 May 2021 at 05.00 PM

Pre-bid Meeting (To be held at AIIMS 13 May 2021 at 03:00 PM


Nagpur)

Bid Submission Start Date 20 May 2021 at 09.00 AM

Last Date of Online Bid Submission 17 Jun 2021 at 03:00 PM

Bid opening date 18 Jun 2021 at 03:00 PM

Tender documents may be downloaded from website


www.aiimsnagpur.edu.in
www.aiimsnagpur.edu.in(for
for reference only) and CPP site
https://eprocure.gov.in and tenders.gov.in

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:-

1. Bids shall be submitted online only at CPPP website:


https://eprocure.gov.in/eprocure/app.

2. The complete bidding process is online. Bidders should be possession of valid


digital Signature Certificate (DSC) of class II or III for online submission of bids. Prior to
bidding DSC need to be registered on the website mentioned above. For any assistance for
e-bidding process, if required, bidder may contact to the helpdesk at 0291-2740741.

3. Tenderer/Contractor/Bidders are advised to follow the instructions provided


in the ‘Instructions to the service providers/ Bidders for the e-submission of the
bids online through the Central Public Procurement Portal for e-Procurement at
https://eprocure.gov.in/eprocure/app’.
4. Bid documents may be scanned with 100 dpi with black and white option,
which helps in reducing size of the scanned document.
5. EARNEST MONEY DEPOSIT [EMD] Earnest money at amount of Rs. 7,66,500/-
by means of a Bank Demand Draft/ FD, a scanned copy to be enclosed. It is also
clarified that the bids submitted without earnest money will be summarily rejected. The
DD/FD may be prepared in the name of "The Director, AIIMS Nagpur” The EMD cost
must reach at Administrative office, OPD Building, 1st Floor, Plot No. 2, Sector-20,
MIHAN, Nagpur before opening of tender.
i) No request for transfer of any pervious deposit of earnest money or
security deposit or payment of any pending bill held by the AIIMS Nagpur in
respect of any previous supply will be entertained. Tenderer shall not be
permitted to withdraw his bid or modify the terms and conditions thereof. In case
the tenderer fail to observe and comply with stipulations made herein or backs
out after quoting the rates, the aforesaid amount of earnest money will be
forfeited.
ii) Tenders without Earnest Money will be summarily rejected.
iii) No claim shall lie against the AIIMS Nagpur in respect of erosion in the value
or interest on the amount of EMD.
iv) If MSME firm (Micro and Small Firm only) is registered for above tendered
item, then the firm will be exempted for submission of EMD amount. Firm must
upload scanned copy of following documents in support of exemption.
a) District Industries Centers (DIC)
b) Khadi and Village Industries Commission (KVIC)
c) Khadi and Village Industries Board
d) Coir Board
e) National Small Industries Corporation (NSIC)
f) Directorate of Handicraft and Handloom
g) Any other body specified by Ministry of MSME (MoMSME)
h) Udyog Aadhaar Acknowledgment/Udyog Aadhaar Memorandum issued by
MoMSME.

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

Director, AIIMS Nagpur


3
1. GENERAL CONDITIONS
1.1 Only agencies / firms who meet the qualification criteria shall be considered
for further evaluation.

1.2 If a firm submits more than one bid all bids of the party will be rejected.

1.3 The Tendering authority reserves the right to :

Reject or accept any application without assigning any reason or incurring


any liability thereof Cancel the tendering process and reject all
applications/tenders Amend the scope and value of any contract under this
project, in such event the bids will only be called from those pre-qualified
applicants who meet the requirements of the contract as amended.

1.4 No correspondence either from successful/pre-qualified bidder or


unsuccessful applicant will be entertained in this regard.

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.

1.7 The applicant should provide information regarding litigation/ Arbitration


cases if any, such instances are found later, the contract will be terminated.

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.

2. Minimum Qualification Requirements


The bidders meeting the following minimum criteria shall be eligible to submit the
bids with documentary evidence.–
a) GST registration certificate and GST remittance challans for the year 2020-
21
b) Bidder should have experience of successfully providing In-house laundry
services to Hospitals / Nursing Homes for at least Three (3) years on Build
own & Operate Model as on date of invitation of bids.
c) Bidder should have delivered satisfactory performance of at least two similar
works in the last Three years for 500 or more bedded hospital
(Supporting documents are to be submitted). Similar work means previous
experience in Planning, Designing and setting up of Laundry and running of
laundry equipment in 500 bedded or more hospital. They should have
satisfactory service certificate for the same.
d) Annual turnover on account of laundry operation should not be less than
2.50 Crores in the three previous financial years or not less than 7.50
Crores for the last three financial years together (2016-17,2017-18 and 2018-
19). Should be certified by CA.

e) Bidder must have a solvency certificate issued by nationalized / scheduled


bank not less than Rs. 2.50 crore. Solvency certificate should be dated on or
after the tender notification.
f) Bidder must have GST registration, copy to be enclosed.
g) Bidder should have registration with ESI & EPF, copy to be enclosed.

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.

3.2 In exceptional circumstances prior to expiry of the original tender validity


period, the Tendering Authority may request the tenderer for a specified
extension of the period of validity. The request and the responses there to
shall be made in writing or by cable, telex or facsimile. A tenderer may
refuse the request without forfeiting his Tender Surety. A tenderer agreeing
to the request will not be required nor permitted to modify his tender, but
will be required to extend the validity of his Tender Surety correspondingly.

4. PRE BID MEETING


4.1 If a pre-tender meeting is convened the tenderer's designated representative
is invited to attend at the venue and time stated in the Invitation to Tender.
The purpose of the meeting will be to clarify issues and to answer questions
on any matter that may be raised at that state.

4.2 The tenderer is requested as far as possible to submit any questions in


writing, to reach the Tendering Authority not later than seven days before the
meeting. It may not be practicable at the meeting to answer questions
received late, but questions and responses will be transmitted in
accordance with the following:
(a) Minutes of the meeting including the text of the questions raised and the
responses given together with any responses prepared after the meeting, will
be transmitted through the e-portal corrigendum.
(b) Any modification of the tender documents which may become necessary as
a result of the pre-tender meeting shall be made by the Tendering authority
exclusively through the issue of a tender corrigendum/ addendum/ both.
(c) Non attendance at the pre-tender meeting will not be cause for
disqualification of a bidder.

5. TENDER OPENING & EVALUATION


5.1 Tender Opening

 The Purchaser will open the tenders online on CPP Portal.


 The Tender Evaluation committee will examine the tenders to determine
whether they are complete, whether the requisite Tender Securities have
been furnished, whether the documents have been properly signed and
whether the tenders are generally in order.
6
5.2 Process to be Confidential

After the public opening of tenders, information relating to the


examination, clarification, evaluation and comparisons of tenders and
recommendations concerning the award of Contract shall not be disclosed to
tenders or other persons not officially concerned with such process until
the award of Contract is announced.

Any effort by a tenderer to influence the Purchaser in the process of


examination, evaluation and comparison of tenders and decisions concerning
award of Contract may result in the rejection of the tenderer’s tender.

5.3 Clarification of Tenders

To assist in the examination, evaluation and comparison of


tenders, the Tendering authority may ask tenderers individually for
clarification of their tenders, including breakdown of unit prices. The request
for clarification and the response shall be in writing or by cable, facsimile or
telex, but no change in the price or substance of the tender shall be sought,
offered or permitted except as required to confirm the correction of
arithmetical errors discovered during the evaluation of the tenders.

No Tender shall contact the Officers on any matter relating to his


tender from the time of the tender opening to the time the Contract is
awarded. If the tenderer wishes to bring additional information to the notice
of the Tendering Authority, he shall do so in writing.

5.4 Determination of Responsiveness

Prior to the detailed evaluation of tenders, the Tendering authority will


determine whether each tender is substantially responsive to the
requirements of the tender documents. For the purpose of this clause, a
substantially responsive tender is one which conforms to all the terms,
conditions and specifications of the tender documents without material
deviation or reservation.

A material deviation or reservation is one which affects in any


substantial way the scope, qualify, completion timing or administration
of the Service to be undertaken by the tenderer under the Contract, or
which limits in any substantial way inconsistent with the tender documents,
the Tendering authority’s rights or the tenderers obligations under the
Contract and the rectification of which would affect unfairly the competitive
position of other tenderers who have presented substantially responsive
tenders.

A tender determined to be not substantially responsive will be


rejected by the technical tender scrutiny committee and may not
7
subsequently be made responsive by the tenderer by correction of the non-
conforming deviation or reservation.

5.5 Correction of Errors

Tenders determined to substantially responsive shall be checked for any


arithmetic errors in the computations and summations. Errors will be
corrected as follows;

(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.

6. PERSONNEL AND EQUIPMENT CAPABILITIES (after the Award of Contract)


6.1 Personnel Capabilities: The firm should have suitable qualified and
experienced personnel for the successful completion of the works. List of
employees and bio-data of key officials shall be submitted stating clearly how
these would be involved in this work. (Fill enclosed ANNEXURE -I).
6.2 Equipment Capabilities: The Applicant should submit the list of
equipments for successful completion of project. And the list has to comply with
the technical specifications as listed (Fill enclosed ANNEXURE -II).
6.3 Joint Venture/ Consortium with equipment provider at laundry in AIIMS
Nagpur is allowed to participate in the Tender Process.
6.4 Tenderer should submit an undertaking on firm’s letter head in this regard.

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.

d. Timings of Collection of Linen (Indicative)


i. From OTs : Collection of linen will take place from 9-10 AM, 2-3 PM and 6-7 PM
all days
ii. Collection of linen from ICUs: will take place from 11 AM to 12 noon all days
iii. Collection of Linen from wards, OPD & other area: will take place from 10 AM to
12 AM all days

e. Timings of Distribution of Linen(Indicative)

i. Distribution of Linen to OTs: Distribution of Linen will take place from 8 AM to 9


AM all days in morning

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.

4. L1 calculation will be based on OPEX cost. However, the payment of OPEX


will be made on the actual 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.

7. CONDEMNATION & REPLACEMENT OF TORN LINEN

Condemnation of torn/useless linen will be done by the bidder and replacement


with new linen will be done by the bidder. The bidder will sort out linen (after
collection) which is beyond repair. This list will be verified by the Hospital’s
representative & this cloth will be sluiced / condemned. Equal number of fresh
linen pieces will be issued to laundry from the stock provided by the successful
bidder to make up for this torn linen. RFID tags to be maintained for the linen,
where after a maximum of 100 washes, the linen has to be replaced with a new
stock. Linens are to be supplied as per Annexure-V.

8. Daily record during collection of dirty linen items/distribution of cleaned /


washed and ironed linen items should be maintained in the department-wise
registers duly signed by the representative of contractor and department official,
who is looking after the day to day transaction of such linen items.

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.

10. Standard precautions must be followed while collecting & handling of


infected/soiled linen.

11. Bio-Medical Waste management rules, wherever applicable will be followed by


the vendor.

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

8. Technical specification of Plant & machinery to be provided by the


Contractor.

1. Dirty Linen Collection Trolley- 3 containers minimum 40 kg capacity.


1.The dirty Linen trolley shall be having 3 containers with different colour coding
bags for the collection of the linen from the wards and other areas supported on
swivelling wheels.
2. Dirty Linen Transportation Trolley - Capacity minimum 100 kg
1.The dirty linen trolley shall be fabricated out HDPE fibre plastic / SS/
Aluminium and along with swivelling wheels. The trolley should be accessible to all
hospitals lifts.
2. Trolley has to be colour coded to be used in clean and dirty area.
3. Dirty Linen Transportation Trolley - spring bottom type- Capacity
minimum 50 kg
1. The dirty linen trolley shall be fabricated out HDPE fibre plastic/ SS/
Aluminium and should have spring bottom feature for the better movement and
performance along with swivelling wheels.
2. Trolley has to be colour coded to be used in clean and dirty area. The trolley
should be accessible to all hospitals lifts.
4. Receiving Counter
1. Construction: Counter Top should be made of granite top (W 1m x L 2m)
2. Should be aesthetically good
3. Should provision for placing CPU, UPS, Mouse, Keyboard etc
4. Should have at least 3 drawers.
5. Computer with printer& UPS
1. Bidder should be providing latest generation intel processor computer with
printer at receiving counter and at other areas wherever required.
6. Industrial Weighing machine
a. Capacity ‐ 0 to 200 Kg minimum with accuracy +/- 0.1 %

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.

Liquid Detergent supply: - The chemical/detergent supply should be through


dosing pump only with minimum 5 chemical boxes. The machines shall be
available for use with only liquid supplies via external dosing pumps.
Drive system: The machine shall have a motor powered by a variable frequency
drive. There shall be no gearboxes, clutches or gear reducers.
Water and drain: The machine shall be provided with two water inlets (Cold/Hot).
Basket Volume- 500 Ltrs.(Minimum)
Final Extract - More than 800 RPM or more
G-Force - 350 G or more
Electric supply - 415V, 3Ø,AC, 50hz
Electric Motor rating should not be more than 5 H.P.
Equipment must be CE certified.

13
15. DRYING TUMBLER

(i) Capacity – 60 kg -1200 Ltrs Electrical heated


Heavy duty, Front Loading, Cool down Feature, Auto-timed, Auto-reversible,
Dual Motor drive, Open Pocket & Front display, the dryer should be with
temperature control system. For long service life, the drum suspension
should have sealed self-lubrication bearings.

a. Control – Microprocessor with adjustable parameters such as temperature,


program and cool down time. And also the feature to control the moisture
control in the dryer
b. Temperature Controller - Auto digital control
c. Time Controller- Auto digital control for drying and cooling
d. Software -for the minimization of the cost and maximization of the uptime
of the equipment and would ensure the following (running hours, idle time,
consumption figures*, machine usage, total consumption, cost calculation
etc.) - process validation (print of receipt) - maintenance intervals (actions
are logged) - error alerts (recommend actions).
e. Door opening it should be large for easy loading and unloading
f. Inner Drum–Should be made of Stainless steel AISI-304 The drum should be
fitted with 4 lifters. The diameter of the perforation holes should be 8 mm
for better perforation and fast drying with 2 loads per hour
g. Residual moisture control feature for the continuous measurement for the
garments in the cycle to prevent over drying and thus saving energy and time
h. Safety features: The tumble dryer should be equipped with overheating
protection and a temperature sensor that turns off the heat if the airflow is
clogged.
i. Installation: The tumble dryer should be having design for quick and
simple installation by using the adjustable levelling feet. Only one external
connection for electricity, gas, steam and exhaust should be required.
j. Door Lock: The dryer should have a safety function or feature , which
means the dryer should stops in case the door is opened during operation.
k. Transmission: The transmission should have pulley and belt drive. There
should be no Gearboxes ,clutches or gear reducers. The transmission should
have a mechanical device for tightening and loosening the drive belt.
l. Door - Made of die pressed Stainless steel AISI 304 quality, Toughened glass
window , SS door latch/handle and interlock for safety.
m. Door Opening - 900 mm Ø (Minimum)
n. Basket Volume- 1200Ltrs.(Minimum)
o. Suction Blower- Heavy duty Centrifugal Suction Blower and dynamically
balanced
p. Lint Screen - Self cleaning lint screen, facility of cleaning should be through
front door
q. Electric Load – 3.3 Kw
r. Heating : Electrical
s. Electric supply–380-415V, 3Ø, AC, 50hz.

14
1 b ) DRYING TUMBLER

(ii) Capacity – 30 kg – 500 ltrs Electrical heated

Heavy duty, Front Loading, Cool down Feature, Auto-timed, Auto-reversible,


Dual Motor drive, Open Pocket & Front display, The dryer should be with
temperature control system.. For long service life, the drum suspension
should have sealed self-lubrication bearings.

a. Control – Microprocessor with adjustable parameters such as temperature,


program and cool down time. And also the feature to control the moisture
control in the dryer
b. Temperature Controller - Auto digital control
c. Time Controller- Auto digital control for drying and cooling
d. Software -for the minimization of the cost and maximization of the uptime of
the equipment and would ensure the following (running hours, idle time,
consumption figures*, machine usage, total consumption, cost calculation
etc.) - process validation (print of receipt) - maintenance intervals (actions
are logged) - error alerts (recommend actions).
e. Door opening it should be large for easy loading and unloading
f. Inner Drum–Should be made of Stainless steel AISI-304 The drum should be
fitted with 4 lifters. The diameter of the perforation holes should be 8 mm
for better perforation and fast drying with 2 loads per hour
g. Residual moisture control feature for the continuous measurement for the
garments in the cycle to prevent over drying and thus saving energy and time
h. Safety features: The tumble dryer should be equipped with overheating
protection and a temperature sensor that turns off the heat if the airflow is
clogged.
i. Installation: The tumble dryer should be having design for quick and
simple installation by using the adjustable levelling feet. Only one external
connection for electricity, gas, steam and exhaust should be required.
j. Door Lock: The dryer should have a safety function or feature , which
means the dryer should stops in case the door is opened during operation.
k. Transmission: The transmission should have pulley and belt drive. There
should be no Gearboxes ,clutches or gear reducers. The transmission should
have a mechanical device for tightening and loosening the drive belt.
l. Door - Made of die pressed Stainless steel AISI 304 quality, Toughened glass
window , SS door latch/handle and interlock for safety
m. Door Opening - 900 mm Ø (Minimum)
n. Basket Volume- 1200Ltrs.(Minimum)
o. Suction Blower- Heavy duty Centrifugal Suction Blower and dynamically
balanced
p. Lint Screen - Self cleaning lint screen, facility of cleaning should be through
front door
q. Electric Load – 3.3 Kw
r. Heating : Electrical
s. Electric supply–380-415V, 3Ø, AC, 50hz.

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.

17. Utility press with Ironing Table Size -

1. Table size should be 135 cm X 38 cm X88 cm (53”X15”X35”)


2. Garment Tray with Heated Surface and adjustment of surface temperature.
3. It should have built in Vacuum function in the table.
4. Rectangular shape of the Ironing table for large working area
5. Polyester foam padding for better life.
6. Integral steam boiler for better safety
7. Iron balancer equipped with the machine.
8. It should have overhead gantry to support iron hoses.

18. Heavy duty Sewing machine

1. Semi-Dry Automatic Lubrication to the Main Machine Parts.


2. Horizontal Axis Rotary Hook
3. Large Capacity Bobbin.
4. Extra Large Needle.
5. Sewing Speed RPM: 800
6. Max. Stitch Length: 5 to 12 mm
7. 13mm Presser Foot Clearance
8. Maximum Stitch Length of 4mm.
9. Lock Stitch Machine.
10. Equipment must be CE certified.

19. Mobile Table with castor wheels

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.

20. Fresh Linen storage racks

1. Size –minimum 1200mmx460mmx1800mm


2. 4 shelves; Made of Stainless Steel-AISI-304, Finished with Polishing.
3. Anticorrosion treated components, treated with seven steps of anti-corrosion
process.
4. Surface free from flaws, roll marks, dents, lines etc.

21. Folding table

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.

22. Dispatch Counter

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

23. Clean Linen Transportation Trolley - spring bottom type- Capacity


minimum 100 kg

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.

24. Clean Linen Transportation Trolley - spring bottom type- Capacity


minimum 50 kg

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.

25. Reverse Osmosis/Water softener Plant 5000 LPH(If required)

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.

26. Hot Water System-Gas Manifold- (If required)

1. It should be supplied by the bidder with appropriate capacity to run laundry


system without any break if laundry system runs 24x7.
2. Glass Lined Tank for water heater use.
3. Anode with low level of maintenance.
4. Low flue gas temperature for higher efficiency.
5. Additional pressure and temperature valve for safety
6. Fully automatic spark ignition & Automatic Control system
7. Sufficient number of cylinder with backup should be provided.

27. Air Compressor:

It should be supplied by the bidder with appropriate capacity to run laundry


system without any break if laundry system runs 24x7

28. Turnkey & Civil work

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.

8. SS wall panelling has to be done on both sides of barrier washers, SS 304


should be of minimum 0.8mm thick with suitable insulation.

9. Any other necessary work not mentioned in BOQ/technical


specifications/turnkey but required for successful completion of Installation,
Commissioning, maintenance & operation of Laundry should be carried out by the
bidder.

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.

2. Toughened glass sealed windows with curtains to be provided to allow natural


sun light wherever possible.

3. Exhaust air fans to be provided wherever required to maintain the positive and
negative pressures as per SOP/tendered specs.

4. Suitable tonnage of Air conditioning in office room to be provided for


maintaining a temperature of 20 deg. C +/-2 deg. C .

11. Plumbing Works


1. Institute will provide one point water& drain supply and further distribution will
be responsibility of bidder as per approved layout.

2. All plumbing work associated with proper functioning of Equipment has to be


carried out by the vendor. Drains are special open drains with removable covers
having large discharge capacity for spontaneous discharge of water. Proper Lint
Trap and Hair trap should be in the drain line.

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.

12. Fire Fighting


1. Fire safety: Fire safety equipment will be installed as per the norms and
requirements of the fire department and keeping in mind the norms and
specifications of the different zoning areas of the Laundry.
a. Fire detection and alarm system with conventional optical type smoke detectors,
RIs/ MCP, fire control panel and its wiring with copper conductor FRLS wire shall
be provided as per CPWD specifications.
i. Make of smoke detectors as approved will be Apollo/ Edward/ Seimens/
Honeywell.
ii. Make of RI, Hooters, MCP, Fire control panel will be of Agni/ Safex/ Minimax.

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).

13. General Terms and conditions


1. Any person who is in Govt. Service anywhere or an employee of the institute
should not be made a partner to the contract by the bidder directly or indirectly in
any manner whatsoever.

2. If any information furnished by bidder is found to be incorrect at any time, the


contract is liable to be terminated without any notice and the security deposit is
liable to be forfeited by the institute.

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.

5. In case any person engaged by the contractor is found to be inefficient,


quarrelsome, infirm, and invalid or found indulging in unlawful or union activities,
the Contractor will have to replace such person with a suitable substitute at the
direction of the competent authority.

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.

2. Workers with adequate knowledge and experience of working in laundry to be


employed. Due certification/verification of employees with health check-up is
mandatory.

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.

5. It shall be the responsibility of the vendor to employ an adequate number of


cleaners and sweepers and provide them with adequate and necessary equipment/
materials for keeping the laundry scrupulously clean and in a sanitary condition to
the satisfaction of the institute. Anti-rodent and pest control measures will also be
strictly followed and it will be the responsibility of the vendor to ensure that
premises are free of these.

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

in collection, transport, sorting, and washing of soiled textiles should be


consistently & appropriately trained at frequent intervals especially for the use of,
appropriate personal protective equipment (PPE). AIIMS NAGPUR possess no other
liability other than the cost of cleaning.

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.

15. Washing Chemicals/Detergents/Etc


The vendor shall be responsible for procurement of all the detergents/washing
chemicals etc. The institute authorities can make surprise check to verify that the
items used are as per approved formula and right quantity of these are being used.
All the Washing Chemicals/Detergents/etc has to be in liquid form.

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.

17. Security and safety


1. AIIMS NAGPUR , shall not be held responsible for any loss or damage due to any
reasons whatsoever to any type of inventory that may be kept in the said Laundry
store by the vendor. The premises provided to the vendor should only be used for
the purpose as mentioned in the contract (i.e. Laundry services for AIIMS NAGPUR
, only). Under no circumstances, the premises are to be used for any other
purpose, than what has been mentioned in the contract. The general safety &
ensuring fire safety of the premises is the responsibility of the contractor.

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:

Performance review shall be carried out on a quarterly basis as per


the following criteria and the penalties from the bill payment shall
be as follows:

Method of Max Score for Score


Monitoring Parameters
assessment each
Category *
Attendance, Uniform and Use Record
of PPE Review 1
during duty time of the
Laundry staff (Standard- No
penalty imposed)
Adequate supply of materials Observation
as mentioned in the service 1
standards
Observation
Equipment up-time >= / Record 2
95% Review
Collection, Segregation and Record
transport of dirty / soiled Review 2
linen in agreed time
23
lines

Washing and calendaring / Record


ironing in agreed time lines Review 2
as per the service standards(
Standard-No penalty
imposed )
Delivery of washed laundry in Record
agreed time lines as per the Review 1
service standards ( Standard-
No penalty
imposed )
Patient Satisfaction Record
1
study result Review
(Standard-90% positive
response)
Total 10
*The conditionalities of performance indicators and scores
may be changed basing on the requirement.

Total Score Penalty from Bill


Amount
< or = 75% 2 % penalty from
Bill
>75% and < 1% penalty from
90 % Bill
= or >90% Zero penalty
Other Penalty:

S. No Service level agreement Penalties for non-


compliance
1 Late Collection / picking up of Rs. 100 per hour for delay more
linen than 12 hours.
Or
Late delivery/handing over of
the washed/ cleaned
linen/dresses etc.
Use of sub-standard Rs. 1000/- penalty will be
2 detergent/ chemicals for imposed on each occasion.
washing of linens/dresses etc
during inspection by the
Hospital
Administration.

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.

Major Role of Agency


 The Agency is assigned to do sorting, washing,
extracting, drying, ironing, folding, mending and
delivery of linen.
 In addition to the above mentioned activities, the
Agency will procure & supply of Bed sheets.
 Establishment of the laundry unit with office for
management of laundry & Linen services will be the
sole responsibility of the Agency.
 Monthly payment of electricity and water as per the
utilization of electricity through sub-meter.
 The Agency has to deliver services as per ToR specified in the
RFP.
 Periodic training to each staff.
Major Role of Hospital Administration / Authority
 Provide space for establishment of laundry unit.
 Provide adequate electrical supply & water supply at the laundry
unit.
 Provide separate meters for electricity and water for
the Agency and the equal amount will be deducted
from the monthly payments of the agency as per the
utilization of electricity.
 Payment as eligible to the Agency on monthly basis.
 Regular monitoring & quality assurance

25
20. Standard Operating Procedure (SOP) for Laundry

1. The laundry facility at AIIMS NAGPUR should be designed for efficiency in


providing hygienically clean linen.

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.

3. The layout design to be approved by the consignee.

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.

5. To minimize the potential for re contaminating cleaned laundry with aerosolized


contaminated lint, areas receiving contaminated linen ideally should be at negative
air pressure relative to the clean areas (airflow should be from clean to dirty areas
at all times).

6. Laundry at AIIMS NAGPUR will run minimum from 8 AM to 8 PM on all days


(365 days) and in case of emergency/disaster 24x7.

7. Bidder has to maintain all equipment as per standard during contract period
with all required consumables & calibration.

21. Inventory management in laundry


1) Inventory management of linen which are to be processed in laundry will be
done in laundry premises, AIIMS NAGPUR.

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.

4) Indenting of inventory will be done by authorized personal of AIIMS NAGPUR.


5) All the linen sent to laundry will be checked by bidder for any defects (torn,
stained etc.) and if any defect is found then it will be replaced by the bidder from
the inventory and the same will be updated in records. If any defect is found by
the in-charge from the user area the defective piece will be sent back to the
laundry and the record of the same to be maintained.

26
A. Collection of dirty linen from various areas of the hospital

1. Contaminated linen should be handled with minimal agitation to avoid


contamination of air, surfaces and persons.

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.

7. Personnel handling dirty should wear gloves, gowns and masks.

8. Proper, legible& clear records to be maintained at the time of receiving linen


from various areas. Records should be inclusive of (Number of linen received, types
of linen received, Condition of the linen received, Name of the person delivering the
linen, Name of the person receiving the line) Damaged, torn linen received from any
of the areas should be immediately communicated to the in-charge of the
respective area.

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

Timings of Collection of Linen

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.

2. Bags/containers containing soiled linen should be handled carefully to avoid


damage and the release of possible contaminated aerosols into the air.

Unloading and storage of soiled linen at laundry premises


It shall be ensured all times that dirty linen when unloaded for wash shall be
stored in an area separated by a barrier wall, and should not come in contact with
clean linen.
B. Sorting of dirty linen
1. Sorting of dirty linen for washing is one of the most important operations in the
linen process.
2. Sorting shall be according to soil quantity (e.g. light, heavy, foul), time taken to
process (i.e. whether large or small item), nature of process (e.g. dry folded,
flatwork, starched, unstarched), fibre type, fabric structure, garment structure,
color, color fastness of dyes, soil type
3. Proper,legible& clear records to be maintained of the type of linen and number of
linen received at the receiving counter of the laundry .

C. Linen Processing:

Decontamination, Disinfection and Washing Requirements


1. The minimum requirements for washing and disinfection are:
a) Alkali – for soil removal and suspension
b) Liquid surfactant or detergent – for removal of soil and prevents re- soilage
c) Chlorine bleach/peroxide bleach – for disinfection and whitening
d) Neutralizer – for souring/neutralizing after bleaching
e) Fabric softener if applicable.

2. The recommended wash cycle is as follows:


a. Pre-wash
i. Wetting (flushing)
ii. Pre-wash 1 (alkali)
iii. Prewash 2 (rinsing)
b. Main wash (using detergent or surfactant) with minimum temperature and wash
time
c. Rinsing cycle:
i. Rinse 1 (with bleach)
ii. Rinse 2 (water)
iii. Rinse 3 (neutralizer and/or fabric softener)

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.

c. The loads used in the machines should be as specified by the manufacturers’


recommendations. The proper function of the machines such as the time and
temperature of cycles should be checked regularly with calibrated instruments.
Any sensing elements should be placed so that they measure the actual wash
temperature (i.e., the temperature
of the water in contact with the load).

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.

e. Steam or Gas may be used as heating elements.

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.

b. No chemical listed as prohibited or banned by the national regulations from


environment point of view shall be used.

c. Storage and delivery of clean linen


Cleaned linen should be stored in a clean, dry place in a manner that

i. Is distinctly separated from soiled linen;


29
ii. Prevents contamination (e.g. by aerosols, dust, moisture and vermin); and
iii. Allows stock rotation, so that the oldest stock may be used first.
iv. Laundered linen should be stored on non-porous, clean shelves.

It is highly recommended that healthcare facilities shall maintain at least 5 par


stock level in all user areas
d. Packing and delivery
Depending on the size of the delivery and the nature of the items to be delivered,
cleaned linen which is to be returned to the client should be packed (either loose or
tied in bundles) into
i. Clean trolleys, bins, baskets and covered to prevent soilage, or
ii. Clean bags and securely fastened.

Timings of Distribution of Linen (Indicative)


i. Distribution of Linen to OTs: Distribution of Linen will take place from 8AM to
9AM all days in morning
ii. Distribution of Linen to ICU: Distribution of Linen will take place from 9AM to
10AM all days in morning
iii. Distribution of linen to wards, OPD & other area: Distribution of Linen will take
place from 10AM to 2PM all days

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—

a. achieving and maintaining effective washing, disinfection, drying, finishing as


well as appropriate product life;

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.

2. Microbiologic Sampling of Linen: Will be done once in six months.

3. Laundry Premises should be clean and Hygienic always 24*7

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 .

5. Washed linen to be checked for following parameters:


a) Whiteness: Reflectiveness value: minimum 85 % No yellowing or greying
b) Stains: Upto 3 cm stain in 5% of washed linen. No stain >3cm will be acceptable
in any cloth
c) Odour: No Odour
d) No Discoloration
e) No Moist linen
30
f) No cut/ holes > 1 cm allowed in any linen
g) No holes allowed in linen of OT & ICUs
h) Tears/Torn linen : No torn linen will be acceptable

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.

6. Other parameters for Quality Checks to be checked


a) Checking the pH (Range should be within 6.5 to 8.2) of wet linen at the end of
the process: Clear, legible, orderly record to be maintained and to be produced
when asked.

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

d) All the chemicals, detergents, alkali, neutralizers, softeners, etc should be of


OEM approved brands.

e) Proper record to be maintained of any repair, replacement of any item of any


machine, equipment etc

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.

f. Recommended Personal Protective Equipment in the Workplace:

1. Personnel assigned to area/s where used or infected linen is processed should


use Personal Protective Equipment

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.

g. Personnel Training and Education


1. The laundry manager shall have appropriate knowledge of the potential
infectious hazards of soiled linen; regular information and education should be
given to laundry staff about potential infectious hazards and techniques to prevent
the spread of micro-organisms in the environment to finished linen and to
themselves, as well as safe and appropriate handling procedures for soiled and
31
clean linen. An orientation/training module designed for the laundry staff is to be
implemented in the facility as part of infection control training.
2. The key staff members are fully trained in appropriate laundry skills and
technology; those skills should be maintained by ongoing training and supervision;
only appropriately trained personnel handle and store chemicals.

3. Instruction to staff in personal hygiene, particularly the need for hand washing
after handling soiled linen or removal of protective clothing.

4. Medical evaluations of staff is mandatory before placement to ensure that


personnel are not placed in jobs that would pose undue risk of infection to them,
other personnel, patients, or visitors. All personnel must have a medical record
kept upon employment. The record should contain the following, among other
pertinent data:
a. Presence or absence of symptoms attributable to, and past history of
tuberculosis, viral hepatitis, mumps, measles, rubella, varicella, sexually-
transmitted infections.
b. Presence or absence of an immuno-compromised state c. Immunization history.
d. Complete physical examination.

5. Periodic evaluations may be done as indicated for job reassignment, for ongoing
programs or for evaluation of work-related problems.

6. The staff need to report all infections such as gastroenteritis, dermatitis,


pustules, skin lesions and boils and seek immediate medical attendent

7. Occupational exposures including needle stick injuries should be immediately


reported to the supervisor and/or to the Infection Control officer of the facility. A
sharps container should be available in the sorting and wash area.
8. Immunization requirements for linen and laundry personnel should be
undertaken
It will be the responsibility of the bidder to abide by the SOP laid down for
laundry by the Laundry Committee, AIIMS Nagpur and to adopt to changes in
SOPs from time to time. To monitor compliance to the SOP spot checks will
be undertaken by the committee.
Note: The proofs of the quality certifications for each equipment as mentioned in
the tender specifications are to be submitted along with Technical Bid.

32
PROFORMA ‘A’

PROFORMA FOR PERFORMANCE STATEMENT


(For the period of last five years)

TEL No. : _______________________________

Date of Bid Opening : _______________________________

Name and address of the Bidder : _______________________________

Name and address of the Manufacturer :________________________________

Order Order Description Value Consignee Contract Actual Reasons Have


placed no. (Model no.) of for the
by (full and and order Delay if goods
address) date quantity Any been
(Rs.)
## functio
ning
satisfac
torily
(attach
docum
entary
proof)**

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 prices shall be in Rupees. Price Bid to be uploaded in e-portal


Price escalation of 3% on quoted rate annually after 1 years from the date of
commencement of service.

23. CLARIFICATION OF BIDS

23.1 To assist in the examination, evaluation and comparison of bids the


Purchaser may, at its discretion, ask the bidders for clarification of their bids.

23.2 Clarification sought and reply received to be all in writing. No change in


price or substance of Bid permitted.

24. EVALUATION AND COMPARISON OF BIDS

The Purchaser will evaluate and compare the bids on the basis of technical
bids evaluations followed by the price bid evaluation.

25. AWARD OF CONTRACT AND SIGNING OF THE CONTRACT

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.

25.3 Upon the furnishing of a Performance Security by the successful tenderer,


the unsuccessful tenderers will promptly be notified that their tenders
have been unsuccessful.

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 .

27. PERFORMANCE SECURITY

a. The successful bidder shall have to submit a Performance Guarantee


(PG) within 15 days from the date of issue of Supply Order in favour
of “The Director, AIIMS Nagpur” and to be received in the
Administrative Office, Admin Building, AIIMS Nagpur, Plot No. 2,
Sector-20, MIHAN, Nagpur-441108, before the date of
commencement of supply or 30 days from the date of acceptance of
the purchase order, whichever is earlier. The performance guarantee
bond to be furnished in the form of Bank Guarantee as per given
Proforma of the tender documents, for an amount covering 10% of
the contract value.
b. The Performance Guarantee should be established in favour of “The
Director, AIIMS Nagpur” through any Schedule Bank with a clause
to enforce the same on their local branch at Nagpur.
c. Validity of the performance guarantee bond shall be for a period of
60 days beyond of entire warranty period from the date of issue of
installation & commissioning.
d. The performance security unless used as compensation will be
discharged by the Purchaser after the completion of the contract
period.

28. CORRUPT OR FRADULENT PRACTICES

28.1 The Government requires that Tenderers /suppliers/Contractors,


observe the highest standard of ethics during the procurement and execution
of Government financed contracts. In pursuance of this policy, the
Government

(a) defines, for the purposes of this provision, the terms set forth as follows:

(i) “corrupt practice” means the offering, giving, receiving or soliciting of


any thing of value to influence the action of a public official in the
procurement process or in contract execution;
35
(ii) “fraudulent practice” means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of the Government, and includes collusive practice among
tenderers (prior to or after tender submission) designed to establish
tender prices at artificial non-competitive levels and to deprive the
Government of the benefits of free and open competition.

(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.

30. USE OF CONTRACT DOCUMENT AND INFORMATION

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. INSPECTION AND TESTS

31.1 Inspection Authority. The Director, AIIMS,NAGPUR or his duly appointed


representative(s).
36
31.2 The Purchaser or its representative shall have the right to inspect and/or
to test the goods and services to confirm to their conformity to the contract/
where the conditions of contract and/or the Technical specifications specify
what inspection and tests the Purchaser requires and/or where they are to be
conducted then such specification shall be complied with for the goods to
which it applies. The Purchaser shall notify in writing of the identity of any
representative retained for these purposes.

31.3 The inspection and tests may be conducted at the goods’ final
destination.

31.4 Should any inspected or tested goods fail to conform to the


specifications, the Purchaser may reject them and the Supplier shall either
replace the rejected goods or make all alternations necessary to meet
specification requirements free of cost to the Purchaser.

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.

33. DELIVERY AND DOCUMENTS


Delivery of services on time as specified by the tender accepting authority at
the time of award of contract.

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.

36.3 An unexcused delay by the Supplier in the performance of the delivery


obligations shall render the Supplier liable to any or all of the following
sanctions; forfeiture of its performance security, impositions of liquidated
damages and / or termination of the contract for default.

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.

37. LIQUIDATED DAMAGES

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. TERMINATION FOR DEFAULT


38.1 The Purchaser may, without prejudice to any other remedy for breach of
Contract, by written notice of default sent to the Supplier, terminate the
contract in whole or in part. 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 pursuant to clause 13 or If the supplier
fails to perform any other obligation (s) under the contract.
38.2 The supplier shall continue performance of the contract to the extent
not terminated. In the event the purchaser terminates the contract in whole
38
or in part, pursuant to para 15.1 and without prejudice to the purchaser’s
other remedies, the purchaser may procure, upon such terms and in such
manner as it deems appropriate, Goods or services similar to those
undelivered or unperformed and the supplier shall be liable to the Purchaser
for any excess costs for such similar goods.

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. FORCE MAJEURE


39.1 “Force Majeure” means an event beyond the control of the supplier and
not involving suppliers fault or negligence and not foreseeable. Such events
may include but are not restricted to acts of purchaser either in its sovereign
or contractual capacity, wares or revolutions, fires, floods, epidemics,
quarantine restrictions and freight embargoes.

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.

40. 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 (which events shall of themselves be a breach
of the contract on the part of the supplier), provided such termination will not
prejudice or affect any right of action or remedy which has accrued or will
accrue thereafter to the Purchaser.

41. TERMINATION FOR CONVENIENCE


The Purchaser may, by written notice sent to the supplier, terminate the
contract, in whole or in part, at any time for its convenience. The notice of
termination shall specify that the termination is for the purchasers
convenience, the extent to which performance of work under the contract is
terminated and the date upon which such termination becomes effective.
42. RESOLUTION OF DISPUTE
42.1 The Purchaser and the supplier shall make every effort to resolve
amicably by direct informal negotiation any disagreement or dispute arising
between them under or in connection with the contract.

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.

42.3 Venue of Arbitration shall be at NAGPUR.

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.

43.2 A notice shall be effective when delivered.

44. CONTRACT PERIOD

 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

 The successful bidder shall follow all procedures related to supply,


installation and commissioning of the equipments and for carrying out the
laundry services.
 The successful bidder shall make arrangements for a separate electric and
water meter and bear the charges of it. The bill payment shall be made by
the bidder every month.
 The hospital shall provide required space for establishing the services, water
connection to the successful bidder.
 All Civil Works and electrical works with Modifications whatsoever shall be at
the sole responsibility of the bidder. Successful bidder shall take consent
from concerned authority for any alterations to structures in the hospital
premises.

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,

Signature and seal of the Guarantor


Name of the Bank:………………………………………………
Complete Postal Address: ....................................................

42
CHECK LIST FOR BIDDERS ELIGIBILITY CRITERIA

Sl.No Requirement as per Tender Yes No Reference


to Page
No. to be
furnished

1 Pan No.

2 GST No.

3 Annual Turn Over of Rs.2.50 Crores (minimum ) For The


Last Three Years OR Rs 7.50 crores together in the last 3
years duly Certified By Chartered Accountant

4 Company Registration Certificate

5 List Of Institutes /Organizations Where Similar Kind Of


Service Has Been Provided, ie build own & operate model

6 Performance Certificate From atleast 3 Institutes / hospitals


with 200 beds or more Where Similar Kind Of Service Has
Been Provided in the last 3 years

7 Technical Specification /Broucher Of Equipments That Will


Be Installed to Carry Out the service

8 Working methodology along with the equipments that will be


installed.

9 Self Declaration

10 Signed Tender Form

11 Signed and Scanned Copy of Notorised affidavit on Rs.


100/- of Integrity Pact (Annexure-VII)

12 Solvency certificate of Rs. 2.50 Crore issued after the date


of notification of tender.

13 If, Joint Venture then, tenderer should submit an


undertaking on firm’s letter head in this regard

43
PERSONAL CAPABILITIES

MINIMUM SUGGESTED MANPOWER to be located at Laundry Facility

Sl. No. of Man Power


No. Particulars

Supervisor
1
2 Laundry Manager

3 Skilled Operator
4 Attendant

Ward Boy (Collection


5
and Distribution)

*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

SL EQUIPMENT NAME MODEL,MAKE OF BROCHURE FOR


NO THE EQUIPMENT THE SAME
THAT WILL BE ENCLOSED OR NOT
INSTALLED
1 BARRIER WASHER EXTRACTOR
50KG
2 DRYING TUMBLER 60KG & 30KG
3 VACCUM FINISHING TABLE WITH
IRON
4 FLATWORK IRONER
5 SEWING MACHINE
6 WASH ROOM TROLLEY
7 DRY LINEN TROLLEY
8 SHELF TROLLEY
9 MOBILE TABLE
10 INDUSTRIAL WEIGHING MACHINE
11 WATER SOFTNER

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. Name of the bidder


Sl Name of the organization period Users Remarks
No where service has been certificates of
provided/ is providing successful
operation
enclosed or not

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

OTHER ALLIED WORKS FOR INSTALLATION OF LAUNDRY

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.

1 GREEN BED SHEET


2 GREEN SMALL SHEET
3 GREEN PACKING SHEET WITH TIE
4 GREEN HOLE TOWEL
5 GREEN WRAPPED GOWN
6 GREEN BLANKET
7 BLUE BED SHEET
8 DOCTORS SCRUB SUIT
9 STAFF NURSE SCRUB SUIT
10 TECHNICIAN SCRUB SUIT
11 GROUP D SCRUB SUIT
12 ABDOMINAL DRAIN SHEET 1.50 X 1.50
13 TROLLEY FULL COVER
14 CAUTERY BAG
15 CURTAINS

ICU & HDU

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

1 STAFF NURSE GOWN


2 STAFF NURSE SCRUB SUIT
3 DOCTOR'S GOWN
4 TURKEY TOWEL
5 ATTENDER GOWN
6 BEDSHEET (DOCTORS & NURSES ROOM)
7 PILLOW COVER
8 BLANKETS

GENERAL WARDS, OPD, TRIAGE

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

PRICE BID (to be uploaded in BOQ Format only)

NIT No:

For OUTSOURCING OF LAUNDRY SERVICES ON PLAN, DESIGN, SUPPLY,


INSTALLATION, OPERATION, MAINTENANCE OF LAUNDRY EQUIPMENT AT
AIIMS NAGPUR

Sl Description Rates in Rs for Per kg Rate of


No (Dry Weight) of linen GST %age
Inclusive of all charges
1 Washing, Cleaning, Drying,
ironing and delivering the linen
(washed/dirty) to and from the
wards.

The linen shall be supplied by


the contractor/ bidder.

Vendors are requested to quote rate of GST separately in financial bid

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:

Signature with seal:

Page 51
of 41
Annexure-VII
Integrity
Pact
Between
All India Institute of Medical Sciences, hereinafter,

referred to as "AIIMS Nagpur", and


............... hereinafter referred to as "The
Bidder(s)/Contractor(s)"

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 - 1 Commitments of AIIMS Nagpur

1) AIIMS Nagpur commits itself to take all measures necessary to prevent


corruption and to observe the following principles:-
a) No employee of AIIMS Nagpur, personally or through family members, will in
connection with the tender for, or the execution of a contract demand, take a
promise for or accept, for him/herself or third person, any material or
immaterial benefit which he/she is not legally entitled to.
b) AIIMS Nagpur will, during the tender process treat to all Bidder(s) with equity
and reason. The AIIMS Nagpur will in particular, before and during the
tender process, provide to all Bidder(s) the same information and will not
provide to any Bidder(s) confidential/additional information through which
the Bidder(s) could obtain an advantage in relation to the tender process or
the contract execution.
c) The AIIMS Nagpur will exclude from the process all known prejudiced
persons.

2) If AIIMS Nagpur obtains information on the conduct of any of its employees


which is a criminal offence under the relevant Anti-Corruption Laws of India, or
if there be a substantive suspicion in this regard, AIIMS Nagpur will inform its
Chief Vigilance Officer and in addition can initiate disciplinary actions.

Section - 2 Commitments of the Bidder(s)/Contractor(s)

1) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to


prevent corruption. The Bidder(s)/Contractor(s) commits himself to observe the
following principles during his participation in the tender process and during
the contract execution.

a) The Bidder(s)/Contractor(s) will not, directly or through any


Pageother
52person or
of 41 involved in
firm, offer, promise or give to any of AIIMS Nagpur's employees
the tender process or the execution of the contract or any third person any
material or other benefit which he/she is not legally entitled to, in order to
obtain in exchange any advantage of any kind whatsoever during the tender
process or during the execution of the contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any illegal
agreement or understanding, whether formal or informal. This applies in
particular to prices, specifications, certifications, subsidiary contracts,
submission or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelisation in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any criminal offence under the
relevant Anti- Corruption Laws of India; further the Bidder(s) will not use
improperly, for purposes of competition or personal gain, or pass on to
others, any information provided by AIIMS Nagpur as part of the business
relationship, regarding plans technical proposals and business details,
including information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the name &
address of the Agents/representatives in India, if any. Similarly the
Bidder(s)/Contractor(s) of Indian Nationality shall furnish the name and
address of foreign principals, if any. Further details as mentioned in the
“Guidelines on Indian Agents of Foreign Suppliers” shall be disclosed by the
Bidder(s)/Contractor(s). Further, as mentioned in the Guidelines all the
payment made to the Indian agent/representative have to be in Indian
Rupees only.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and
all payments he has made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the
contract.
f) The Bidder(s)/Contractor(s) who have signed the Integrity Pact shall not
approach the courts while representing the matter to IEMs and shall wait for
their decision in the matter.
2. The Bidder(s)/Contractor(s) will not instigate third persons to commit
offences outlined above or be an accessory to such offences.

Section - 3 Disqualification from tender process and exclusion from future contracts

If the Bidder(s)/Contractor(s), before award or during execution has committed a


transgression through a violation of Section 2, above or in any other form such as to
put their reliability or credibility in question, AIIMS Nagpur is entitled to disqualify
the Bidder(s)/Contractor(s) from the tender process or take action as per rule &
regulations.

Section - 4 Compensation for Damages

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.

Section - 6 Equal treatment of all Bidder (s)/Contractor (s)

In case of Sub-contracting, the AIIMS Nagpur Contractor shall take the


responsibility of the adoption of Integrity Pact by the Sub-contractor.
1. The AIIMS Nagpur will enter into agreements with identical conditions as this one
with all Bidders and Contractors.
2. The AIIMS Nagpur will disqualify from the tender process all bidders who do not
sign this Pact or violate its provisions.

Section - 7 Criminal Charges against violating Bidder (s)/Contractor (s)/ Subcontractors


(s)

If the AIIMS Nagpur obtains knowledge of conduct of a Bidder, Contractor or


subcontractor, or of an employee or a representative or an associate of a Bidder,
Contractor or Subcontractor which constitutes corruption, or if the AIIMS Nagpur
has substantive suspicion in this regard, the AIIMS Nagpur will inform the same to
the Chief Vigilance Officer.

Section - 8 Independent External Monitor

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.

Page 54 about all


4. The AIIMS Nagpur will provide to the Monitor sufficient information
of 41
meetings among the parties related to the Project provided such meetings could
have an impact on the contractual relations between the Principal and the
Contractor. The parties offer to the Monitor the option to participate in such
meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement,


he/she will so inform the Director AIIMS Nagpur and request the Management to
discontinue or take corrective action, or the take other relevant action. The monitor can
in the regard submit non-binding recommendations. Beyond this, the Monitor has no
right to demand from the parties that they act in a specific manner, refrain from action
or tolerate action.
6. The Monitor will submit a written report to the Director AIIMS Nagpur, within 8 to 10
weeks from the date of reference or intimation to him by the AIIMS Nagpur and, should
the occasion arise, submit proposals for correcting problematic situations.
7. If the Monitor has reported to the Director AIIMS Nagpur, a substantiated suspicion of
an offence under relevant IPC/PC Act, and the Director AIIMS Nagpur has not, within the
reasonable time taken visible action to proceed against such offence or reported it to the
Chief Vigilance officer, the Monitor may also transmit this information directly to the
Central Vigilance Commissioner.
8. The word Monitor, would include both singular and plural.
Section - 9 Pact Duration

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.

Section - 10 Other Provisions

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

Office Seal Office Seal


Signature Not Verified
Page 55
Place: Witness
Digitally of 41 CHANDRA
1: by SATYENDRA
signed
TRIPATHI
Date : Witness
Date: 2: 15:44:18 IST
2021.05.07
Location: eProcure-EPROC

You might also like