RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical...

23
Page 1 of 23 RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI Sample Tender paper for preparation of DPR for handling Bio-Medical waste under Ranchi Municipal Corporation, Ranchi & for Supply of Refrigerator at RIMS, Ranchi. Re-Tender Notice No. RIMS/Store/ME(4) 1713 dated 19.03.2016 Issued to M/s _____________________________________ ________________________________________ ________________________________________ ________________________________________ Against money receipt number …………………………/RIMS, dated : ………………… Cashier RIMS, Ranchi

Transcript of RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical...

Page 1: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 1 of 23

RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI

Sample Tender paper for preparation of DPR for handling Bio-Medical waste under Ranchi Municipal Corporation, Ranchi & for Supply of Refrigerator at

RIMS, Ranchi.

Re-Tender Notice No. RIMS/Store/ME(4) 1713 dated 19.03.2016

Issued to M/s _____________________________________

________________________________________

________________________________________

________________________________________

Against money receipt number …………………………/RIMS, dated : ………………… Cashier RIMS, Ranchi

Page 2: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 2 of 23

Invitation of tender notice for (i) DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of Refrigerator at RIMS, Ranchi. To, M/s _____________________________________

________________________________________

________________________________________

Dear Sir, Director, Rajendra Institute of Medical Sciences, Ranchi invites you to tender for (i) DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of Refrigerator at RIMS, Ranchi If you are in a position to quote for supply & installation in accordance with requirements stated in short tender notice & tender form, you must also furnish all the information, called for, along with your tender. This tender is non transferable. All legal matter in respect to this tender will be subjected to jurisdiction of Hon’ble Jharkhand High Court, Ranchi. The last date of submission of tender -- 04.05.2016 (upto 4:30 p.m). by registered posts / speed post only, Date for opening technical bid – 05.05.2016 at 12:30 p.m. Note : The separate list & specification sheets are enclosed with this tender document. The bidders have to pay separate tender document fee Rs. 5,000.00 for Sl.No. (i) & Rs. 2,000.00 for Sl. No. (ii) Yours faithfully Sd/- Director Rajendra Institute of Medical Sciences Ranchi

Page 3: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 3 of 23

OFFICE OF THE DIRECTOR RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI

Bariatu, Ranchi – 834009 (Jharkhand)

General Terms & Conditions The terms and conditions mentioned in re-tender notice no. RIMS/Store/ME(4) 1713 dated 19.03.2016

1. The tender should be submitted in duplicate complete with specification, literature, leaflet along with catalogues etc. leaving no room for back references.

2. Bids are to be submitted in two parts viz. (A) Technical Bid containing complete technical aspects including original EMD, Affidavit etc., except price bid & (B) Price Bid containing price elements only.

Note : The tenderers have to submit separate sealed technical & price bids for each department. The envelops must be superscribed as technical bid for tender no. ………. dated ………… for department of …………………………….. & similarly price bid envelopes should be superscribed. All the envelops of one department should be sealed within one envelop.

3. Technical Specification should be in the proforma / format given below :

A. Technical Specification Proforma for refrigerator.

Sl. No.

Required technical specification as mentioned in

tender form

Tenderer’s detail technical

specification of the equipment for which

they are quoting

Remarks or any other extra advantages of the quoted model or attachments (if any)

Full signature of the tenderer with seal Designation : …………………… Dated : ……………………

4. Price Bid Proforma : (Price of every item must be in separate sealed envelops) A.

Sl. No.

Technical specification of

the main machine

Unit Price in Indian

Rs.

Mention clearly the excise duty charges, or any other charges, sales tax etc. in

Indian Rs.

Price FOR destination with installation

charges, training to staff/ Doctors on turn

key basis with all taxes. (INR)

Page 4: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 4 of 23

B. Essential accessories supplied by the firm free of cost with main machine to run the machine smoothly.

Sl. No.

Name of accessories

Technical specification in

details with manufacturer

name.

Quantity Remarks (if any)

C. Rate for essential civil, electrical works & furnitures for smooth running & installation of the machine. (Tenderers have to give details of civil (including furnitures) & electrical works to be done for smooth running of machine). Rs. ……………………. (in words Rs.…………………………………………..…) (Total amount of the complete equipment set on turn key basis i.e. A+B+C+D+E = Rs. ………………………………) (in words Rs …………………………………………………………..) with five years comprehensive guarantee/warranty with all accessories, spares, manpower & turnkey maintenance works.

5. Price of Comprehensive maintenance contract with all spares after expiry of guarantee period for five years :-

Year C.M.C. Rate in Indian Rs. (per year)

1st Year

2nd Year

3rd Year

4th Year

5th Year

Note :

(1) Price of C.M.C. for five years will also be considered during price comparative evaluation.

(2) Warranty as well as CMC will cover (inclusive of) all spares, accessories & turnkey works and it will also cover :-

i. X-ray & C.T. tubes & high tension cables ii. Helium replacement iii. Any kind of motor iv. Plastic & glass parts v. All kind of sensors vi. All kind of coils, magnets, probes, transducers, cuffs, paddles, cables, chart

recorders, patient circuits, tube, bulbs, electrodes, humidifiers, sensors, cassettes, printers & images, UPS including the replacement of batteries, Air-conditioners, compressors, fuses, transformers, monitors, cameras, stabilizers, furnitures, aprons, badges, radiation accessories, software & Hardware, chambers, phantoms, pipes, boiler, electrical switches, lights & other accessories (if any) will be supplied & installed by the bidders without charging any extra cost under warranty & C.M.C.

Page 5: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 5 of 23

(3) For radiological equipment, it will be complete responsibility of the bidder to have N.O.C from AERB and after installation the bidder shall arrange the license from AERB to run the machine at RIMS. The RIMS shall provide all the required data to the bidder for getting the license. Final payment will be released after getting license to run the machine.

(4) For the bidders of Mechanised Laundary System, it is mandatory to provide operational man power for running/ operation of the complete equipment under the project for a period of 10 (ten) years. That is upto warranty and CMC period of the complete system i.e. for lifetime of the system. The bidder have to quote accordingly.

6. For preparation of DPR for Bio-Medical waste disposal under Ranchi Municipal Corporation area, the bidders have to give their own Technical bid proforma and details according to their preparation. Accordingly they have to offer their price bids (but Technical bid and Price bid should be sealed in two separate envelops prescribing “technical bid” / “price bid”).

Full signature of the tenderer with seal Sd/- Director ----------------------- Rajendra Institute of Medical Sciences Name Ranchi (in capital letters) ------------------------ Designation

7. List & specifications of equipments :- Department wise separate list is enclosed herewith this tender documents. All the bidders have to get it confirmed at the time of purchase of tender documents.

8. The tenderers have to mention clearly the names and technical specifications of the relevant accessories which they will supply along with the main equipment, free of cost in their price bid.

9. The price should be inclusive packing, carriage & installation cost. 10. The total cost of each equipments should be quoted in figures and words. 11. The price quoted should be valid for at least two years from the date of opening of tender. 12. The intending tenderers should produce the copy of manufacturing registration certificate. In

case of authorization – original authorization certificate issued by the manufacturer in the name of Director, RIMS, Ranchi. The authorization must be valid at the time of tender opening.

13. The tenderer must enclose registration certificate of Jharkhand Sales tax/JVAT along with update respective clearance certificate or If the bidding agency is not registered under Jharkhand Sales tax department then they must give an undertaking through notary affidavit that “They will supply & install the equipment/items at fixed destination after payment of JVAT/Jharkhand Sales tax on their own & they will make their own arrangements for customs clearance in case of imported equipments. They shall not demand any document from Director, RIMS for clearance or duty exemption/waiver/relief in this regard.”

14. The tenderer should furnish the warranty / guarantee period of the complete system. 15. The tender without EMD will be ignored straightway. 16. Incomplete tender will be summarily rejected. 17. The EMD will be refunded in full to the unsuccessful tenderers after finalization of tender and

in case of successful tender, the EMD will be refunded only after expiry of warranty / guarantee period.

18. The full EMD shall be forfeited in case of backing out of the offer after acceptance. 19. The successful tenderer have to supply the items in accordance with the specification as

finalized and approved by the purchase committee. In case of late supply of materials, penalty will be charged on the bidder as per norms

mentioned hereunder :-

Page 6: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 6 of 23

i. After 07 days (one week) from stipulated date of supply completion - @0.5% (point five percent) per week of total contract value upto 04 weeks

ii. After 04 weeks @1% (One percent) of contract value per week upto 08 weeks

iii. After 08 weeks @2.0% (Two percent) of contract value per week upto 12 weeks.

iv. After 12 weeks the security money & EMD will be forfeited by RIMS and the bidder will be debarred / black listed for further participations

Above mentioned same penalty will be charged during warranty as well as comprehensive maintenance contract period if there will be delay for more than 07 days from the date of information of breakdown.

Note: The bidders for preparation of DPR for Bio-Medical Waste handling system under Ranchi Municipal Corporation, Ranchi have to prepare the DPR within 90 (Ninety) days from the date of issue of work order. Failing which the above penalty clause shall be implemented on them also.

20. The bidders for refrigerator have to do the essential turnkey jobs.

Full signature of the tenderer With seal and date Designation. 21. Contractor Form ‘A’ Telegraph Address :- ……………………………………………………….. Telephone No. : …………………….. Telex No. : …………………………… Fax No. ………………………………. From _______________________________ _______________________________ (Full name and address of the tenderer) To The Director Rajendra Institute of Medical Sciences,

Ranchi. Sir,

1. I / We hereby offer to supply the stores detailed in the schedule here to such position thereof as you may specify in the supply order at the price given in the said schedule and agree to hold the order (offer) open till it is opened. I/We shall be bound by communication of acceptance within the prescribed time.

2. I / We have understood the instructions to tenderers and terms conditions of contract for contract concluded by Director, RIMS as contained in schedule & tender notice. We have thoroughly examined specification drawing or pattern quoted in the schedule here to and am/are fully aware of the nature of the stores required.

3. The following pages have been enclosed to and from part of this tender's technical bid ………… ………………………………………

Yours faithfully

Signature of tenderer

Address ………………… Dated ……………….…… Seal……………………….

Page 7: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 7 of 23

22. All documents duly completed, signed and sealed should be enclosed with your tender offer failing which your quotation will be treated as incomplete.

Technical compliance report duly filled and signed with seal of the bidder.

The bidders must fill all the rows/columns of this compliance report. This report will be inspected & evaluated by purchase committee and accordingly documents will be verified on the concerned page

numbers.

Sl. No.

Enclosures required Have you enclosed it? write clearly Yes

or No

If yes then on page no. of

this bid.

In case of lack of any essential required documents the tenders will be rejected - The list of essential required documents which must be submitted with technical bid of the bidders :

1. Photocopy of JVAT (Sales tax) Registration certificate in Jharkhand State

Yes/No Page No. ………

2. Photocopy of JVAT/Sates tax clearance certificate of Jharkhand State, valid at the time of opening of technical bid OR If the bidding agency is not registered under Jharkhand sales tax department, then they must give an undertaking through notary affidavit that “They will supply the equipment/items at RIMS, Ranchi after payment of JVAT/Jharkhand Sales tax on their own & they will make their own arrangements for custom clearance in case of imported equipments. They shall not demand any document from RIMS for JVAT/custom clearance/duty exemption/waiver/relief in this regard”.

Yes/No Page No. ………

3. Copy of Manufacturing certificate or original copy of authorization from original equipment manufacturer in the name of authorized bidder for bidding on their behalf. (Photocopy or fax copy will not be valid). Not mandatory for the bidders for preparation of DPR.

(i) Whether manufacturer or authorized dealer Write clearly manufacturer or authorized dealer

If manufacturer then valid manufacturing licence on Page No………….

(ii) If authorized dealer then write names of the original manufacturers and enclose the authorizations issued to you. e.g.

a. Authorization letter of M/s ……..

b. Authorization letter of M/s …….. and so on

Yes or No

Yes or No

On Page No. ….

On Page No. ….

4. I.T. PAN no. of the bidder. Yes or No On Page No. ….

5. Earnest money in form of Demand Draft issued by any nationalized bank only in favour of Director, Rajendra Institute of Medical Sciences, Ranchi –

(1) For DPR Preparation of Bio-waste – Rs. 2,00,000.00

(2) For Refrigerator – Rs. 20,000.00

Yes or No On Page No. ….

Page 8: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 8 of 23

6. Affidavits through first class magistrate / Notary Public, mentioning that – (a) “Our company has not been black listed or convicted in

the past by any Hospital Organization or by any Government / Semi government organization / P.S.Us / C.B.I / C.C.I & free from all kind of litigation/allegations,

(b) That the firm has no vigilance case/CBI/FEMA/CCI case pending against him/supplier (Principal)

(c) That the firm is not supplying the same item / doing the similar job at lower rate quoted in this tender to any government organization or any other institute”.

(d) That the firm shall supply the consumables & accessories required to run the machine uninterruptedly during warranty & CMC period.

Yes or No On Page No. ….

7. Technical specifications with catalogue & dimensions of equipment, accessories & details of turnkey works. The bidders of Bio-Medical Waste DPR preparation have to give their line diagram / Plan chart / Graphical representation & Other technical requirements in their DPR as per their projects.

Yes or No On Page No. ….

8. I.T. return certificate & balance sheet of the bidders for last three financial years.

Yes or No On Page No. ….

9. Acceptance letter/undertaking that they shall provide five years comprehensive warranty for all the equipments and turnkey works. Then further five years comprehensive maintenance contract with all spares, accessories & labour charges for all the equipments as well as turnkey works. For Lead apron only warranty will be considered it does not require CMC. For DPR Preparation no guarantee or CMC is required.

Yes or No On Page No. …

10. The bidders of Biomedical waste disposal DPR have to give an undertaking that they shall follow all the CPCB norms and guidelines in preparation of the DPR.

Yes or No On Page No. …

Note : 1. Sales tax form JVAT-504 G / Road permit / Entry tax etc. of Govt. of Jharkhand will not be issued

by RIMS authority. It will be responsibility of the bidders to arrange JVAT form 504-G or any other documents related to sales tax / entry tax on their own.

2. If any of the above enclosures are of more than one page then in the page number columns write clearly on page no. ……..….. to page no. ………..

3. Without filling the compliance report the offer will be rejected directly at the time of technical

evaluation. 4. All the bidders have to provide soft copy of their technical bid including specification (same as

they have submitted in hard copy of technical bid) in PEN drive also. PEN drive must be submitted by all the bidders at the time of opening of technical bid in front of purchase committee/technical committee.

5. If there will be contradiction/Confusion regarding affidavit clauses of the tender, the matter will be finalized by legal procedure through legal opinion.

Certificate of Compliance

I Mr. / Mrs. / Miss ……………………….……………. on behalf of M/s (Name of firm / company) ………………………………..…………………. do hereby confirm that I have verified the above compliance report, it is duly filled. Our technical bid consists of total (No. of pages) ……………………. (in words ………………………….………………)

Page 9: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 9 of 23

Signature of the Bidder with date & seal of the firm / company

23. Please enclose photocopies of your complete registration certificate with DGS&D / NSIC ./ DGQA, (if any) as applicable, which should be valid on the date of tender opening.

24. Price bid of technically acceptable offers would only be opened for which either the respective firm would be invited through telephone / fax or the same may be opened with display in the notice board in case telephone message can not be passed on.

25. The following information should be given in the offer by tenderers :-

a. Complete configuration of the main equipments.

b. Relevant (must) accessories should be supplied with the equipment, if it is required for running the complete system.

c. Optional accessories, if any.

26. Liquidated damages shall be levid for delay in supplies as per tender rules.

27. The successful tenderer shall have to submit security deposit equal to 10% of the value of the contract in form of Bank guarantee pledged to Director, RIMS, Ranchi. The bank guarantee shall be valid for minimum period of 60 months.

28. Tenders / Quotations are to be submitted in duplicate. Number of pages, leaflets / pamphlets, catalogue drawings etc. should be tied separately and marked original / duplicate. However, the tender inquiry document issued by RIMS should be attached with original copy of tender / quotation.

29. Technical bids & Price bids should be kept sealed separately super scribing the envelope “Technical Bid” & “Price Bid” and Tender Notice No. & Tenderers name with full address & telephone numbers.

30. The tenderers shall give a clear and guaranteed delivery period for completion of supply & installation and functioning of the complete system in their bid and they have to maintain the time frame.

31. Tenderers are required to answer all the question mentioned in the schedule & should return the same duly signed and filled along with form “A”

32. The tendering firms shall note that the supplies will be made in accordance with the specification mentioned in the tender.

33. Nevertheless, the purchaser shall be liable for price variation after final approval by purchase committee. The overseas bidders also have to quote their rates in Indian rupees. They shall calculate the exchange rate of foreign currencies in Indian rupees & quote accordingly in Indian rupees.

34. The tenderer has to mention clearly the quality, specification, names of companies for consumables like films & others to be used in the machines for optimum quality results. The tenderer has to assure in written about the local availability of consumables in their tender.

35. If the supplier, having been called upon by the purchaser to furnish security deposit (S.D.), failed to furnish the same within the period provided it shall be lawful for the purchaser to forfeit the E.M.D. and to cancel the contract.

36. The purchaser shall be entitled and it shall be lawful on his part to forfeit the amount of security deposit in whole or in part in the event of any default, failure or neglect on the part of the supplier in the fulfillment of performance in all respect of the contract under references or any other contract with the purchaser or any part thereof to the satisfaction of the purchaser.

37. The security deposit shall remain in full force and effect during the period that would be taken for satisfactory performance and fullfilment of in all respects of the contract i.e. since final acceptance of the goods/equipments or any other by the consignee and be valid upto guarantee period of the equipments to be purchased.

Page 10: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 10 of 23

38. After complete installation of the equipment the supplier shall inform the technical committee or the concerned authority in writing for inspection & functioning of the equipments. If the inspecting officer finds that pre-inspection of the consignment is not as required then the consignment is liable for rejection.

39. Contractor / Seller hereby declare that the goods / stores / articles sold / supplied / installed to the purchaser under this contract shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specification & particulars mentioned in the contract.

The contractor / seller hereby guarantees that the said goods / articles would continue to confirm to the description and quality aforesaid for a period of Five years from the date of final installation.

a. Warranty to the effect that before joining out of production for the spare parts they will give in adequate advance notice to the purchaser of the equipment so that the later may undertake the balance of the life time requirements.

b. Warranty to the effect that they will make available the blue prints of drawings of the spares if & when required in connection with the main equipment.

40. The following clauses are required to be confirmed :-

a. Free routine servicing (at least 2 visits of their engineers at site in one year) will be carried out by the firm till guarantee period.

b. The firms will make available full engineer support package (ESP) including essential maintenance and recommended spares for maintenance of the equipment for further 05 years after the guarantee period.

c. The following set of documents in respect of the equipments are also required to be supplied by the firm :-

Literature Distributions Quantity (i) Operation instructions With each equipment 2 sets each

(ii) Wiring diagram Inspecting authority (Concerned authority)

2 sets

(iii) Maintenance service manual Inspecting authority 2 sets (iv) Spare parts lists indicating cost (Concerned authority) 2 sets

d. The tenderers should quote the latest models. Quotations for out dated models of equipments will not be entertained.

41. Payment terms as follows :

100% after installation and completion of training. If needed, the L.C. account in nationalized bank may be opened for assurance of payment. The payment clauses in L.C. will be after job completion.

42. Price bids and technical bids should be separately sealed, covers duly super scribed. Both the bids should be in duplicate. Both these sealed bids should be put in another main envelope duly sealed & mentioning following informations.

Tender notice no. RIMS/Stores/ME(4) / 1713 dated 19.03.2016 for item …………..……….

Date & time of opening : 05.05.2016 at 12.30 P.M.

Director Rajendra Institute of Medical Sciences, Ranchi

Signature of Tenderer Name (in block letters) : ______________________ Capacity in which tenderer is signed : ___________

Page 11: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 11 of 23

E-mail: [email protected]

RAJENDRA INSTITUTE OF MEDICAL SCIENCES (An Autonomous Institute under Govt. of Jharkhand)

Ranchi-834009 (Jharkhand) Phone: 0651-2541533, Fax: 0651-2540629,

Email : [email protected]

Re-Tender notice no. RIMS/Stores/ME(4)/ 1713 Dated 19.03.2016

NOTICE INVITING RE-TENDER FOR PREPARATION OF DPR FOR BIO-MEDICAL WASTE DISPOSAL SYSTEM UNDER RANCHI MUNICIPAL CORPORATION,

RANCHI

Due to non participation of any bidder in the previously invited tender notice no. 145 dated 09.01.2016 for preparation of DPR for Biomedical waste handling & disposal system under Ranchi Municipal Corporation, Ranchi and for Supply & Installation of Refrigerator at RIMS is being cancelled and tenders are being re-invited through sealed offers in two bid system (Technical bid & Price Bid) by speed post / Registered post only, from the capable agencies or original equipment manufacturer or authorized dealer for (i) preparation of DPR for Biomedical Waste Disposal system of Ranchi Municipal Corporation area & (ii) Supply & installation of Refrigerator at RIMS, Ranchi,. Tenders will not be

accepted by hand or any other agency.

A. Important dates for Tenders

1. Pre bid meeting for discussion on various technical issues

On 06.04.2016 at 12:30 P.M at RIMS. All the intending bidders must attend the pre-bid discussion meeting for clarification of their queries & requirements of RIMS. No claims will be considered after finalization of tender paper.

2. Date of issue of tender documents

From : 12.04.2016 to 03.05.2016 (The intended bidders may purchase tender document on any working day upon payment of each tender paper in cash to the RIMS Cashier or those who want to bid by downloading the tender document, they have to submit separate demand drafts for each tender paper with their technical bid.

(1) For Preparation of DPR for Biomedical waste disposal plant of Ranchi Municipal Corporation – Rs. 5000.00

(2) For Refrigerator - Rs. 2000.00

3. Last date of submission of sealed tender documents (Only by speed post / Registered post)

On 04.05.2016 till 04.30 P.M

4. Opening of technical bid & discussion on technical issues.

On 05.05.2016 at 12:30 P.M in RIMS administrative conference hall, in front of purchase committee. All the bidders or their duly authorized representative must represent the tender opening for discussion & queries of purchase committee.

Note :1. For details of tender terms, conditions & specification please visit RIMS website : www.rimsranchi.org from

29.03.2016 for sample tender paper to attend the pre-bid meeting. 2. Final Tender paper will be uploaded on 12.04.2016 after pre bid meeting. All the bidders have to submit their tenders as per final tender paper (Not as per sample tender paper). 3. Before participating the meetings the bidders may physically visit the site and they may discuss with the concerned H.O.Ds / Officer In-charge, RIMS, Ranchi regarding requirements or queries. Sd/- Director Rajendra Institute of Medical Sciences Ranchi

In case of lack of any essential required documents the tenders will be rejected - The list of essential required documents which must be submitted with technical bid of the bidders : (i) Photocopy of JVAT (Sales tax) Registration certificate in Jharkhand State (ii) Photocopy of JVAT/Sates tax clearance certificate of Jharkhand State, valid at the time of opening of

technical bid OR If the bidding agency is not registered under Jharkhand sales tax department, then they must give an undertaking through notary affidavit that “They will supply the equipment/items at RIMS, Ranchi after payment of JVAT/Jharkhand Sales tax on their own & they will make their own arrangements for custom clearance in case of imported equipments. They shall not demand any document from RIMS for JVAT/custom clearance/duty exemption/waiver/relief in this regard”.

Page 12: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 12 of 23

(iii) Copy of Manufacturing certificate or original copy of authorization from original equipment manufacturer in the name of authorized bidder for bidding on their behalf. (Photocopy or fax copy will not be valid).

(iv) I.T. PAN no. of the bidder.

(v) Earnest money in form of Demand Draft issued by any nationalized bank only in faviour of Director, Rajendra Institute of Medical Sciences, Ranchi –

(1) For DPR Preparation of Bio-waste – Rs. 2,00,000.00

(2) For Refrigerator – Rs. 20,000.00

(vi) Affidavits through first class magistrate / Notary Public, mentioning that –

(a) “Our company has not been black listed or convicted in the past by any Hospital Organization or by any Government / Semi government organization / P.S.Us / C.B.I / C.C.I & free from all kind of litigation/allegations,

(b) That the firm has no vigilance case/CBI/FEMA/CCI case pending against him/supplier (Principal)

(c) That the firm is not supplying or doing the same item or work at lower rate quoted in this tender to any government organization or any other institute”.

(d) That the firm shall supply the consumables & accessories required to run the machine uninterruptedly during warranty & CMC period (Not necessary for the bidders of DPR preparation).

(vii) Technical specifications with catalogue & dimensions of equipment, accessories & details of turnkey works (if any required for installation of equipments). The bidders have to provide complete layout plan of the constructions & electrical works (if any) required and to be done by the bidder within their offer for installation & functioning of the complete system (Not necessary for the bidders of DPR preparation).

(viii) I.T. return certificate & balance sheet of the bidders for last three financial years.

(ix) Acceptance letter/undertaking that they shall provide five years comprehensive warranty for all the equipments and turnkey works. Then further five years comprehensive maintenance contract with all spares, accessories & labour charges for all the equipments as well as turnkey works (Not necessary for the bidders of DPR preparation).

(x) The bidders of DPR preparation must give an undertaking that they shall prepare and submit the DPR within 90 days from the date of receipt of confirm order.

(xi) The bidders of Biomedical waste disposal DPR have to give an undertaking that they shall follow all the CPCB norms and guidelines in preparation of the DPR.

(C) Other terms & conditions of tender :

(1) Technical part should contain the documents & request for proposal and all such details as mentioned in the term of reference or tender paper.

(2) Financial part should contain the financial bid inclusive of equipment, accessories, all admissible turnkey works, warranty, guarantee, C.M.C., taxes etc.

Note :

(i) The offered price will be valid for minimum period of two years.

(ii) No price escalation for hardware’s/accessories/equipment/turnkey etc will be acceptable during warranty/guarantee or CMC period, whatever circumstances may be.

(iii) Price escalation will be considered only for consumable / chemicals etc. but only atleast after two years from the date of handover of the complete project

(3) Details with respect to terms and conditions & list of items and submission of such proposal can be obtained from “Term of Reference” i.e. tender document/paper & on RIMS website - www.rimsranchi.org

(4) If required by the technical committee, all the tenderers have to organize practical demonstrations of the same model machine at their nearest installation site to the nominated technical team of RIMS, Ranchi on tenderer’s own cost before finalization of technical evaluation report.

5. The undersigned reserves the right to accept or reject in part or as a whole any of the proposal

received without assigning any reason thereof.

Page 13: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 13 of 23

6. Any legal matter related to this tender shall be under jurisdiction of Hon’ble Jharkhand High Court, Ranchi.

7. Before participating the bid, the bidders may visit the site at RIMS, Ranchi and may have discussion with the concerned faculty H.O.Ds regarding their requirements & queries.

8. Price Bid of only those bidders will be considered / opened who will qualify the technical documents parts as well as technical specification parts.

9. For major equipment the bidders have to quote separate, sealed price for each & every equipment, so that price of only specific technically qualified items of the bidders may be opened.

10. No payment shall be made in advance, whatever circumstances may be. 11. The bidding prices will be valid at least for two years or the next tender whichever is earlier. If

there will be government holiday on any last day of the above schedule, the tender process will continue on the just next working day.

Sd/- Director

Rajendra Institute of Medical Sciences Ranchi.

Page 14: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 14 of 23

(1) For DPR Preparation of Biowaste –

Technical offer of the bidders should be in the proforma / format given below :

Technical Offer Proforma : To be filled after survey by the bidders (no manipulation should be entered). If found fake entry or shortage or missing of the medical centres then penalty will be implemented on the bidders. It may be in the form of monetary deduction of payments or in the worst case the order may get cancelled and EMD will be forfeited.

Proforma

Ward No

Name of Mohalla or Village

Name of Gali or Street

Sl. No

Name and address of Medical Centre

In case of Institute or Hospital or Nursing Homes no of indoor patients bed

Cetegory (As per govt. norms) wise average calculation of approx. Bio

Medical waste generated per day in Kg / Ltrs.

Remarks of the Surveyor if any

Yellow bags cat.

1,2,3 & 6

Red bag cat.

3,6 & 7

Blue bag

cat. 4 & 7

Black bag cat.

5,9 & 10

Liquid /

Chemicals cat.

8

e.g. RMC Ward No. 6

e.g. Morabadi Harihar Singh Road

e.g. Jatra Maidan Gali

1 e.g. M/s Krishnan Lab, 1st Fl. No.6 Tripti Mension

e.g. 50 Beds e.g. 2 Kg

e.g. 5 Kg

e.g. 8 Kg

e.g. 10 Kg

In Ltrs.

e.g. It is a pathological & radiological centre

Note : The bidders have to fill the format as per examples given above.

Full signature of the tenderer with seal Designation : …………………… Dated : ……………………

Page 15: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 15 of 23

CATEGORIES OF BIO-MEDICAL WASTE AS PER CPCB RULES 1998

Option Waste Category Treatment & Disposal

Category No. I

Human Anatomical Waste (human tissues, organs, body parts)

Incineration @/deep burial*

Category No. 2

Animal Waste (animal tissues, organs, body parts carcasses, bleeding parts, fluid, blood and experimental animals used in research, waste generated by veterinary hospitals colleges, discharge from hospitals, animal) houses)

Incineration @ / deep burial*

Category No 3

Microbiology & Biotechnology Waste (wastes from laboratory cultures, stocks or specimens of micro-organisms live or attenuated vaccines, human and animal cell culture used in research and infectious agents from research and industrial laboratories, wastes from production of biologicals, toxins, dishes and devices used for transfer of cultures)

local autoclaving / micro-waving / incineration@

Category No 4

Waste sharps (needles, syringes, scalpels, blades, glass, etc. that may cause puncture and cuts. This includes both used and unused sharps)

disinfection (chemical treatment @ 01/auto claving / micro- waving and mutilation/ shredding"

Category No 5

Discarded Medicines and Cytotoxic drugs (wastes comprising of outdated, contaminated and discarded medicines)

Incineration @/destruct ion and drugs disposal in secured landfills drugs disposal in secured landfills.

Category No 6

Solid Waste (Items contaminated with blood, and body fluids including cotton dressings, soiled plaster casts, lines, beddings, other material contaminated with blood)

Incineration @ autoclaving / micro-waving

Category No. 7

Solid Waste (wastes generated from disposable items other than the waste shaprs such as tubings, catheters, intravenous sets etc).

disinfection by chemical treatment @ @ autoclaving/micro-waving and mutilation/ shredding##

Category No. 8

Liquid Waste (waste generated from laboratory and washing, cleaning, house- keeping and disinfecting activities)

disinfection by chemical treatment@@ and discharge into drains.

Category No. 9

Incineration Ash (ash from incineration of any bio-medical waste)

disposal in municipal landfill

Category No. 10

Chemical Waste (chemicals used in production of biologicals, chemicals used in disinfection, as insecticides, etc.)

chemical treatment @@ and discharge into drains for liquids and secured landfill for solids

Page 16: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 16 of 23

@@ Chemicals treatment using at least 1% hypochlorite solution or any other equivalent chemical reagent. It must be ensured that chemical treatment ensures disinfection.

## Multilation/shredding must be such so as to prevent unauthorised reuse. @ There will be no chemical pretreatment before incineration. Chlorinated plastics shall not

be incinerated.

Deep burial shall be an option available only in towns with population less than five lakhs and in rural areas.

+ Options given above are based on available technologies. Occupier/operator wishing to use other State-of-the-art technologies shall approach the Central Pollution Control Board to get the standards laid down to enable the prescribed authority to consider grant of authorization.

COLOUR CODING AND TYPE OF CONTAINER FOR DISPOSAL OF BIO-MEDICAL WASTES AS PER CBCB RULES 1998

Colour Conding

Type of Container -I

Waste Category Treatment options as per Schedule I

Yellow Plastic bag Cat. 1, Cat. 2, and Cat. 3, Cat. 6.

Incineration/deep burial

Red Disinfected container/plastic bag

Cat. 3, Cat. 6, Cat.7. Autoclaving/Microwaving/ Chemical Treatment

Blue/White translucent

Plastic bag/puncture proof Container

Cat. 4, Cat. 7.

Autoclaving/Microwaving/ Chemical Treatment and destruction/shredding

Black Plastic bag Cat. 5 and Cat. 9 and Cat. 10. (solid)

Disposal in secured landfill

Notes:

1. Colour coding of waste categories with multiple treatment options as defined in Schedule I, shall be selected depending on treatment option chosen, which shall be as specified in Schedule I.

2. Waste collection bags for waste types needing incineration shall not be made of chlorinated plastics.

3. Categories 8 and 10 (liquid) do not require containers/bags.

4. Category 3 if disinfected locally need not be put in containers/bags.

Page 17: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 17 of 23

GUIDELINES FOR DESIGN AND CONSTRUCTION OF BIO-MEDICAL WASTE INCINERATOR

1. General

1. These guidelines shall be applicable only to the new installation of incinerators. However, the existing incinerator shall be retrofitted with Air Pollution Control Device as mentioned in these guidelines.

2. Incinerator shall be allowed only at Common Bio-medical Waste Treatment Facility (CBWTF).

3. Installation of individual incineration facility by a healthcare unit shall be discouraged as far as possible but approval may be granted only in certain inevitable situations where no other option is available.

2. Incinerator Following design criteria may be adopted for better performance: I. The incinerator shall be designed for capacity more than 50 kg/hr. For 50 kg/hr capacity, the

minimum hearth area shall be 0.75 sq. m (8 sq. feet) and the minimum flow of the flue gas in the secondary chamber shall be 0.6 m3/sec at 1050°C. Each incinerator must be installed with an air pollution control system (as specified in the section 3).

II. The size of the opening through which the waste is charged shall be larger than the size of the waste bag to be fed. The volume of the primary chamber shall be atleast five times the volume of one batch.

III. The double chamber incinerator shall preferably be designed on "controlled-air" incineration principle, as particulate matter emission is low in such incinerator. Minimum 100% excess air shall be used for overall design. Air supply in the primary and secondary chamber shall be regulated between 30%-80% and 170%- 120% of stoichiometric amount respectively. Primary air shall be admitted near / at the hearth for better contact. Flow meter / suitable flow measurement device shall be provided on the primary & secondary air ducting. The combustion air shall be supplied through a separate forced draft fan after accounting for the air supplied through burners.

Optional: For higher capacity incinerators, typically above 250 kg/hr, other design e.g. Rotary Kiln shall be preferred. IV. A minimum negative draft of 1.27 to 2.54 mm of WC (Water Column) shall be maintained in the

primary chamber to avoid leakage of gaseous emissions from the chamber and for safety reasons. Provision shall be made in the primary chamber to measure the Water Column pressure.

V. The waste shall be fed into the incinerator in small batches after the fixed interval of time in case of fixed hearth incinerator and continuous charging using appropriate feeding mechanism incase of rotary kiln incinerator or as recommended by the manufacturer. The size of the hearth i.e. primary chamber shall be designed properly.

VI. The sides and the top portion of the primary and secondary chambers shall preferably have rounded corner from inside to avoid possibility of formation of black pockets/dead zones.

VII. The size of the secondary chamber shall be properly designed so as to facilitate a minimum of one second of residence time to gas flow. For the estimation of residence time in the secondary chamber its volume shall be calculated starting from the secondary burner tip to the thermocouple.

Page 18: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 18 of 23

VIII. The refractory lining of the chamber shall be strong enough to sustain minimum temperature of 1000° C in the primary chamber and 1200° C in the secondary chamber. The refractory & insulation bricks shall have minimum 115 mm thickness each & conform to IS:8-1983 & IS:2042-1972 respectively.

IX. The Incinerator shell shall be made of mild steel plate of adequate thickness (minimum 5 mm thick) & painted externally with heat resistant aluminum paint suitable to withstand temperature of 250°C with proper surface preparation. Refractory lining of the hot duct shall be done with refractory castable (minimum 45 mm thick) & insulating castable (minimum 80 mm thick). Ceramic wool shall be used at hot duct flanges & expansion joints.

X. The thermocouple location shall be as follows:

In Primary chamber - Before admission of secondary air In Secondary chamber - At the end of secondary chamber or before admission of dilution medium to cool the gas

XI. There shall be a separate burner each for the Primary & Secondary chamber. The heat input

capacity of each burner shall be sufficient to raise the temperature in the primary and secondary chambers as 800±50°C and 1050±50°C respectively within maximum of 60 minutes prior to waste charging. The burners shall have automatic switching "off/on" control to avoid the fluctuations of temperatures beyond the required temperature range.

a) Each burner shall be equipped with spark igniter and main burner. b) Proper flame safeguard of the burner shall be installed. c) Provide view ports to observe flame of the burner. d) Flame of the primary burner e) shall be pointing towards the centre of the hearth. f) shall be having a length such that it touches the waste but does not impinge directly on the refractory floor or wall. g) The secondary burner shall be positioned in such a way that the flue gas passes through the flame.

XII. There shall not be any manual handling during charging of waste in to the primary chamber of the

incinerator. The waste shall be charged in bags through automatic feeding device at the manufacturer's recommended intervals ensuring no direct exposure of furnace atmosphere to the operator. The device shall prevent leakage of the hot flue gas & any backfire. The waste shall be introduced on the hearth in such a way so as to prevent the heap formation. Suitable raking arrangement shall be provided for uniform spreading of waste on the hearth.

XIII. A tamper-proof PLC(Programmable Logic Control) based control system shall be installed to

prevent:

Waste charging until the required temperature in the chambers are attained during beginning of the operation of the incinerator.

Waste charging unless primary & secondary chambers are maintained at the specified temperature range.

Waste charging in case of any unsafe conditions such as - very high temperature in the primary & secondary chambers; failure of the combustion air fan, ID fan, recirculation pump; low water pressure & high temperature of the flue gas at the outlet of air pollution control device.

XIV. The incineration system must have an emergency vent. The emergency vent shall remain closed i.e it shall not emit flue gases during normal operation of the incinerator.

Page 19: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 19 of 23

XV. Each incineration system shall have graphic or computer recording devices, which shall automatically and continuously monitor and record dates, time of day, batch sequential number and operating parameters such as temperatures in both the chambers. CO, CO2 , and O2 in gaseous emission shall also be measured daily (atleast ½ hour at one minute interval).

XVI. The possibility of providing heat recovery system/heat exchanger with the incinerator shall also be considered wherever possible.

XVII. Structural design of the chimney / stack shall be as per IS:6533-1989. The chimney/stack shall be lined from inside with minimum of 3 mm thick natural hard rubber suitable for the duty conditions and shall also conform to IS:4682 Part I-1968 to avoid corrosion due to oxygen and acids in the flue gas.

XVIII. The location and specification of porthole, platform ladder etc. shall be as per the Emission

Regulations, Part-3 (COINDS/20/1984-85), published by CPCB. 3. Air Pollution Control Device: It is not possible to comply with the emission limit of 150 mg/Nm3 (corrected to 12% CO2) for Particulate Matter, without Air Pollution Control Device (APCD). Therefore, a bio-medical waste incinerator shall always be equipped with APCD.

i) No incinerator shall be allowed to operate unless equipped with APCD.

ii) The incinerator shall be equipped with High Pressure Venturi Scrubber System as ordinary APCD such as wet scrubber or cyclonic separator cannot achieve the prescribed emission limit. For the facilities operating for 24 hrs a day, APCD in terms of dry lime injection followed by bag filter can be considered. The details of High Pressure Venturi Scrubber System are given in ANNEXURE-I.

4. Incinerator room and waste storage room :

i) The incinerator structure shall be built in a room with proper roofing and cross ventilation.

There shall be minimum of 1.5 m clear distance in all the directions from the incinerator structure to the wall of the incinerator room.

ii) Adjacent to the incinerator room, there shall be a waste storage area. It shall be properly ventilated and so designed that waste can be stored in racks and washing can be done very easily. The waste storage room shall be washed and chemically disinfected daily.

iii) The floor and inner wall of the incinerator and storage rooms shall have outer covering of impervious and glazed material so as to avoid retention of moisture and for easy cleaning.

iv) The incineration ash shall be stored in a closed sturdy container in a masonry room to avoid any pilferage. Finally, the ash shall be disposed in a secured landfill.

5. Operator of the incinerator :

i) A skilled person shall be designated to operate and maintain the incinerator. The operator

shall have adequate qualification in relevant subject and shall be trained and certified by the incinerator supplier in operation & maintenance of the incinerator.

ii) There shall be at least one assistant designated at the incinerator plant to keep track of the wastes, records of incinerator operation, cleanliness of the surrounding area and incinerator & waste storage room. They shall also take care of waste charging and incineration ash disposal.

Page 20: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 20 of 23

iii) All the staff at the incinerator plant shall put on protective gears such as gumboots, gloves, eye glasses, etc. for safety reasons.

iv) Any accident occurred shall immediately be reported to the facility operator. The facility operator shall have well defined strategies to deal with such accident/emergency.

[The guidelines will help in selection/installation of better incinerator system. However, it shall be ensured that the incinerator shall comply with the standards stipulated in the Bio-medical Waste (Management & Handling) Rules, 1998.]

ANNEXURE-I

Details of High Pressure Venturi Scrubber System

1. The venturi scrubber shall have minimum pressure drop of 350 mm WC to achieve the

prescribed emission limit. The temperature of the flue gas at the outlet of the venturi scrubber shall be approx 70-80° C to ensure the saturation of the flue gas.

2. The venturi scrubber shall preferably be made of stainless steel - 316L grade or better material or mild steel lined with acid resistant bricks to avoid corrosion.

3. The water to be used in venturi scrubber shall be added with caustic soda solution to

maintain the pH of the scrubbing liquid above 6.5.

4. The scrubbing medium shall be circulated @ 2-2.5 ltrs/m3 of saturated flue gas at venturi outlet. This shall be done using a pump & piping made of stainless steel - 316 grades or better material. The scrubbing medium shall be recirculated as far as possible.

5. Venturi scrubber shall be followed by centrifugal type droplet separator to remove water

droplets from flue gas.

6. The material of construction of the droplet separator and interconnecting ducting from venturi scrubber to droplet separator, droplet separator to ID fan & ID fan to stack, shall be mild steel lined from inside with minimum 3 mm thick natural hard rubber suitable for the duty conditions and shall also conform to IS: 4682 Part I-1968 to avoid corrosion due to oxygen and acids in the wet flue gas.

7. The wastewater generated from the air pollution control device shall be properly handled so

as to avoid any non-compliance of the regulatory requirements.

8. Stack emission monitoring and ash analysis as per the requirement of the Bio-medical Waste (Management & Handling) Rules, 1998, shall be done quarterly i.e. once in every three months and record shall be maintained by the facility operator.

Note : 1. For filling the above format the bidders have to fill according to the categories fixed by CPCB

Rules for handling the Biomedical Waste as mentioned above. 2. Since incinerator is a technology for buring of biomedical wastes but “PLASTICS” which is one

of major part of hospital waste can not be treated in the incinerators. Plastics need to be sterilized and then either crushed or shredded through various procedures; similarly needles need to be destroyed. So the bidders have to mention all the equipments in their DPR in such a manner that all types of generated waste must get treated as per norms/rules of CPCB Government of India.

Page 21: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 21 of 23

3. The work area of survey for preparation of DPR is within radius of 30 Km (Thirty Kilometers) from Ranchi. The bidders must have to give their approx. estimate for equipments in such of manner, that it could meet the demand for further at least 10 years in anticipation with respect to increase of beds, clinics etc.

CATEGORIES OF BIOMEDICAL WASTE & ITS RECOMMENDED TREATEMENT

METHODOLOGY

Category No.

Type of wastes Container / Bags

Treatment methods

1 Human Anatomical waste Yellow Incineration / deep burial

2 Animal waste Yellow Incineration / deep burial

3. Microbiology & Biotechnology waste

Yellow, Red Autoclaving / Microwaving / Incineration / deep burial (As per schedule-II of CPCB

4. Waste sharps Blue, white First disinfection by chemical treatment then autoclaving / microwaving the shredding then deep burial.

5. Discarded Medicines & cytotoxic drugs

Black Dry medicine to be incinerated or secured landfill and liquids to be disinfected/neutralized then landfill.

6. Soiled waste Yellow, Red Incineration / Autoclaving / Micro-waving & landfill.

7. Solid waste Red, Blue, White

First disinfection by chemical treatment then autoclaving / microwaving then shredding then landfill.

8. Liquid waste Containers Chemical treatment for disinfection / neutralization then discharge into drains.

9. Incineration Ash Black Disposal in municipal landfill.

10. Chemical waste Black First chemical treatment for neutralization then liquid into drains & solids into secured landfill.

RECOMMENDED ON SPOT SEGREGATION METHODOLOGY

Yellow Bags (1) Infectious waste (2) Used Bandages, gauge, cotton or (3) any other objects in contact with body fluids, human body parts placenta etc. (4) Microbial and pathological wastes.

Page 22: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 22 of 23

Red Bags Plastic waste such as catheters, injections syringes, I.V. Tubings, I.V. bottles, blood bags, urine bags, all other type of infectious plastics

Black All types of glass, bottles, broken glass articles, outdated / expired / discarded and used medicines, pesticides etc.

Blue Needles (without syringes) blades, sharps, scalpels and all metal waste articles

5. Price Bid Proforma :

The bidders have to quote their prices in their own format for complete job of preparation and submission of DPR within stipulated time frame. Total price offer for job completion Rs. ………………………………. (in words Rs. ……………………………………………………………………….……………….) Full signature of the tenderer with seal& date

6. The full EMD shall be forfeited in case of backing out of the offer after acceptance.

7. The bidders have to provide Ward wise, Mohalla wise and Street wise (Gali wise) list of all the private & government dispensaries, clinics, hospitals, Medical Laboratories, Blood Bank, Health Centres, Nursing Homes, Medical Institute etc.

8. As proof of the actual survey done for submitting the bids, the bidders have to enclose or submit soft copy in which the photographs of the situated medical centres (as mentioned in para(i) must be present with their name so that it may be uploaded on the government website for public information

9. The name and address of the centres under surveyed works must be written firstly gali wise (i.e. all the centres situated in the particular gali or street must be at one place), then all the street or galies of a particular mohalla must be shown at one place in such a manner that if any one wants to click a particular medical shop or centre in a particular gali of mohalla or ward, it must be present nthe list of that very areas report in one click.

10. The bidders have to complete the full job and have to submit the DPR within 90 days from the date of issue of the confirmed work order failing which i.e. in case of late submission of the DPR, penalty will be charged on the bidder as per norms mentioned hereunder :-

j. After 07 days (one week) from stipulated date of DPR submission - @0.5% (point five percent) per week of total contract value uptoto 04 weeks

v. After 04 weeks @1% (One percent) of contract value per week upto 08 weeks

vi. After 08 weeks @2.0% (Two percent) of contract value per week upto 12 weeks.

vii. After 12 weeks the security money & EMD will be forfeited by RIMS and the bidder will be debarred / black listed for further participations.

11. After survey for calculation of waste generation, the bidders also have to calculate the means & mode of on spot segregation, medical waste collection and safe transportation from site to the disposal plant yard.

Page 23: RAJENDRA INSTITUTE OF MEDICAL SCIENCES, RANCHI€¦ · DPR preparation for disposal of biomedical waste under Ranchi Municipal Corporation, Ranchi & (ii) Supply & Installation of

Page 23 of 23

12. Simultaneously they have to calculate the average number & models of vehicle (such as covered three wheelers or four wheelers or heavy vehicles) in a sequence so that the medical waste may be transported from narrow streets to the disposal yard at Jhiri, Ranchi.

13. The bidders also have to calculate or provide the names, specification, number, capacity etc. of equipment (such as Diesel incinerators, Shredders, heavy duty autoclaves, covered trolley etc.) required for disposal of the whole generated medical wastes. During calculation & estimation of the required equipments, it must be considered that if incase there occurs any break down in any of the required listed equipment then an alternate arrangement for disposal of the medical wastes must be there. The assessment of equipments must be as per need of pollution Control Board norms. Simultaneously they have to provide the average / approximate estimates of each of the equipment.

14. They also have to assess or estimate the approximate annual running cost required (such as fuel, manpower, consumables like - carry bags, dust bins, collection bins, gloves shoes etc. for labourers, other handling small equipments for the working etc.) for the complete job.

15. The bidders also have to provider or suggest the line of action plan for successful implementation of the complete disposal process.

16. The bidders have to collect the documents related to ward wise area from Ranchi Municipal Corporation office by their own or they may download it from government web site.

(2) For Refrigerator –

1. 180-200 ltr capacity refrigerator with voltage stabilizer and foot stand.

2. 250-300 ltr capacity refrigerator with voltage stabilizer and foot stand.

3. 350-400 ltr capacity refrigerator with voltage stabilizer and foot stand.

Note : Minimum comprehensive warranty of the refrigerator should be 5 years.

Sd/-

Director

Rajendra Institute of Medical Sciences, Ranchi