gvk emergency management and research institute gvk emergency management and research institute...
TRANSCRIPT
1
GVK Emergency Management and Research Institute
Health Visitors Training Institute,
Govt. Kasturiba Gandhi Hospital for women and children,
Chennai – 600005, Telephones: 044 – 2888 8060
TENDER FOR THE FABRICATION OF 9 (TRAUMA CARE) VEHICLES INTO 108 AMBULANCE
MODEL FOR TAMILNADU EMERGENCY MANAGEMENT AND RESEARCH INSTITUTE
TENDER REFERENCE : 02/15-16 DATE OF COMMENCEMENT OF SALE OF TENDER DOCUMENT : 24-AUG-2015 @ 11.00 AM LAST DATE FOR SALE OF TENDER DOCUMENT : 14-SEP-2015 @ 06.00 PM PRE-BID MEETING : 31-AUG-2015 @ 02.00 PM LAST DATE AND TIME FOR RECEIPT OF TENDER : 15-SEP-2015 @ 01.00 PM TIME AND DATE OF OPENING OF TENDER : 15-SEP-2015@ 02.00 P.M.
PLACE OF OPENING OF TENDER : GVK Emergency Management and
Research Institute,
Health Visitors Training Institute,
Govt.Kasturiba Gandhi Hospital for
Women and Children,
Triplicane, Chennai – 600 005.
ADDRESS FOR COMMUNCATION : GVK Emergency Management and
Research Institute,
Health Visitors Training Institute,
Govt. Kasturiba Gandhi Hospital for
Women and Children,
Triplicane, Chennai – 600 005
Cost of the Tender Document : 1. Rs.500/- (Rupees Five hundred only –
Inclusive of tax) for Getting tender document
either on hand or Downloaded from the website
www.emri.in.
Bidding documents may be purchased by eligible interested bidders on submitting a written application
to GVK EMRI paying a non – refundable fee by a Demand draft in favour of GVK – EMRI payable at Chennai.
The bidding document may be obtained from the office of GVK – EMRI during office hours on all working
days. The bidders who have down loaded the bid documents are solely responsible for looking these websites
for any added / amendment issued in respect of the bid document.
2
CONTENTS
Sl. No. Descriptions Page No.
1 General Condition 3
2 Eligibility criteria 4
3 Validity of the tender 4
4 Price 4
5 Fabrication specifications 4
6 Workmanship criteria for acceptance 5
7 Submission of Tender Document (Annexure A, B and C) 5
8 Pre-Bid meeting 7
9 Earnest Money Deposit 7
10 Performance Guarantee 7
11 Technical Evaluation 7
12 Opening of Tender 7
13 Fabrication of Prototype 8
14 Order Placement 8
15 Warranty 8
16 Delivery / Supply schedule 8
17 Reallocation / cancellation of Tender 8
18 Pre delivery inspection 9
19 Payment Terms 9
20 Penalty clause 9
21 Ethics 10
22 Power of Cancellation 10
23 Ownership of Tenders 10
24 Force Majeure 10
25 Dispute Redressal Committee 11
26 Jurisdiction 11
27 Annexure - 1 (Ambulance Technical specification) 11
28 Annexure - 2 (Workmanship Criteria for Acceptance) 16
29 Annexure - 3 (Satisfaction Certificate) 17
30 Annexure - 4 (Checklist) 18
3
Tender Guidelines
1 General Conditions
(a) The Sealed Tenders should be submitted in a Sealed Cover (consist of Cover A -
Prequalification cover, Cover B: Technical Specifications cover and cover C - Price Bid cover) with
super scribed as TENDER FOR THE CONVERSION OF 9 (SWARAJ MAZDA) BASE (TRAUMA
CARE VEHICLES) VEHICLES INTO AMBULANCE will be received till 01.00 PM on 15-SEP-2015 by
GVK Emergency Management and Research Institute Health Visitors Training Institute, Govt.
Kasturiba Gandhi Hospital for Women and Children, Triplicane, Chennai – 600 005, for the
Conversion of 9 (SWARAJ MAZDA)Base (Trauma Care) Vehicles into Ambulance to Emergency
Management and Research Institute.
(b) A complete set of tender documents may be purchased by any interested eligible fabricator from
Emergency Management and Research Institute Health Visitors Training Institute, Govt. Kasturiba
Gandhi Hospital for Women and Children, Triplicane, Chennai – 600 005. on an application in writing and
upon payment of a non refundable fee as indicated in the advertisement in the form of Demand draft
drawn in favour of Emergency Management and Research Institute Health, payable at Chennai-5.
(c) Bidding documents requested by mail will be dispatched by courier on payment of Rs.500/ in the
form of D.D. GVK EMRI will not be responsible for the postal delay, if any, in the delivery of the
document or non-receipt of the same.
(d) Alternatively, the tender document can be downloaded from the websites www.emri.in at free
of cost. However DD in favor of GVK EMRI for Rs 500 has to be attached along with tender
documents as tender document fee.
(e) Any person who has downloaded the tender document shall watch for amendment, if any, in the
website of GVK EMRI and GVK EMRI will not issue separate communication to them.
(f) Interested eligible Tenderers may obtain further information from the office of the Tender Inviting
Authority.
(g) Interested eligible Tenderers should have to pay a visit to GVK EMRI office premises to inspect
the base vehicles and to attend technical discussion with the technical team.
4
2 ELIGIBILITY CRITERIA
Mandatory:
1. Only India based reputed Vehicle fabricators/body builders are eligible to participate in the
tender.
2. Only vendors who have turnover of at least Rs. 25 Lakhs per year, during the last three financial
years are eligible to participate in the tender.
3. Only vendors who have prior experience in fabricating automotive interiors in FRP are eligible to
participate in the tender.
4. Vendor should not have been convicted for any criminal or economic offences by any court in
India or abroad.
Satisfaction Certificate:
The bidders will need to submit the satisfaction certificates in the format illustrated in Annexure-III,
specifically referring to the following parameters from respective fleet head, counter signed by State
Head (S.H.O) of the state if any complaints attended, in case the bidder has fabricated ambulances
for GVK EMRI in the past :-
a) Adherence to delivery schedules as per the Purchase Order
b) Quality parameters-FRP quality, Finishing, Electricals, A/C, Painting
c) After Sales Service and Warranty Service
d) Availability of the technicians in the respective State/Locations
3. Validity of the tender:
The tenders quoted shall remain valid for a period of 12 months from the date of opening of tenders
4) Price
I. The price offered in the tender should be inclusive of all costs, taxes, duties other statutory
levies, entry tax, octroi and one way transportation from Chennai, Madurai and Coimbatore,
Tamil Nadu.
II. All fabricated ambulances to be delivered at Tamilnadu State Health Transport office and
GVK EMERGENCY MANAGEMENT RESEARCH INSTITUTE, Health Visitors Training
Institute, Govt .Kasturiba Gandhi Hospital for Women and Children, Chennai-600 005 for
quality inspections.
III. All costs and tax components should be shown separately in the Invoice.
IV. No price preference will be given to any class of Tenderers.
IV. The rates quoted and accepted will be binding on the Tenderer during validity of the bid and
any increase in the price will not be entertained till the completion of this tender period.
5) Fabrication specifications:
5
As per the annexure - 1. A typical ambulance fabricated as per the GVK EMRI SPECIFICATION
would be demonstrated to the tender participants during the pre-bid meet.
Detailed drawings and Bill of Materials will be passed on to the successful bidders on whom the
tender committee decides to place the PO.
6. Workmanship Criteria for acceptance: As per the annexure -2
7. Submission of Tender Document
The Annexure wise bid should be submitted in a Sealed Cover (consist of Cover A, Cover B) super-scribed “Tender for the conversion of Base vehicle (Trauma care Vehicles) in to Ambulance for Annexure No.” and clearly mention Tender number and date.
Annexure Description of
Annexure No. of Vehicles
A Swaraj Mazda 9
The Super-scribed sealed cover shall consist of three sealed covers inside:
A. Super scribed Sealed Cover A - Prequalification cover:
1. Tender Application form duly filled and signed by the authorized person
2. Earnest Money Deposit, EMD
3. IT returns and financial statements for last three years.
4. Excise Duty/Sales Tax/service Tax/VAT registration and clearance certificate.
5. Copy of PAN/TAN.
6. Relevant manufacturing licenses.
7. Customer feedback opinions.
8. Tender fee.(Even though downloaded)
9. Technical specification – Compliance statement to be provided.
Evidences of having done automotive interiors in FRP (Attach relevant Purchase order copies
as proof of job execution), and Air conditioning of Buses
Satisfactory certificates for fabricated vehicles from existing reputed customers including GVK
EMRI as per annexure-III, if applicable
The instruments such as power of attorney, resolution of Board etc., authorizing an officer of
the Tender should be enclosed with the tender and such Authorized officer of the Tender
should sign the tender documents.
Authorization letter nominating a responsible person of the tenderer to transact the business
with the Tender Inviting Authority.
Checklist (Annexure-IV) for the list of documents enclosed with their page number. The
documents should be serially arranged as per this Annexure-IV.
6
B. Super scribed Sealed Cover B: Containing Annexure wise Price Bid as per the format given below:-
Annexure Description of Annexure No. of
Vehicles
Price per vehicle with
partition (price
inclusive of all)
Price per vehicle without
partition (price inclusive of
all)
A Swaraj Mazda 9
1. Bid should be typewritten and every correction and interlineations in the bid should be
attested with full signature by the tenderer, failing which the bid will be ineligible.
Corrections done with correction fluid should also be duly attested.
2. Each page of the price bid should be duly signed by the tenderer affixing the office Seal..
3. The rate quoted per unit shall be inclusive of Taxes, duties and one way Transportation
of the Vehicle from Chennai, Madurai and Coimbatore, Tamil Nadu.
4. The Tenderer is required to furnish the breakup of the price quoted in column no.9 of
tender form.
5. The bidder once quoted the excise rate is not permitted to change the rate/amount unless
such change is supported by the notification issued by the Government of India or by the
order of the court, after submission of Tender.
Please mention clearly on each sealed cover the Annexure, meant for.
The Bid should be dropped in the box provided for this purpose at GVK Emergency
Management and Research Institute, Health Visitors Training Institute, Govt, Kasthuriba Gandhi
Hospital for Women and Children, Chennai 600 005, before the close of notified bid closing date
and time.
The Bid should be properly page numbered, signed and should have appropriate and relevant
contents.
Bid documents that do not provide complete information and / or that are submitted after the
above specified time shall be rejected.
Bidder should quote their prices in the scheduled format supplied in this tender form giving the
breakup of prices. Tenders received in any other form will not be entertained. (Annexure 1)
Bidder should sign the certificate provided in the tender form “that they have read and
understood, all the Terms and Conditions stipulated for in the Tender, and are willing to abide
by these tender terms and conditions”, before submitting the tender document. Tenders
submitted without the Signed declaration certificate will be considered incomplete and will not
be considered.
7
8. Pre-bid Meeting
All the prospective Tenderers to attend pre-bid meeting on 31-AUG-2015 at 02.00 PM for clarifying all
the doubts pertaining to the tender document, technical specification, and workmanship criteria and if
any related to this tender.
9. Earnest Money Deposit
Annexure Description of Annexure
No. of Vehicles
EMD Amount in Indian Rupees
A Swaraj Mazda 9 1% of total tender value
1. Tender form should be accompanied by an EMD in the form of a Demand Draft for an amount
equivalent to 1% of total tender in favor of “Emergency Management and Research Institute”
payable at Chennai.
2. The EMD will be refunded after validity of the tender.
3. Successful tenderer who fails to deliver the fully fabricated ambulances within the stipulated
time and as per the terms and conditions of the Tender shall not be eligible for refund of EMD.
4. Tender forms submitted without the EMD will be rejected.
10. Performance Guarantee:
The successful bidder will have to submit the performance security deposit @ 05% of the total supply
order value. Performance Guarantee should be submitted in the form of Demand Draft from any bank,
in favor of Emergency Management and Research Institute, payable at Chennai. The Security
Deposit will be held by GVK EMRI, Tamil Nadu for the Guarantee / Warranty period.
11. Technical evaluation:
i. Technical evaluation of the fabricated ambulances tendered will be done by a Technical
Committee constituted by GVK EMRI and Tamilnadu state health transport Officer (Chennai).
ii. Bids will be opened in presence of bidder’s representatives who choose to attend the meet on
the specified date and time
iii. Tenders submitted with technical specifications mentioned in this tender form will only be
considered.
12. Opening of Tenders:
Tender documents will be opened on 15-SEP-2015 at 02.00 PM. in the presence of the bidders
present in person or authorized representatives.
8
13. Fabrication of Prototype:-
Successful tenderer to fabricate a proto type ambulance within 21 days and get the same
approved after incorporation of feedback within 5 days of the receipt of the vehicle.
On approval of the proto Type by the Tender committee only the bulk order shall be placed.
14. Order placement:
9 Base (old GH vehicles) vehicles fabrication to be given to preferably more than one vendor at L1
rate. The discretion of placing an order of more than 1/3rd of the total quantity on any successful
bidder will rest with the tender committee.
GVK EMRI Tender Committee reserves the right to distribute order quantity based on past
experience with vendors in terms of QUALITY, DELIVERY and POST FABRICATION
SERVICE SUPPORT.
The Items/Parts/Fitments removed from the base vehicle are the property of GVK EMRI
and to be returned to GVK EMRI Chennai along with the fabricated ambulance.
15. Warranty:
The manufacturer should provide onsite warranty of one year, against any defect in fabrication,
electrical wiring, Air Conditioning and equipments used in the fabrication of the ambulance. The
warranty starts from the date of ambulance launch in to Emergency operations.
16. Delivery / Supply schedule:
The successful tenderer has to supply the vehicles as per the following supply schedule without fail.
Annexure Description
of Annexure No. of
Vehicles Fabricated Vehicle to be delivered at TN-GVK EMRI
A Swaraj Mazda 9 Batch of 3 and 3 Ambulances to be delivered at Chennai within 45 days of receipt of Base vehicles
GVK EMRI and Tamilnadu state transport officer shall accept to inspect the vehicles for a
batch of minimum 2 vehicles only from each fabricator.
17. Re-Allocation / Cancellation of tender:
Tender Inviting Authority, or its authorized representative(s) has the right to inspect the
factories of Tenderers, before, accepting the rate quoted by them or before releasing any
purchase order(s) or at any point of time during the continuance of tender and also has the
right to reject tender or terminate / cancel the purchase orders issued and or not to reorder,
based on adverse reports brought out during such inspections.
9
In case of failure on the part of the successful tenderer to fabricate and deliver the vehicles
with in the stipulated date mentioned in the purchase order, GVK EMRI may cancel the
purchase order in full, or part, and re-allot the same to next lowest tenderer who otherwise
fulfills all conditions.
The L2 vendor needs to match with L1 price.
18. Pre-delivery inspection:
All fabricated vehicles will be made available for pre-delivery inspection at Tamil Nadu state health
transport Officer and GVK EMRI, Chennai, Tamil Nadu. The inspection will be carried out by a
committee constituted by GVK EMRI and Tamil Nadu state health transport Officer.
19. PAYMENT TERMS
1. Invoices will be processed by GVK EMRI, Tamil Nadu for minimum lot size of 3 vehicles
each.
2. 90% of the payment will be made within 30 days from the date of receipt of fabricated vehicle
delivery, inspection and submission of invoices subject to acceptance of the work carried out.
Balance 10% will be paid after warranty period or can be paid after 45 days of receipt of the
last fabricated Ambulance against Bank Guarantee for warranty period.
3. All payments will be made by way of Crossed Cheque drawn in favour of the supplier.
However the Tenderer shall furnish the Bank Account Number in RTGS (Real Time Gross
Settlement System) or Core Banking A/C No. since the payment for supply is proposed in the
above system.
4. In case of any enhancement in Govt. Duties and taxes due to notification of the Government
after the date of submission of tenders and during the tender period, the quantum of
additional excise duty so levied will be allowed to be charged extra as a separate item without
any change in price structure of the Fabrication approved under the tender. For claiming the
additional cost on account of the increase in Excise Duty, the tenderer should produce a letter
from the concerned Excise authorities for having paid additional Excise Duty on the
Fabricated Ambulances supplied to Tender Inviting Authority and also must claim the same in
the invoice separately.
5. In case successful bidder has been enjoying excise duty exemption on any criteria of
Turnover etc., such bidder will not be allowed to claim excise duty at later point of time, during
the currency of contract, when the excise duty is chargeable on goods manufactured
20. Penalty clause
(a) Late delivery:
TN-GVK EMRI may levy for delayed fabrication of ambulances on successful tenderer, who is given
the purchase order, who fails to deliver the fabricated Ambulances as per the delivery schedule as
mentioned below.
10
Up to 7 days from due date Rs.1000/- per day per vehicle
From 8th to 15 day Rs.1500/- per day per vehicle
From 16th 22 Day RS.2000/- per day per vehicle
From 23rd 29 Day RS.3000/- per day per vehicle
From 30th to 35 Day RS.4000/- per day per vehicle
After the above 35 days if the fabricator fails to deliver the Ambulances, purchase order will be
cancelled and entire EMD amount will be forfeited.
(b) Fabrication deviations
GVK EMRI may levy penalty of 5 % on the total fabrication cost for deviations from the technical
specifications as follows:
1% for deviations on Fabrication items
1% for deviations in Stickering and exterior design
1% for deviations in electrical including exterior lightings in scope of fabrication
1% for deviations in oxygen delivery system and Air Conditioning
1% for deviations in general fits and finish including these deviations would be rectified free of
cost by the supplier.
21. Ethics:
Any attempt by a tenderer to obtain confidential information, enter into unlawful agreements with
competitors or influence the committee or the Contracting Authority during the process of examining,
clarifying, evaluating and comparing tenders shall make the tender submitted by that tenderer liable
for rejection. Such a tenderer will be debarred from participating in any GVK EMRI tender for next 36
months.
22. Power of Cancellation:
Tender Committee, GVK EMRI, Tamil Nadu, reserves the right to cancel the tender notification and
reject all the tenders, at any time during the process of receipt, evaluation, and finalization of tenders,
without assigning any reason what-so-ever.
23. Ownership of tenders:
All designs, drawing submitted remain property of GVK EMRI.
24. Force Majeure:
The Supplier shall not be liable for forfeiture of its performance security, liquidated damages or
termination for default, if and to the extent that, it’s delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force Majeure.
11
For purposes of this Clause, “Force Majeure” means an event beyond the control of the
Supplier and not involving the Supplier’s fault or negligence and not foreseeable. Such events
may include, but are not limited to, acts of the Purchaser either in its sovereign or contractual
capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight
embargoes.
If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing
of such conditions 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 is
reasonably practical, and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.
25. Dispute Redressal Committee – All disputes can be addressed by amicable settlement by
committee constituted by Tender Committee, GVK EMRI, Tamil Nadu.
26. JURISDICTION
In the event of any dispute arising out of the tender such dispute would be subject to the jurisdiction of the Civil Court within the city of Chennai only.
Annexure – 1
CONVERSION OF BASE VEHICLE INTO AMBULANCE
Part A: Scope of Fabrication work:
1) Steel and Ply Wood Cabinet for storing medical equipment / supplies /
Wash basin / dust basins: i. All the old medicine rack patrician should be modified and new medicine rack is to be fitted
as per the below dimensions.
ii. Dimensions: length to cover the width of fabricated ambulance end to end with 1860mm
(minimum Width), Depth = 640mm and height=910mm. Placed alongside the partition wall
behind the pilot compartment.
iii. Made of approved quality/ renowned brand water proof and fire retardant ply boards of
13mm and 20mm thickness to be used.
iv. It should be gladded with 0.8 mm thick stainless sheet (ss-304) from all the exposed to
patient compartment sides and areas.
v. Also all the other areas/sides exposed to air should be covered with fabrication material.
vi. All drawers ply wood to be laminated
12
vii. All the hardware like rails, channels, sliders, locks, catchers, hinges, handles should be of
“Ebco” or any it’s equivalent (e.g. HETTICH) heavy duty renowned brands.
viii. Provision for Liquid hand wash carrier.
ix. Existing washbasin to be repositioned.
x. The drawers should be provided with Magnet catchers to secure them against unintended
opening during any possible motion of the ambulance
xi. 9 slots removable partition tray with three partitions beneath tray to be provided in the upper
drawer and rest all the drawers to have 3 horizontal partitions.
xii. A plywood with lamination tray (530mm length 300mm width 130mm height) to be fixed on
the right side of the wooden cabinet
xiii. Mounting to be provided to secure needle destroyer and manual BP apparatus over the
right side of the wooden cabinet
xiv. Two Concealed Portable Steel Dust Bins with spring loaded lids for waste disposal are to
be provided.
xv.
2) Part Compartment / attendant seat- (with Seat belts) with storage for EM rescue tools.
Provision to be made for securing all rescue tools, scoop board, spine board and wheel chair in patrician compartment.
3) Oxygen Cylinder Compartment & delivery System:
Existing oxygen delivery system is to be changed as per regular 108 ambulances
and necessary provision is to be made for bulk cylinders.
4) Flooring
I. All floor level moldings, edging and trim shall be sealed to prevent fluids from seeping
under cabinets, walls and ply board.
II. 1250 mm Long x 700 mm wide (from RHS wheel hump to below the edge of the rear
door) stainless plate SS 304 grade matt finish (0.8 mm thick) to be provided, under the
stretcher loading area to prevent scratches.
III. The SS sheet placed on floor should be fixed with flat head screws suitably placed to
avoid any bulging of the sheet anywhere on edges or within.
IV. Foldable stretcher loading platform is to be fitted on the Rear side for loading of auto
loader stretcher .
5) Wall paneling work Pilot and Patient Compartments:
a) Wall paneling:
13
I. Existing glass windows to be removed and covered with sheet metal with provision for
single window with removable beading in the rear with two sliding glasses. (Removed
glasses to be returned along with the fabricated amby to TN-EMRI)
II. FRP made two pouches (Size 400mmHeight 300 mm 100 mm depth) to be provided on
to the partition wall behind Pilot seat for placing ambulance records.
III. Provision for Collapsible stretcher mounting & lock bracket on floor board to be provided
(Stretcher mount and locking mechanism will be provided by TN-EMRI).
6) Fire extinguisher hold:
I. Provision with straps / Velcro tapes placing a fire extinguisher should be provided and
placed as per drawing;
7) Window Covering:
I. All the rear and side Windows should have non transparent white film pasted up to a
height which is 50 mm more than half of the height of the window to avoid any visibility
into the ambulance
II. The roof mounted exhaust fan to be removed and should be closed with M.S. Sheet.
8) Refurbishment
1. All damaged portions need to be rectified internally and externally with proper tinkering
technicians.
2. Interior and exterior painting (PU paint) with GVK EMRI branding stickers need to be finished
as per standards.
Part B: Scope of Air Conditioning Work:
9) Air Conditioning System: I. The Existing Air condition system must be serviced
Part C: Scope of Electrical Work:
10) Inverter: 1. True sine wave inverter, 2. The batteries placed inside the driver's cabin with provision to be charged from external AC
power, 3. The Inverter should be of well known brands like SUKAM, Luminous
14
4. Inverter Capacity - 600 watts / 800 VA, 5. Input Range - AC 130 v-270V / DC 9.5V - 13.8V, 6. Frequency - 50 Hz, 7. Power Factor - 0.8, 8. Output Voltage – 220(+/-)10% (regulated output from full charge battery voltage to low
charged battery voltage) 9. Waveform - Single Pulse PWM 10. Efficiency - 85% 11. Charger - Heavy duty CC/CV type with current limit at 12A with wide input range (150V-270A) 12. Integrated AC/DC supply inside the vehicle synchronous with alternator. 13. Meter length three core charging wire with male three pin ends to be provided 14. Brand new Inverter battery and an automotive battery need to be provided with the capacity of
100 Ah, 80Ah vice versa along with the fabricated vehicle.
11) Light bar:
I. New light bar assembly to be replaced with new one to the existing light bar (Old/Removed lens to be returned to TN-EMRI along with fabricated vehicle).
12) Flashers, Spot Lights, tube Lights:
I. (6Nos) high intensity Flashers (LED TYPE), red-orange pair on either side, and both red-orange on the rear of the vehicle.
II. (3Nos) Spot / flood lights on three sides, except on the front, in the middle of each pair of Flashers.
III. Spot lights 3 (non-external lighting) (LUMAX /AUTOLITE/GRAND MAKE) OR EQUIVALENT AUTOMOBILE GRADE in ceiling inside the Patient compartment, equally placed.
13) Electrical Wiring:
I. All The main Components like,
(a) AC Blower (b) Condenser Fans, (c) Each of Internal Lightings (Tube Lights), (d) Internal Lightings (Spot Lights), (e) External Lights (Flashers ), (f) External Lights (Spot/Flood Lights), (g) Light Bars, (h) Each of Medical Equipments powering Sockets etc…
Should have separate circuits, (Power drawn directly from source (with proper cut off switch after Battery/Inverter) and a Fuse in it).
A laminated copy of standard wiring diagram for Air conditioning, AC and DC wiring separately should be provided with each ambulance for reference.
All precautionary measures should be taken in to consideration within the Scope of Auto Electrical work to avoid any accidental fire incidence during installation of any Electrical gadget, or any provision for that.
15
14) Fuse and Other Safety Measures: I. Battery main cut off switch to be provided. II. A separate Fuse to each of the (as mentioned above) circuits be given.
III. There should be an Indicator mark to each fuse on the fuse Box be given to identify the Fuse separately;
IV. There should not be any joints be given within the Circuit Wiring, V. At any unavoidable wiring junction(s) the wires should be joined through Bakelite
Connectors only, VI. There should not be any loose wiring and loose joints; VII. All the electrical accessories should carry ISI Mark and be approved by technical
committee and should be of (ARAI/ISI) automobile standards. VIII. All other unspecified Parts necessary for the Wiring should be of Automobile grade and/or
ISI Certified. IX. Similar color code wires to be used for all ambulances for respective circuits. X. All wiring harness should be covered with crocodile sleeves and should be routed
properly. XI. All relays should be of electronic type only.
15) MP3 PLAYER: I. MP3 with FM Radio player of good quality/reputed brand like JVC/BPL/ SANYO /
PHILIPS is to be provided in the driver compartment with speakers.
16) Clock:
I. A standard quality digital clock to be provided in the patient compartment. It should have a minimum Letter (font) Size of 50 to have better visibility
17) Roof / Wall mounted fans
I. Half Safety metal guard. Screw mounting. Oscillating, 200 mm fan blade, 2-speed switch,
operated by DC 12 V in 4 nos. in the Patient compartment,
II. One fan (same as above) in Driver (Pilot) Compartment.
18) Exhaust Fan
I. One 200 mm bush less 230Volts Exhaust fan to be mounted to partition between Pilot
and ambulance compartment, to pump ambient air into the patient compartment.
II. Exhaust fan on roof to be removed and to be welded with MS sheet
Front and rear mud flaps to be provided.
III. New 135A Lucas/Mico alternator to be replaced in place of original alternator with proper
bracket and new alternator to be provided with wiring.(Removed alternator to be
returned to EMRI along with fabricated ambulance)
IV. Both batteries to be conned in parallel with 10 mm wire.
V. Slope mechanism to be provided for loading and unloading the auto loader
VI. Complete body to be painted with PU swan white color after completing tinkering work for
the total body (If required).
VII. Stickering to be done as per EMRI specifications and designs.
16
Annexure 2
WORKMANSHIP CRITERIA FOR ACCEPTANCE General appearance of the vehicle shall not show any evidence of poor workmanship. The following shall be reason for rejection:
1. Rough, sharp or unfinished edges, burrs, seam, sharp corners, joints, cracks, and dents. 2. Non-uniform panels. Edges that are not filleted, beveled, etc. 3. Paint runs sags, orange peel, “fish eyes”, etc. and any other Imperfection or lack of complete coverage. 4. Body panels that are uneven, unsealed, or have voids. 5. Misalignment of body fasteners, glass, viewing panels, light housings, other items with large or uneven gaps, spacing etc. such as door, body panels, and hinged panels. 6. Improper body design or interface with the chassis that could cause injury during normal use or maintenance. 7. Improperly fabricated and routed wiring or harnesses. 8. Improperly supported or secured hoses, wires, wiring harnesses, mechanical controls. 9. Loose, vibrating, abrading body parts, components, subassemblies, hoses, wiring harnesses or trim. 10. Interference of chassis components, body parts, doors, etc. 11. Leaks of any gas or fluid lines, (AC, coolant, oil, oxygen, etc.) 12. Noise, panel vibrations, etc. 13. Sagging, non-form fitting upholstery or padding. 14. Incomplete or incorrect application of rust proofing. 15. Inappropriate or incorrect use of hardware, fasteners, components, or methods of construction. 16. Incomplete or improper welding, riveting. 17. Visual deformities. 18. Lack of uniformity and symmetry where applicable. 19. Unsealed appurtenances or other body components, gaskets, etc. In addition, any deviation from specification requirements (refer annexure 1) or any other item, whether or not stipulated herein, that affects form, fit, function, durability, reliability, safety, performance or appearance shall be cause for rejection. Defective components shall not be furnished. Parts, equipment, and assemblies, which have been repaired or modified to overcome deficiencies, shall not be furnished without the approval of EMRI. Welded, bolted, and riveted construction utilized shall be in accordance with the highest standards of industry. Component parts and units shall be manufactured to definite standard dimensions with proper fits, clearances,, and uniformity.
17
Annexure 3
Satisfaction Certificate
Certified that, M/s____________________________________________________ has
fabricated ____ ambulances vide Purchase Order No.____________ Dated:
____________to the state of___________________________ and the rating of the
Fabricator as follows.
Fabricator Rating Sl. No. Description Good Satisfactory Poor
1 Adherence to delivery schedules as per the Purchase Order
2 Quality parameters-FRP quality, Finishing, Electricals, A/C and Painting
3 After Sales Service and Warranty Service
4 Availability of the technicians in the respective State/Locations
Sign. Of State fleet Head Sign. Of SHO
Name: Name:
Date: Date:
18
Annexure 4
CHECK LIST
S.No Check list Parameters Yes No
1 Earnest Money Deposit Draft,
2 IT returns and financial statements for last three years
3 Relevant manufacturing licenses,
4 Evidences of having done automotive interiors in FRP( If yes please attach relevant Purchase order copies), and Air conditioning of Buses
5 Satisfactory certificates for fabricated vehicles from existing reputed customers.
6 Satisfactory certificate from GVK EMRI (For Existing Fabricators)
7 Power of attorney, resolution of Board etc., authorizing an officer of the tenderer to transact the business with the Tender Inviting Authority and to sign the tender document.