Table Of ContentTender 
 
 For 
 
Equipments required for Department of 
Microbiology 
 
At 
 
    All India Institute of Medical Sciences, Jodhpur 
 
 
 
 
 
 
 
NIT Issue Date  :  September 02, 2013 
Pre-Bid Meeting  :  Sep 09,  2013 at 02:00 PM. 
Last Date of Submission  :  Sep 23,  2013 at 03:00 PM. 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
All India Institute of Medical Sciences, Jodhpur 
 
Basni Phase - II, Jodhpur – 342005, Rajasthan 
 
Telephone: 0291- 2740532, email: [email protected] 
www.aiimsjodhpur.edu.in
Tender – Equipments for Microbiology Laboratory  
 
All India Institute of Medical Sciences (AIIMS), Jodhpur, Rajasthan, an apex healthcare institute being 
established by Parliament of India under aegis of Ministry of Health & Family Welfare, Government of 
India, invites sealed tenders for supply & installation of the following items at the institute. You are 
requested to quote your best offer along with the complete details of specifications, terms & conditions. 
 
ANNEXURE ‘A’ 
NIT No.  EMD 
S.No.  Item Description  Quantity 
(in Rs.) 
1.  Admin/General/124/2013- Automated system for blood 
AIIMS.JDH  culture with identification &  1  80,000 
antibiotic susceptibility 
2.  Admin/General/125/2013- Automated Mycobacterial culture 
AIIMS.JDH  and sensitivity system with  1  41,000 
software 
3.  Admin/General/126/2013- Laboratory refrigerator 
3  7,200 
AIIMS.JDH 
4.  Admin/General/127/2013- BOD incubator 
1  5,700 
AIIMS.JDH 
5.  Admin/General/128/2013-  Bacteriological incubator 
3  9,000 
AIIMS.JDH 
6.  Admin/General/129/2013- CO2 incubator 
1  8,400 
AIIMS.JDH 
7.  Admin/General/130/2013- Water Bath 
2  2,800 
AIIMS.JDH 
8.  Admin/General/131/2013- Automatic air sampler 
1  3,000 
AIIMS.JDH 
9.  Admin/General/132/2013- Autoclave (vertical) 
1  5,000 
AIIMS.JDH 
10.  Admin/General/133/2013- Hot air oven 
2  6,000 
AIIMS.JDH 
11.  Admin/General/134/2013- Analytical Balance 200 gm 
1  4,000 
AIIMS.JDH 
12.  Admin/General/135/2013- Table top refrigerated centrifuge 
1  16,000 
AIIMS.JDH 
13.  Admin/General/136/2013- Microprocessor controlled Table 
1  4,000 
AIIMS.JDH  top centrifuge  
14.  Admin/General/137/2013- Specification for Research 
3  60,000 
AIIMS.JDH  Microscope for Faculty  
15.  Admin/General/138/2013- Specification for Fluorescence 
1  30,000 
AIIMS.JDH  microscope  
(Refer Specifications Details as per Annexure-‘B’) 
Quotation should be sealed and superscribed with tender number and address to: 
“Administrative Officer 
All India Institute of Medical Sciences, Jodhpur 
Basni, Phase-II 
Jodhpur-342005, Rajasthan”. 
The sealed quotations should reach the Institute, latest by September 23, 2013 at 03:00 PM and it will be 
opened on same day at 03:30 PM in the Project Cell, Resident Complex, AIIMS, Jodhpur of the Institute in 
the presence of the bidder(s) or their authorized representative(s), who will present at the scheduled 
date and time. 
AIIMS-Jodhpur   Page 2
Tender – Equipments for Microbiology Laboratory  
 
Terms & Conditions: 
 
1.  Earnest Money Deposit: The bidder shall be required to submit refundable amount as 
Earnest Money Deposit (EMD) and a non-refundable tender fee of Rs. 1000.00 for each NIT 
by way of demand drafts only as mentioned in Annexure ‘A’. The demand drafts shall be 
drawn in favour of “All India Institute of Medical Sciences, Jodhpur”. The demand drafts for 
earnest money deposit must be enclosed in the envelope containing the technical bid. 
 
The EMD of the successful bidder shall be returned after the successful completion of 
contract / order and for unsuccessful bidder(s) it would be returned after award of the 
contract. Bid(s) received without demand drafts of EMD shall be liable for rejection. 
 
The firms who are registered with National Small Industries Corporation (NSIC) / OR Small 
Scale Industrial (SSI) are exempted to submit the EMD (Copy of registration must be provided 
along with). 
 
2.  Preparation and Submission of Tender :  
The tender should be submitted in two parts i.e. Technical Bid and Financial Bid. The  
Technical Bid and the Financial Bid should be sealed by the bidder in two separate  
covers "Technical Bid for Tender for Supply of ........." and "Financial Bid for Tender for 
Supply  of  .........  ".  Both  Sealed  Envelopes  should  be  kept  in  a  main/  bigger  envelope 
superscribed as “Tender for Supply of ......... “ 
 
3.  Rate: Rates should be quoted in Indian Rupees (INR) on DOOR Delivery Basis at AIIMS, 
Jodhpur, Rajasthan, Inclusive of all the Charges, with break-ups as: 
 
  Basic Cost. 
  VAT /CST as applicable. 
  Total Cost (F.O.R at AIIMS Jodhpur). 
 
 
4.  Validity:  The quoted rates must be valid for a period for 120 days from the date of closing of 
the tender. The overall offer for the assignment and bidder(s) quoted price shall remain 
unchanged during the period of validity. If the bidder quoted the validity shorter than the 
required period, the same will be treated as unresponsive and it may be rejected. 
 
In case the tenderer withdraws, modifies or change his offer during the validity period, bid is 
liable to be rejected and the earnest money deposit shall be forfeited without assigning any      
reason thereof. The tenderer should also be ready to extend the validity, if required, without 
changing any terms, conditions etc. of their original tender. 
 
5.  Delivery & Installation: All the goods ordered shall be delivered & installed within 30 days 
from the date of issue of purchase order. All the aspects of safe delivery, installation and 
commissioning shall be the exclusive responsibility of the supplier. 
 
If the supplier fails to delivered, installation and commissioning of the goods on or before the 
stipulated date, then a penalty at the rate of 2% per week of the total order value shall be 
levied subject to maximum of 10% of the total order value. The successful tenderer will also 
provide required training for supplied items at AIIMS, Jodhpur. 
 
The goods should be manufactured after adoption of latest technology. 
 
6.  Guarantee / Warrantee Period: For the equipment value upto Rs. 5 Lakh 
The  Tenderers  must  quote  for  2  years  comprehensive  warranty  (Including  all  Spares, 
Accessories and Labour) from the date of completion of the satisfactory installation. The 
warranty charges shall not be quoted separately otherwise the offer shall be summarily 
AIIMS-Jodhpur   Page 3
Tender – Equipments for Microbiology Laboratory  
rejected. Also the bidders are requested to submit their quote (Rates) for subsequent 3 years 
Comprehensive Maintenance Contract (CMC) (Including All Spares,  Accessories and Labour). 
Failure to comply this condition will entail the rejection of the bids. The price comparison 
shall be taking into account on basic price and post warranty CMC. 
Guarantee / Warrantee Period: For the equipment value above Rs. 5 Lakh 
The  Tenderers  must  quote  for  5  years  comprehensive  warranty  (Including  all  Spares, 
Accessories and Labour) from the date of completion of the satisfactory installation. The 
warranty charges shall not be quoted separately otherwise the offer shall be summarily 
rejected. Also the bidders are requested to submit their quote (Rates) for subsequent 5 years 
Comprehensive Maintenance Contract (CMC) (Including All Spares,  Accessories and Labour). 
Failure to comply this condition will entail the rejection of the bids. The price comparison 
shall be taking into account on basic price and post warranty CMC. 
 
7.  Signing of tender :  
The tenderer should sign and affix his firm’s stamp at each page of the tender and all its 
annexure as the acceptance of the offer made by tenderer will be deemed as a contract and 
no separate formal contract will be drawn. NO PAGE SHOULD BE REMOVED/ DETACHED 
FROM THIS NOTICE INVITING TENDER. 
 
8.  Opening of Tender: 
The  tenderer  is  at  liberty  to  present  either  him  or  authorize  not  more  than  one 
representative to be present at the opening of the tender. The representative present at the 
opening of the tender on behalf of the tenderer should bring with him a letter of authority 
from the tenderer and proof of identification. 
 
9.  Sample : 
i. AIIMS Jodhpur reserves the right to ask the tenderers for submitting the sample of each 
item for which rates have been quoted, Technically Qualified Bidders may be asked to submit 
samples along with their quoted items nos. and their firm name without indicating any prices 
before opening of Financial Bid to AIIMS, Jodhpur for Inspection. 
ii. The sample must confirm to specification given in Chapter-VI of the tender form. 
iii. Failure to submit sample on specified date & time will result in rejection of the  
tender. 
 
10. Quantity : 
The quantity of item given in the tender is tentative, which may be increased or decreased as 
per the institute’s requirement. 
 
11. Uptime guarantee: The firm should provide uptime guarantee of 95%. 
 
12. Downtime penalty Clause: 
a) During the comprehensive warranty period, the guarantee uptime of 95% of 365 days will 
be ensured. In case the down time exceeds the 5% limit penalty of extension of guaranty 
period by two days for each additional day of down time will be enforced. The vendor must  
undertake to supply all spares for optimal upkeep of the equipment for at least FIVE YEARS  
after handling over the unit to the Institute. If accessories / other attachment of the system  
are procured from the third party, then the vendor must produce cost of accessory / other  
attachment and the CMC from the third party separately along with the main offer and the  
third party will have to sign the CMC with the Institute if required. 
b) The principals or their authorized service providers are required to submit a certificate that  
they have satisfactory service arrangements and fully trained staff available to support the  
uptime guarantee. 
 
AIIMS-Jodhpur   Page 4
Tender – Equipments for Microbiology Laboratory  
13. Performance Security: The supplier shall require to submit the performance security in the 
form of irrevocable Bank Guarantee (BG) / or Fixed Deposit Receipt (FDR) issued by any 
Nationalised Bank for an amount equal to the 10% of the order value and should be kept valid 
for a period of 60 days beyond completion of all the contractual obligation including CMC 
period.  
 
14. Right of acceptance:  
AIIMS, Jodhpur reserve the right to accept or reject any or all tenders /quotations without 
assigning any reason there of and also does not bind itself to accept the lowest quotation or 
any tender. 
Any failure on the part of the tenderer to observe the prescribed procedure and any attempt 
to canvass for the work will prejudice the tenderer’s quotation or any tender. 
 
15. Payment Term:  
  90% payment of the total order value shall be released after the successful 
installation/ commissioning of the ordered goods against the submission of the 
test report. 
  Balance 10% of the order value shall be released after the submission of the 
performance security. 
 
 
15. Right to call upon information regarding status of work: 
The AIIMS, Jodhpur will have the right to call upon information regarding status of  
work/ job at any point of time. 
 
16. Arbitration: 
If any difference arises concerning this agreement, its interpretation on payment to be made 
thereunder, the same shall be settled out by mutual consultation and negotiation. If attempts 
for conciliation do not yield any result within a period of 30 days, either of the parties may 
make a request to the other party for submission of the dispute for decision by an Arbitral 
Tribunal containing Sole Arbitrator to be appointed by the Secretary, Department of Legal 
Affairs. Such requests shall be accompanied with a panel of names of three persons to act as 
the sole arbitrator. In case of such arbitrator refusing, unwilling or becoming incapable to act 
or his mandate having been terminated under law, another arbitrator shall be appointed in 
the same manner from among the panel of three persons to be submitted by the claimant. 
The provision of Arbitration and Conciliation Act, 1990 and the rule framed there under and 
in force shall be applicable to such proceedings.Bidder shall submit a copy of the tender 
document and addenda thereto, if any, with each page of this document should be signed 
and stamped to confirm the acceptance of the entire terms & conditions as mentioned in the 
tender enquiry document. 
 
17. Bidder shall submit a copy of the tender document and addenda thereto, if any, with each 
page of this document should be signed and stamped to confirm the acceptance of the entire 
terms & conditions as mentioned in the tender enquiry document. 
 
18. Signed & stamped compliance sheet of the technical specification of the goods with technical 
printed literature must be enclosed with the bid. 
 
19. After due evaluation of the bid(s) Institute will award the contract to the lowest evaluated 
responsive tenderer. 
 
20. Conditional bid will be treated as unresponsive and it may be rejected. 
 
21. The Institute reserves the right to accept in part or in full or reject any or more quotation(s) 
without assigning any reasons or cancel the tendering process and reject all quotations at  
any  time  prior to award  of  contract,  without  incurring  any  liability,  whatsoever  to  the 
affected bidder or bidder(s). 
 
AIIMS-Jodhpur   Page 5
Tender – Equipments for Microbiology Laboratory  
22. Applicable Law: 
 
  The contract shall be governed by the laws and procedures established by Govt. 
of  India, within the framework of applicable legislation and enactment made 
from time to time concerning such Commercial dealings / processing. 
  Any disputes are subject to exclusive jurisdiction of Competent Court and Forum 
in Jodhpur, Rajasthan, India only. 
  The Arbitration shall be held in accordance with the provisions of the Arbitration 
and Conciliation Act, 1996 and the venue of arbitration shall be at Jodhpur. The 
decision of the Arbitrator shall be final and binding on both the partied. 
  Force Majeure: Any delay due to Force Majeure will not be attributable to the 
supplier. 
 
 
  "PRE –BID Meeting" with the intending bidders shall be held on 9th Sep 2013 
from 02:00 P.M. onwards at AIIMS, Jodhpur.   
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
AIIMS-Jodhpur   Page 6
Tender – Equipments for Microbiology Laboratory  
ANNEXURE ‘B’ 
TECHNICAL SPECIFICATIONS 
Automated System for Blood Culture with identification and antibiotic 
susceptibly: 
  Fully automated modular System capable of culture of blood and body fluids for bacteria, 
mycobacterium, yeast etc  
  Capacity ≥ 360 bottle positions  & modular system  (including blood culture & TB culture) 
  Should be a non radiometric assay system. 
  System should have specific algorithms for detection of growing micro organisms and 
should be capable of continuous monitoring of all samples for growth of micro organisms. 
  Every cell (bottle position) should have its own optics and detection device. 
  System should be capable of analyzing delayed entry specimens along with routine 
samples in case of blood culture 
  System should be having continuous agitation and incubation facility to provide optimal 
growth of microorganisms. 
  The bottled media should be capable of neutralizing the effect of antibiotic. 
  The culture bottles should be made of plastic. 
  System should be capable of processing both adult and paediatric samples. 
  The system should be capable of culture for mycobacterium from respiratory, non 
respiratory & blood specimens. 
  System should have interface for lab information system. 
  The system should be supplemented with automated bacterial identification and 
antibiotic susceptibility testing system for all types bacteria ( aerobes & anaerobes ) yeast 
etc 
  The system should be totally automated for sample standardization, loading, incubating 
and reading the results.  
  It should be used for identification and antimicrobial susceptibility of clinically significant 
bacteria and yeast (ID / AST). 
  Analytical parameters: Identification up to species level, Direct growth based (up to MIC 
level) 
  Testing base: Should be on disposable sealed bar coded card / panel (ready to use) with 
pre  filled  reagents.  There  should  be  no  need  to  add  any  additional  reagents  after 
incubation 
  Type of panels:  It should have different panels (ID & AST separately) to save cost. Should 
make use of non-radiometric measurements with no manual intervention 
  Panels for:  ID & AST of Gram negative, Gram positive and Yeast.   
  ID panels for Anaerobes,   ESBL confirmation, MRSA Confirmation, Neisseria & Haemophilus. 
  Panel capacity: The system should have capacity of processing more than 50 samples at a 
time. 
  Expert  System:  The  software  should  have  an  expert  system  permitting  appropriate 
intervention for organisms with unusual resistance pattern 
  Sample dispensing: System should not require any manual dispensing of Inoculum to 
avoid human error, it should be done automatically. 
  Additional reagents: System to be compatible with cost effective test cards to avoid any 
extra costs of additional reagents. 
  Incubator   : On board incubation chamber. 
  Testing time: Ideally be on the same day (between 5 -10 hrs), which reduces time to 
result.  
  Printer: External printer for direct report print outs. 
  Bar Code: The system should have bar code scanning facility to identify each panel type  
AIIMS-Jodhpur   Page 7
Tender – Equipments for Microbiology Laboratory  
  Software: Should be Windows based, user friendly with touch screen key pad.  
  The data from the system should be automatically transferred to the host computer 
where data processing can be done and reports can be generated 
  The software should identify and interpret results as per NCCLS guidelines 
  Source of supply- Indigenous/Imported. 
  
AUTOMATED MYCOBACTERIUM  CULTURE AND SENSITIVITY SYSTEM  WITH 
SOFTWARE 
  Rapid and fully automated system capable to culture and identify mycobacteria along 
with drug susceptibility testing. 
  System should have, inbuilt calibration check, touch screen monitor. 
Should be able to monitor the growth of mycobacteria continuously in each cell. 
  System should be capable of exporting data to the data management system for long-
term storage, and should have the facility to analyze delayed specimens with the routine 
bottles. 
  Capacity ≥ 360 bottles. 
  Should include data management system and software to analyze and store the data. 
     Easy to use software for patient information, entry and storage. Long term data storage 
facility, tracing patient by name, barcode, I.D. Hospital registration number. 
    Should have inbuilt incubator with facility for decontamination. 
    All consumables required for installation and standardization of system to be given free of 
cost. 
    The unit shall be capable of operating continuously in ambient temperature of 10 -400 C 
and relative humidity of 15-90%. 
    Power input to be 220-240VAC, 50Hz fitted with Indian plug. 
    Resettable overcurrent breaker shall be fitted for protection. 
    Suitable voltage corrector/stabilizer. 
    Suitable UPS with maintenance free batteries for minimum one-hour back-up should be 
supplied with the system. 
    Should be compliant to ISO 13485: Quality systems - Medical devices - Particular 
requirements for the application of ISO 9001 or equivalent standard applicable to 
manufacturers and service providers that perform their own design activities.  
    Comprehensive training for lab staff and support services till familiarity with the system. 
    Electrical safety conforms to standards for electrical safety IEC-60601 / IS-13450 /CE 
certification or equivalent standards.             
    Should be FDA or European CE or equivalent standard approved product. 
    Certificate of calibration and inspection from factory. 
    Compliance Report to be submitted in a tabulated and point wise manner clearly 
mentioning the page/Para number of original catalogue. 
    List of Equipments available for providing calibration and routine maintenance support as 
per manufacturer documentation in service / technical manual. 
  List of important spare parts and accessories with their part number and costing. 
 
 
 
 
 
 
 
AIIMS-Jodhpur   Page 8
Tender – Equipments for Microbiology Laboratory  
 LABORATORY  REFRIGERATOR 
  Capacity 280-400 Liters. 
  Temperature 2-8oC  
  Preferably roller mounted  
  Adjustable shelves 
  Battery backup 
  Durable rust free exterior 
  Durable unbreakable interior  
  Control panel with temperature alarm, on/off switch and digital thermometer,  
  Interior lighting, Drip tray and defrosting arrangement. 
  Adequate circulation of air to ensure even cooling by DUCT system 
  Door with lock. Inside of door provided with racks. Door hinges and latches should be 
chromium plated. 
  Electronic automatic temperature control, 
  Operable at 220 V, 50 Hz. 
  Compressor unit to be hermetically sealed with guarantee for at least five years. 
  Three years warranty, 5 yrs comprehensive AMC  should be available with service centers 
in close proximity 
  Should have all the accessories required for the functioning of the equipment. 
  CE / ISI mark or other equivalent quality certification. 
  All electrical peripherals required for smooth functioning e.g. voltage stabilizer provided 
with the equipment 
  There should be provision for demonstration before final approval of equipment.  
 
 
 
BOD INCUBATOR 
  Double walled construction, inner chamber stain less steel, inner glass/ transparent door 
  Facility for adjustable shelves to convenient heights, 10 removable shelves of stainless 
steel/ anodized aluminium to be supplied. 
  Interior lighting facility, insulated door fitted with heavy hinges handles locking, 
mechanical door lock. 
  Temperature range 0o to 80oC with accuracy 0.5oC high quality, environment friendly 
refrigerant. 
  Independent temperature measuring through PT 100 sensor with indicator LCD display 
  Recovery time short, precise regulation of temperature and acoustic alarm. 
  Digital safety thermostat (class 3) 
  Adjustable ventilation rate 10 – 100% thin form air circulation. 
  Size of inner chamber approximately 50x60x50 cm.  
  All consumables required for installation and standardization of system to be given free of cost. 
  The unit shall be capable of operating continuously in ambient temperature of 10 -45oC 
and relative humidity of 15-95%. 
Power Supply: 
  Power input to be 220-240VAC, 50Hz fitted with plug compatible with local electrical socket. 
  Resettable over current breaker shall be fitted for protection 
  Suitable Stabilizer/CVT 
  Suitable UPS with maintenance free batteries for minimum one-hour back-up should be 
supplied with the system. 
AIIMS-Jodhpur   Page 9
Tender – Equipments for Microbiology Laboratory  
Standards and Safety:- 
  Comprehensive onsite training for lab staff and support services till familiarity with the system. 
  Should be FDA or European CE approved  or equivalent standard product. 
  Should be compliant to ISO 13485:/ ISO 9001Quality systems or equivalent. 
Documentation:  
  Certificate of calibration and inspection from factory. 
  User/Technical/Maintenance manuals to be supplied 
  Attach original manufacturer’s product catalogue and specification sheet. Photocopy/ 
computer print will not be accepted. 
  All technical data to be supported with original product data sheet. Please quote page 
number on compliance sheet as well as on technical bid corresponding to technical 
specifications. 
 
 
 BACTERIOLOGICAL INCUBATOR 
  Size of inner chamber: 100-150 liters capacity. 
  Double walled construction with complete inner chamber made of highly polished 
stainless steel 
  Outer chamber should be of steel sheet finished with powder coated point 
  Insulation to maintain desired temperature 
  Inner chamber should be fabricated with ribs for adjusting shelves to convenient 
height and 3 shelves to be supplied 
  Shelves should be made of polished stainless steel sheet as per chamber 
  Doors to be insulated and fitted with heavy hinges and should have double glass 
window 
  Temperature should be thermostatically controlled with range from 20-80˚ C. Air 
ventilators to be provided on both side 
  The equipment should be provide with control panel having a thermostat control 
knob, on-off switch, pilot lamp and timer, digital indicator 
  Should be supplied with power card and plug suitable to operate on 220 V, single 
phase, 50 Hz, AC supply  
Should be US FDA/ European CE certified. 
 
 
CO  INCUBATOR 
2
  Steam jacket with internal capacity: 120 L (Approx)  
  Minimum of 4 adjustable shelves with separate air tight doors should be available.  
  Interior chamber: Stainless steel for easy cleaning and decontamination 
  Stable temperature control, excellent uniformity, and rapid recovery with no overshoot. 
Fan less convection circulation to provide chamber homogeneity, eliminate vibration & 
reduce sample evaporation. 
  HEPA Filters (99.98% efficient) at the inlet to minimize contamination. 
  Timer: 1 min. to 100 hours; Temperature range: +5° C to 80°C; Temp Accuracy +/-0.50C of 
required temp, with inbuilt Temperature Sensor. 
AIIMS-Jodhpur   Page 10
Description:Tender – Equipments for Microbiology Laboratory. AIIMS-Jodhpur. Page 2. All India Institute of Medical Sciences (AIIMS), Jodhpur, Rajasthan,