0% found this document useful (0 votes)
41 views82 pages

NIT for CRIYN Project Consultant in Raipur

Uploaded by

Kartik Jha
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
41 views82 pages

NIT for CRIYN Project Consultant in Raipur

Uploaded by

Kartik Jha
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

Central Council for Research in Yoga and Naturopathy (CCRYN)


Under
Ministry of Ayush, Government of India,
61-65, Institutional Area, Opposite ‘D’ Block,
Janakpuri, New Delhi – 110058
Telephone. 011-2852-0435
Email: [Link]@[Link], [Link]@[Link]

Notice Inviting Tender (NIT) For Selection of a CPSE for Engagement as a ‘Project
Management Consultant’ (PMC)

for the Project:

“Construction of infrastructure for Central Research Institute of Yoga & Naturopathy


(CRIYN) at Raipur, Chhattisgarh - 492001

1
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Important Dates Information Sheet

Event Particulars

Date of publication of Notice 24.09.2024


Inviting Tender

Date and time for Pre bid 01.10.2024, 11:00 AM


Conference

Last date and time for Bid 07.10.2024, 03:00 PM


submission

Date & Time of Opening of 08.10.2024, 03:30 PM


Technical Bids

Date for Presentation Will be intimated to Qualified Bidders

Date for opening of Financial Will be intimated to Qualified Bidders


Bids

Mode of submission of bids Through online e-procurement, CPP Portal

(The Technical Bid is also required to be submitted in physical


mode as specified in this tender document)
Office of the Director,
Place of Submission of Central Council for Research in Yoga & Naturopathy
physical copy of NIT 61-65, Institutional Area, Janakpuri, New Delhi - 110058
(India)

Contact Person The Director


Central Council for Research in Yoga & Naturopathy
61-65, Institutional Area, Janakpuri, New Delhi - 110058
(India)

2
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Central Council for Research in Yoga and Naturopathy (CCRYN)
Under
Ministry of Ayush

***

NIT for engagement of Project Management Consultant (PMC) for execution of the Project:
“Creation of physical infrastructure (Buildings, furniture, Laboratory and equipments etc.)
for setting up of Central Research Institutes of Yoga & Naturopathy (CRIYN) at Raipur,
Chhattisgarh - 492001

1. Overview

1.1 Definitions

i. “Project” means the “Creation of physical infrastructure Buildings and allied


infrastructure and services, and kitchen and treatment section equipments, furniture
and laboratory) for setting up of Central Research Institutes of Yoga & Naturopathy
(CRIYN) at Raipur, Chhattisgarh - 492001
ii. “Employer” means the Central Council of Research in Yoga & Naturopathy under
the Ministry of Ayush, Govt. of India. (Name of the Procuring Agency)
iii. “Contract” means the Contract signed by the Parties and all its attached documents.
iv. “Project Specific information” means such part of the Instruction to bidders used to
reflect specific project and assignment conditions.
v. “Day” means calendar day.
vi. “Government” means Government of India.
vii. “Personnel” means professionals and support staff provided by the bidder or by any
implementing agency and assigned to perform the Services or any part thereof.
viii. “Bid” means the Technical Bid and the Financial Bid.
ix. “Assignment / Job” means the work to be performed by the selected bidder pursuant
to the award of this tender.
x. “PSU” means a Central PSU which is eligible to bid for the Assignment/job.
xi. “Project Management Consultant” or “PMC” means the selected PSU to whom
this tender is awarded.
xii. “Successful Bidder” means the bidder PSU, selected for the award of the tender.
xiii. “Implementing Agency” means any agency(ies), contractor or entity to whom the
work of construction /procurement is awarded by the Project Management
Consultant(PMC).
xiv. “Terms of Reference” (TOR) means the details included in the NIT specifically in
Para 2 or otherwise as well as in the contract which explain the objectives, scope of
Assignment/ Job, activities and tasks to be performed by the PMC, respective
responsibilities of the Employer and the Project Management Consultant(PMC) and
expected results and deliverables of the Assignment/ job.
xv. “General Financial Rules” means the General Financial Rules(GFR) notified by the
Ministry of Finance, Government of India, as updated from time to time.

3
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
1.2 Introduction: Director, CCRYN under Ministry of Ayush, Government of India, for and on
behalf of President of India, invites bids from eligible Central Public Sector Undertakings for
engagement as Project Management Consultant (PMC) for execution of the Project “Creation of
physical infrastructure (Buildings and allied infrastructure and services, furniture,
Laboratory and equipments etc.) for setting up of Central Research Institutes of Yoga &
Naturopathy (CRIYN) at Raipur, Chhattisgarh - 492001

Brief scope of the aforesaid Project will be as below:

The CCRYN has planned setting up of the Central Research Institute of Yoga & Naturopathy
(CRIYN) with 100 bedded inpatient Yoga & Naturopathy Hospital as above, to provide healthcare
and research facilities in Yoga and Naturopathy. The CRIYN will be built on green building
concepts, with Eco-friendly and disabled friendly designs. As Naturopathy emphasizes that one
should live in harmony with nature, the CRIYN should be energy efficient, water efficient, have
good ventilation and natural light and should also use local materials and should create positive
impacts on our climate and natural environment. There should be water conservation, energy
conservation, generation of minimal toxic waste and should be based on principles of reduce, reuse
and recycle. Creating structures and an environment that optimizes energy use, provides natural
ventilation and lighting is a necessity in this project. The CRIYN will have a boundary wall, with
an Entry Gate, Security Room and CCTV monitoring room and Server Room. There will be
Walking Tracks abutting the buildings, there will be Garden Areas, a Mini Forest, a Water Body
that stores rainwater and an Acupressure Track and open amphitheater. The CRIYN should be
energy efficient with solar lighting where possible, and should have rooftop Solar Panels for energy
efficiency.

The following are the planned buildings and structures and broad specifications and approximate
built up area in sq. m, which may vary depending upon the total area available. Facility-wise built
up area will need to be firmed up in consultation with CCRYN.

Summary of Area

Blocks Area in Sqm.

1 Treatment block 2093.72


2 Admin and OPD Block 1962.39
3 Diet block 922.87
4 In patient accommodation 2900.00
5 Yoga Block 2204.28
6 Doctors Accommodation 505.28
7 Type A Accommodation 421.34
8 Type B Accommodation 515.34
9 Bachelors Accommodation 126.87

4
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
1 Others Area 304.00
0
Total 11956.09

The scope of work of the Project is attached as Appendix A.

2.0 Terms of Reference and Scope of Services under this tender:

2.1 Terms of Reference: Terms of reference of the selected PSU as Project Management
Consultant(PMC) will broadly cover rendering of Project Management services for Pre-
construction; Construction and Post-construction stages in reference to the Project
mentioned in the Para 1.2 above. The services will essentially include the following,
amongst others:-

I. Preparation of Detailed Project Report(DPR) and Detailed Estimates for


establishment for the Project.
II. Finalization of the tendering process involving the entire process from the stage of
preparation of tender document for selection of the implementing agency (ies)
(contractor) to the appointment of the Implementing Agency(ies) for the execution
of the Project.
III. Monitoring, supervision and facilitation of the implementation of the Project,
including fulfillment of all statutory and legal requirements.
IV. Submission of progress report of the project on fortnightly / monthly basis to the
Employer / Ministry of Ayush.
V. Handing over/taking over of the created physical infrastructure to the Employer after
compliance of all statutory requirements necessary for the commissioning of the
infrastructure.
VI. Submission of Project closure report along with complete as built drawings in hard
and soft form to the Employer.
2.2 Detailed scope of Services

The broad nature of the consultancy services to be provided is given in the following paras. Further
technical details of the services to be provided by the PMC are given in Appendix-B.

A. Detailed Architectural Design and Engineering Consultancy services


a) The Project Management Consultant (PMC) shall be responsible for Survey and Soil
investigation including p-level and contour maps with proper bore holes for evaluation
of bearing capacity and nature of soil at the site proposed for setting up of CRIYN.
b) The Project Management Consultant (PMC) shall provide the designing services
including Preparation of detailed drawings depicting interior layouts and schematics
with all specifications viz., Architectural, Electrical, for various areas required to
undertake the construction of the project. This will essentially include the following
field/services any/all of which may be required for the execution of the Project.

5
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
i. Preparation of the concept plan in consultation with the Employer/ Ministry
of Ayush and preparation of Detailed Project Report.
ii. Architecture Planning and Design.
iii. Structural Design.
iv. Planning/ Designing of Electrical systems including power distribution and
complete internal and external lighting, fire detection and alarm systems,
intercom system, acoustic and public address system, closed circuit
television, channel music and other electrical/ electrical control and display
systems including metering facilities, generators, U.P.S stabilized power
conditioners, HVAC / Air conditioning, Lifts etc.
v. Planning/ Designing of Sanitary, Water supply and sewage, plumbing and
firefighting system including fire protection, STP, ETP, etc.
vi. Signage Graphic and landscaping, roads, rigid/flexible pavements and
drainage etc.
vii. Any or all services not specifically mentioned herein but required for the
proper and successful completion of the Project in accordance with
specifications of Bureau of Indian standards and in accordance with the
specification of National Accreditation Board for Hospitals & Healthcare,
including services required for procurement and installation of hard and soft
furnishing, Water Treatment/ Purification System, solar water heating
system, medical gases etc., as are covered in the scope of the Project.

c) The Project Management Consultant(PMC) shall prepare preliminary designs, cost


estimates, tender drawings, detailed cost estimates, NIT documents, drawings depicting
interior layouts and schematics with all specifications, viz., Architectural, Electrical,
etc., for various areas, as may be required to undertake the construction of the project.
d) The Project Management Consultant (PMC) shall prepare drawings including all
necessary Architectural and engineering details, to suitable scale, to enable the
Implementing agency(ies) (contractors) to prepare shop drawings, bar bending
schedules, etc. and all such other details of works as are required for execution of the
Project, and modify the same if, so decided by any authorized officer of the Employer
/ Ministry of Ayush. Thereafter, the Project Management Consultant (PMC) shall be
responsible for ensuring construction generally as per the approved drawings and make
minor modifications/improvements in design, if required, as per the actual requirements
at site.
e) The Project Management Consultant (PMC) shall ensure that all drawings/ designs are
prepared in accordance with the relevant bye-laws of local Authority, Indian Electricity
Rules and Indian Standard specification, as amended up to date or as per sound
engineering practice and shall be responsible to ensure the structural stability and
efficiency/adequacy of various other services and utilities.
f) The Project Management Consultant (PMC) shall obtain necessary Statutory
Approvals/ Permission/ Clearances/ Certificates on the designs, plans and
architectural/engineering details of the Project from the concerned Local Bodies &
Statutory Authorities like District Authorities, Municipal Corporation, Panchayati Raj

6
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Institutions, Town Planning Board, Electricity Board/ Fire Department, State/ Central
Pollution Control Boards, Stale/ Central Environmental Authorities, Forrest and Wild-
life authorities etc. (for e.g. removal of trees, re-locating utilities; rehabilitation and
resettlement of persons affected by the work; traffic control; mining of earth and stone;
interfering protected monuments, environmental/ forest/ wild-life clearances; and
shifting of religious shrines etc.) to start the work. The Employer shall be responsible
for providing all assistance to Project Management Consultant (PMC) in this process.
However, responsibility to get clearance/ approvals from the local authorities will rest
with Project Management Consultant (PMC).
g) Works shall not be awarded by ‘Project Management Consultant’ to contractors till all
statutory approvals/ certificates/ permissions required for taking up the work, are in
place.

B. Project Management Services

Execution of Works
a) The Project Management Consultant (PMC) shall undertake the Complete Project
management including supervision of the construction work, as well as, the work for
Procurement of and equipments, for execution of the Project.

b) As soon as the work is allocated, ‘Project Management Consultant’ shall prepare and
submit to the Employer an Integrated Programme Chart for the execution of work
showing clearly all activities from the start of work to completion with details of
manpower and other input information required for the fulfilment of the timelines given
therein. The Programme Chart should fully align with the completion timelines
stipulated in this tender. ‘Project Management Consultant’ will intimate the Employer,
Project Team, both on - site and off-site, starting from Chief Engineer to Junior
Engineer associated with execution of the work. The Programme Chart should inter-
alia include descriptive note explaining sequence of the various activities, CPM
Network Milestones etc. This will form Base Line Programme and the subsequent
progress of the work shall be reviewed with reference to this during periodic Progress
Review Meeting preferably monthly. Any increase in time period from the Base Line
Value shall be construed as Time Overrun.

c) ‘Project Management Consultant’ shall be responsible for providing Physical Progress


Reports to the Employer in the form of CPM (Critical Path Method) Network on
monthly basis for reviewing of the progress of the work vis - a vis Base Line Programme
and taking all necessary remedial actions, after taking into account Employer’s
observations made in respect of quality and progress of the work during the monthly/
periodic Project Review Meetings. To ensure timely completion of work as per
mutually agreed time-schedule/ milestones and within agreed Cost.

7
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
d) ‘Project Management Consultant’ shall also be responsible for providing to the
Employer the Financial Progress Reports of the project and up to date Expenditure
incurred on the work on monthly basis along with Certificate of Utilization of Fund
against Fund earlier released to ‘Project Management Consultant’ by the Employer.

e) ‘Project Management Consultant’ shall be responsible for total Project Management


including day-to-day supervision of works, maintenance of all project records and
executing the works as per prescribed guidelines, their own Works Manual, Codes,
Books of Specifications etc, and also in accordance with relevant and extant provisions
of General Financial Rules (GFR).

f) The ‘Project Management Consultant’ (PMC) shall be responsible for certifying and
making payment of Bills/ monthly running bills of the Contractors/ Agencies engaged
by them and make available Final Statement of Accounts in Standard Format to the
Employer and also provide copies of Final Bills for all Contract Packages and other
expenditure incurred related to Project Construction after the Completion of the Work.
In addition, should the Employer ask for any other details from the ‘Project
Management Consultant’ (PMC) regarding Utilization of Fund at any stage, Detailed
Estimates, Technical Sanctions, Award of Works, Running Bills etc., the same shall be
provided by Project Management Consultant (PMC) readily.

g) The ‘Project Management Consultant’ (PMC) shall be responsible for imposing


Liquidated Damages or for taking any other action in terms of Contract against the
Implementing Agency (ies) (construction/ procurement agency) in case the
Implementing agency is failing to perform satisfactorily with respect to timely
completion of work or in respect of the quality and other conditions stipulated in the
tender document/ contract.

h) The ‘Project Management Consultant’ (PMC) shall undertake settlement of all


contractual disputes with the Contractors/Suppliers, including arbitration, if any, as well
as attend meetings/ hearings in connection with any dispute or payment of awards of
Arbitration.

i) The ‘Project Management Consultant’ (PMC) will discharge any other responsibility
that may be entrusted to it by the Employer / Ministry of Ayush with respect to the
Project.

j) The ‘Project Management Consultant’ (PMC) shall be wholly, solely and fully
responsible for timely completion of the work, and for the quality of the work as per
tender specifications and also for the structural safety of the physical infrastructure
under construction/ built by way of execution of the work, during and after completion
of the work.

8
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
k) The scope of the Assignment shall not be limited to comprehensive architecture design
but shall also include getting various statutory clearances for the Project, awarding
tender for the construction, contract execution, monitoring and supervision of
construction work, usage of standard software for project management as per CPWD
manual, ensuring successful completion and commissioning of the Project.
The scope of the assignment also involves geo-technical investigations, surveys,
approvals, third party certifications, interaction with the statutory authorities etc.

The detailing under the scope of Project will be finalized by the PMC further in
consultation with the Employer.

Release of Funds, Payment of Bills

l) The Employer shall release Initial Deposit of 10% of the approved preliminary estimate
amount to ‘Project Management Consultant’ within 2 (two) weeks of issuing A/A &
E/S {and signing work specific MoU along with Milestones & Baseline Programme
between the Employer and the Project Management Consultant(PMC), whichever is
later}.

m) The Employer shall release additional deposit up to 10 (ten) % of approved estimate


amount to ‘Project Management Consultant’ within 2 (two) weeks of award of first
major construction contract on the basis of specific request made by ‘Project
Management Consultant’ in this regard along with proper reasons and justifications
acceptable to the Employer for additional requirement of fund over and above already
released initial deposit of 10 (ten) % of approved preliminary estimate amount in terms
of Clause – 7 above. .

n) After the Initial and Additional Deposit as per Para ‘l’ and Para ‘m’ above and
subsequent release of Fund shall be in the form of recoupment of the expenditure made
by ‘Project Management Consultant’ on the work as per monthly expenditure
statements which shall be submitted in Monthly Expenditure Statement (MES) in a
form similar to CPWD Form – 65 (Account of Deposit works). While submitting MES,
and placing demand for release of fund in the form of recoupment of the monthly
expenditure already incurred on the work, ‘Project Management Consultant’ will also
submit a comprehensive report on progress of physical completion of various activities
and Milestones vis-a-vis earlier planned activities/ Milestones for the overall
completion of the specific work mutually decided between the Employer and the
‘Project Management Consultant’ {and included as part of work specific MOU}for
enabling the Employer to keep effective check on utilization of fund as well as physical
progress of the work. .

o) The fund subsequent to Initial Deposits shall be released by the Employer to the
‘Project Management Consultant’ within 4 (four) weeks of submission of request by
‘Project Management Consultant’ along with all documents as described in Clause - 8

9
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
above. As per the monitoring of physical and financial progress indicators, the
Employer will take necessary steps for recoupment of the monthly expenditure incurred
on the basis of the Fund Utilization Certificate. .

p) If any fund requirement is specifically made by ‘Project Management Consultant’ after


the work has been assigned to ‘Project Management Consultant’ for undertaking
preconstruction activities related to the Project Execution etc., the same shall be
released by the Employer within 2 (two) weeks of such specific demand provided the
amount is within ceiling limit of Rs.25 (twenty-five) lakh. The amount so released to
‘Project Management Consultant’ shall he adjusted from, Initial Deposit amount.

q) ‘Project Management Consultant’ shall intimate the Employer about any excess
expenditure likely to be incurred over and above the approved Projected Cost and also
about possibility of time overruns, as soon as it comes to the knowledge along with
reasons and justifications thereof for necessary approvals from the Employer before
continuing/ incurring the extra/ additional expenditure.

r) Payment to the Implementing Agency (ies) (Contractor) shall be based on the terms of
agreement to be executed between the respective agencies and the ‘Project Management
Consultant’ (PMC).

s) The ‘Project Management Consultant’ shall be responsible for certifying and making
payment of Bills of the Contractors/ Agencies engaged by them and make available
Final Statement of Accounts in Standard Format to the Employer and also provide
copies of Final Bills for all Contract Packages and other expenditure incurred related to
Project Construction after the Completion of the Work. In addition, should the
Employer ask for any other details from ‘Project Management Consultant’ regarding
Utilization of Fund at any stage, Detailed Estimates, Technical Sanctions, Award of
Works, Running Bills etc., the same shall be provided by ‘Project Management
Consultant’ readily.

t) The ‘Project Management Consultant’ (PMC) shall open, maintain and operate a
separate dedicated bank account for the Project fund. Any fund received from the
Employer shall be deposited in the bank account. Any interest accrued on the Project
fund will be the property of the Employer/ Ministry of Ayush. The PMC will not have
any lien on this.

Project Management, Cost and Time Control

u) ‘Project Management Consultant’ shall implement a system of ‘Project Team Concept'


with dedicated group of Engineers under single and unified command for
implementation of projects from concept to completion and call composite tenders to
reduce the number of packages for better management. ‘Project Management

10
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Consultant’ shall be obliged to adopt all the above said measures to successful
completion of the works within Approved Cost and agreed Time period.

v) ‘Project Management Consultant’ shall be responsible for managing the Project from
concept to commissioning effectively and efficiently to ensure desired/ proportionate
pace of progress and completion of work is achieved progressively vis-à-vis approved
Plans & Specifications and in Terms and Conditions of the MOUs and mutually agreed
milestones and timelines and approved cost, taking with due diligence all required
proactive remedial measures including provision of stringent and elaborate enforceable
Clauses to this effect and also making time as the essence of contract in the Bid and
Contract Documents. ‘Project Management Consultant’ shall provide for clauses in the
contract and established procedure to recover liquidated damages from their
contractors/ agencies. The liquidated damages recovered from the contractors for delay,
if any, shall be credited to the Employer in the project accounts.

w) The approved Initial Project Cost & Timeline should not exceed during execution of
the Project. In case of either increase in earlier approved cost or timeline, detailed
reasons and justifications, based on verifiable facts and figures, shall have to be
provided by ‘Project Management Consultant’ along with comprehensive proposals for
revision in earlier approved Project Cost/ Timeline, which shall be intensively
examined by the Employer in consultation with ‘Project Management Consultant’
before approval is accorded to their proposals. No additional expenditure over and
above the earlier approved Project Cost shall be incurred by ‘Project Management
Consultant’ without prior approval of the Employer. Upward Revisions in either Cost
or Timeline should be an exception rather than a rule and for achieving this objective,
all required efforts shall be made by ‘Project Management Consultant’.

x) At any time, it appears to the Employer that the actual progress of the work does not
conform to the approved programme referred above and intimated to ‘Project
Management Consultant’ by the Employer, detailed reasons and justifications for such
delays shall have to be provided by ‘Project Management Consultant’, which shall be
examined by the Employer to re-Schedule the Programme, if any. Progress Review
Meetings preferably monthly shall be held between ‘Project Management Consultant’
and the Employer for reviewing the progress of works based on Baseline Programme/
Milestones etc. and also for resolving co-ordination issues, if any including fixing
priority of some works, facilities and services for their early completion and handing
over to the Employer for putting item to use for intended purpose. A&E Consultants
may also participate. ‘Project Management Consultant’ will also designate a nodal
officer in respect of specific work for coordinating with the Employer and A & E
Consultant. Such designated nodal officer shall be suitably empowered and authorized
to lake decisions in work related issues so that delays are minimized for achieving
timely completion of work.

11
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
y) Sufficient number of technical and other staff as per requirement of work will be
deployed by the ‘Project Management Consultant’ (PMC) for complete management of
contract as per terms & conditions of the contract, including monitoring the quality and
workmanship in accordance with specifications, progress of work as per milestones and
completions as per time schedule. The ‘Project Management Consultant’(PMC) shall
deploy following minimum manpower for the execution of the work:
a. One number Chief Project Manager/Official of the level of E-5 or above
as EIC.
b. Site / Executing Engineers of minimum E-4 level or above.
Civil – 1 No.
E&M – 1 No.
c. In addition, adequate number of supporting officers like Assistant
Engineers, Junior Engineers (JEs), Supervisors of Civil / Electrical /
HVAC Engineering domain, and other staff as per the site requirement
depending on progress of work, should be deployed at site to assist the
officers mentioned at (i), (ii) above.

The above manpower will be posted at site during the execution of the Project. Also,
IT Engineer(s), Architect(s) and Biomedical Engineer(s) shall be deployed by
‘Project Management Consultant’ for this project on need basis. List of these
personnel, with names and testimonials, shall be submitted to the Employer /
Ministry of Ayush for approval before signing of the Contract agreement.

Failure to deploy above mentioned personnel and prolonged non availability of


required staff even after two reminders from the Employer/ Ministry of Ayush can
lead to termination of contract besides any other measures as deemed fit.

z) If the Employer finds services of any official(s), deployed by the ‘Project Management
Consultant’ (PMC) in the Project, unsatisfactory, the Employer reserves the right to
remove such official from the work/ project and ‘Project Management Consultant’
(PMC) shall be bound to accept the decision of the Employer and shall make suitable
replacement to the satisfaction of the Employer.

Observance of Ministry of Finance/ CPWD/ CVC guidelines

aa) The ‘Project Management Consultant’ (PMC) shall undertake the preparation of
detailed Estimates containing detailed specifications and quantities of various items on
the basis of specification and schedule of rates maintained by CPWD.

bb) The ‘Project Management Consultant’ (PMC) shall prepare and accord Technical
Sanction(TS) to detailed and coordinated design of all the Architectural, Civil,
Electrical, Mechanical, Horticulture and any other services included in the scope of the
Project and of the Detailed Cost Estimates containing the detailed specifications and

12
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
quantities of various items prepared on the basis of the Schedule of Rates maintained
by CPWD.

The ‘Project Management Consultant’ (PMC) shall accord Technical sanction of


detailed Estimates ensuring that proposals are structurally sound and the Estimates are
accurately calculated based on adequate data. The Technical Sanctioning authority of
the ‘Project Management Consultant’ (PMC) shall be responsible for technical
soundness of the estimate as well as the quantities of items of the BOQ.

cc) The ‘Project Management Consultant’ (PMC) shall prepare Tender documents in
accordance with the CPWD guidelines. For this purpose, the PMC is required to adopt
the latest standard tender document and the General Conditions of the Contract (GCC)
of the CPWD. The remaining parts of the tender documents shall be prepared by the
‘Project Management Consultant’ (PMC) by following provisions of CPWD works
manual, CPWD Schedule of Rates, CPWD Specification and up to date Contract &
Manual circulars issued by CPWD. The ‘Project Management Consultant’ (PMC) will
also ensure that the Special Conditions of the Contract are formulated in a manner so
that these do not come in conflict with the GCC of the CPWD. Any deviations from the
above must be got approved from the competent Authority of the Employer / the
Ministry of Ayush.

dd) The ‘Project Management Consultant’ (PMC) shall follow guidelines of e-tendering as
provided in CPWD Works Manual.

ee) The ‘Project Management Consultant’ (PMC) shall undertake, scrutiny, processing and
evaluation of bids received as per procedure laid down in CPWD works manual. This
shall include preparation of proper justification based on prevalent market rates and
coefficients as per CPWD Delhi Analysis of Rates.

ff) The designated tender accepting authority of the ‘Project Management Consultant’
(PMC) as per their delegation of power shall consider the recommendations of the
tender committee, constituted by the ‘Project Management Consultant’ (PMC) and
decide on the tender.

gg) Any sanction of deviations/ variations in quantities should be done observing the
guidelines of the CPWD in the matter.

hh) The ‘Project Management Consultant’ (PMC) shall ensure strict compliance of GFR
and CVC guidelines. It shall be wholly and solely responsible for any observation /
comments / defects pointed out by C. T. E / CVC in the process of execution or in the
executed work. Also a suitable check list in this regard shall be maintained by the
‘Project Management Consultant’ (PMC) which will be available to the Employer for
inspection as and when required by them.

13
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
ii) The ‘Project Management Consultant’ (PMC) shall maintain accounts and records for
inspection and audit. The same should be preserved for the entire Codal life of the
respective document as adopted in CPWD guidelines, after the competition of project.

Quality Assurance
jj) The ‘Project Management Consultant’ (PMC) may be required to appoint a Third Party
Quality Assurance (TPQA) agency for quality assurance/ audit of the works executed
by the ‘Project Management Consultant’ (PMC). The Employer/ Ministry of Ayush will
give instructions in this regard. The quality assurance work should be assigned to an
IIT or NIT. The quality assurance will be ensured at three stages, first, after completion
of the Foundations, second, at the stage of completion of structure and third, at the stage
of the completion of the work.

The Employer/ Ministry of Ayush may also itself appoint a TPQA.


The ‘Project Management Consultant’ (PMC) will provide access to TPQA for
inspection of site, material, specifications and other documents as required for checking
quality assurance. The deficiencies brought out by TPQA shall promptly be got
attended by the ‘Project Management Consultant’ (PMC) and compliance report shall
be submitted to the Employer. Any dispute between ‘Project Management Consultant’
(PMC) and the TPQA shall be brought before the Employer and decision of the
Employer will be final and binding on the ‘Project Management Consultant‘ (PMC)
and the TPQA.

kk) The ‘Project Management Consultant’ (PMC) shall ensure that the works are completed
in all manners as per the quality, standards and within the budgeted cost and Time. The
PMC shall also ensure that the Contractor / Executing Agency of the Project shall
provide / install Material Testing Lab at site with all the requisite equipment’s for
testing of Materials as per the CPWD guidelines and maintain a proper record during
the execution period.

Time Schedule and Liquidated Damages


The time schedule for completion for the Project shall be as 30 Months as below

[Link]. Activity Target


1 Preparation of master plan D+1 MONTHS
2 Preparation and approval of DPR including D+3 MONTHS
statutory clearances
3 Technical Sanction of detailed estimates and D+ 4 MONTHS
floating of tender

4 Award of Work D+ 6 MONTHS


5 Commissioning of work D+ 30 MONTHS*

14
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
(24 months for
construction and
commissioning)
“D“is the date of award of work
*To be decided by the Institute/ Autonomous Body for the respective Project
looking at the nature of project and its location and site conditions.

In case of delay in achievement of milestones attributable to the ‘Project


Management Consultant’ (PMC), penalty at the rate of 0.5% of the total consultancy
service charges for each month of delay, shall be levied, subject to a maximum of up
to 5% of the total consultancy service charge payable to the ‘Project Management
Consultant’ (PMC). Decision of the Employer shall be final and binding this regard.

Completion and Handing over of the Completed Work and Facilities

ll) ‘Project Management Consultant’ shall obtain work Completion/ Occupancy


Certificates & Clearances for completed Work and Facilities before handing over the
same to the Employer for putting them to functional use. The Employer shall provide
all assistance in this process.
mm) ‘Project Management Consultant’ shall hand over to the Employer or its Authorized
Representative, completed Work including all Services and Facilities constructed in
accordance with the Approved Plans, Specifications fulfilling all techno-functional
requirements agreed with the Employer along with Inventory, As built - Drawings,
Maintenance Manual/ Standard Operating Procedure (SOP) for Equipments and Plants,
all clearances /Certificates from Statutory Authorities, Local Bodies etc.
nn) On completion of the work, a Project Completion Report (PCR) shall be submitted by
‘Project Management Consultant’ duly bringing out the Final Project Completion Cost,
Total Time period taken to complete the work and also completed Project Components
as against the approved Cost, Time and Project Components. The PCR shall be
submitted along with Final Project Accounts including return of unspent balance
amount to the Employer within one month of settlement of final bills of the contractors/
other agencies deployed on the work by ‘Project Management Consultant’.

oo) The ‘Project Management Consultant’ (PMC) shall ensure representation at site to
maintain the erected assets and attend the defects during defect liability period.

pp) The ‘Project Management Consultant’ (PMC) shall maintain a site office and facilitate
inspections by the officials of the Employer/ Ministry of Ayush, as and when carried
out.

Disputes, Enquiries and Queries

15
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
qq) The ‘Project Management Consultant’ shall be responsible for observing due diligence
and adopting all possible measures at various stages of work execution so as to avoid
Arbitration/ Litigation end other hindrances and the work is completed within optimum
cost and time in hassle free environment.

rr) ‘Project Management Consultant’ shall be responsible for defending all Arbitration and
Court Cases arising out of execution till the works end examining the Arbitration
Award/ Decree of Court or Law/ liability by appropriate authority in ‘Project
Management Consultant’ and forwarding the same along with a comprehensive report
on the circumstance leading to the Arbitration/ Court Cases and the reasons and
justification as to why an appeal against such awards/ decree was not considered
necessary briefing out inter-alia details of the award and clear cut recommendations
The decision of the competent authority in ‘Project Management Consultant’ to accept
The award or challenge the same in a Court of Law will be binding on the Employer/
Ministry of Ayush.

ss) The Employer/ Ministry of Ayush shall settle and pay the final claims which may be
decreed by a Court of Law, Tribunal or by award of an Arbitration in relation-to the-
deposit work, based on recommendations of ‘Project Management Consultant’.

tt) ‘Project Management Consultant’ shall be responsible for redressing and complying
with the observations of CTE/ CVC, Auditors, Statutory Authorities, Local Bodies,
Municipal Corporation etc. pertaining to the work under intimation to the Employer/
Ministry of Ayush, providing all work related information promptly to the Employer/
Ministry of Ayush for replying to Parliament Questions, queries from various
Constitutional and Statutory Authorities.

Miscellaneous

uu) The ‘Project Management Consultant’ (PMC) shall be responsible to execute any
additional works as per requirement of the Employer, in order to make the buildings
and services functional.
vv) The ‘Project management Consultant’ (PMC) will be responsible for carrying out the
different activities as part of the execution of the works ensuring necessary approvals
as per their internal systems and SOPs within their organization.

The following Responsibility Matrix specifies the roles and responsibilities of the
‘Project Management Consultant” (PMC) and the approval processes in the different
stages of the execution of the Project after AA&ES is issued to the PMC:

Responsibility Matrix
Sl. Activity To be Prepared/ To be Approved by
No. Carried out by

16
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

1. Detailed Project PMC Respective Autonomous


Report Body

2. Technical Sanction PMC PMC


and Detailed (As per their internal
Estimates approval systems and
processes)

3. Floating of tender PMC PMC


and award of work (As per their internal
approval systems and
processes)

4. Contract execution PMC PMC


and commissioning (As per their internal
approval systems and
processes)

5. Monitoring of Client Institute/ Client Institute/


works Works Committee Works Committee

6. Third Party Quality TPQA agency Compliance on the


Assurance (TPQA) (IITs/ NITs as engaged by Issues highlighted by the
the PMC/ Institute/ TPQA to be followed up/
Ministry)
monitored by the
Building Committee /
Works Committee

However, the PMC would be required to take prior approval of the Employer/ Ministry of Ayush
for any change in the approved Master Plan/ Concept drawings or in the scope of work or for
revision in cost if the same is likely to exceed the AA&ES communicated to the PSU by the
Employer/ Ministry of Ayush.

3. Eligibility:

3.1 As per Rule 133 (3), General Financial Rules (GFR) 2017, Govt. of India following CPSUs
will be eligible to participate in the bid:

Any Public Sector Undertaking set up by the Central Government to carry out civil
or electrical works
Or

17
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Any other Central Government organization / PSU which may be notified by the
Ministry of Urban Development (MoUD), Government of India for such purpose
after evaluating their financial strength and technical competence.
3.2 The CPSUs must not be blacklisted or debarred by any Govt. and no work awarded to CPSUs
should have been terminated during the last three years on the ground of unsatisfactory
performance, at the time of submission of bid.
3. (A) Relevant Experience

Experience of having successfully executed similar work in the capacity of a Project


Management Consultant (PMC) during the last Seven years ending last day of the month
previous to the one in which tenders are invited, meeting the following criterion:
i. Three similar works, each of value not less than 40% of the estimated cost put
to tender, or
ii. Two similar works, each of value not less than 60% of the estimated cost, or
iii. One similar work of value, not less than 80 % of the estimated cost

The value of the executed work shall be brought to current value by enhancing the
actual turnover figures at simple rate of 7% per annum, calculated from the date of
completion to the previous day of last day of submission of tender.

(All amounts rounded off to a nearest convenient figure)

Projects such as construction of Hospitals/teaching Institutions / residential Complex


works having Civil / electrical works as major components will be considered as similar
works.
(The similar nature of work may need to be specified keeping in view the nature of
the Project. For example, if the Project involves construction of multistoried buildings/
basements, experience of executing works involving multistoried building should be insisted
upon)

3. (B) Financial Capability


i. Average financial turnover
Should have had average annual financial turnover during the last three consecutive
financial years ending 31st March of the previous financial year should be at least
Rs.81,00,00,000/- (Rupees Eighty One Crore Only) (Equal to the Estimated cost
put to tender).
The value of the annual turnover figure shall be brought to current value by
enhancing the actual turnover figures at simple rate of 7% per annum.

ii. Profit making (PAT) Company:


The Bidder should not be a loss making company in any of the during the last five
financial years.
iii. Net Worth:
The Bidder should have positive net worth for the last five financial years.

18
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
iv. Solvency:
The Bidder should have a minimum solvency equal to the estimated value of the
Project Management Consultancy (PMC) [Link] solvency shall be certified by
the Chartered Accountant.
(The estimated value of the PMC fee will be taken on normative basis as 5% of the
estimated cost of the project for which PMC assignment is under tender process)

3. (C) Bid Capacity

Bid capacity of the agency will be determined on the basis of the amount of work the agency
has in hand and its capacity to deliver. If the agency has taken some work either from another
Department / organization or from Ministry of Ayush, their bidding capacity shall be
reduced by that amount of award of work.

The bidding capacity of the company should be equal to or more than Rs.81,00,00,000/-
(Rupees Eighty One Crore Only).

The bidding capacity shall be worked out by the following formula.

Bid Capacity= {[A x N x 1.5] - B}.

A= Maximum value of engineering (Civil, Electrical, Mechanical) turnover in construction


works executed in any one year during the last seven years taking into account the completed
works, as well as, works in progress. The value of turnover shall be brought to current level
by enhancing at a simple rate of 7 % per annum.

N= Number of years prescribed for completion of Project.

B=Value of existing commitments and ongoing works to be completed during the period of
completion of the Project. Annexure IX.

4. Clarifications on NIT Document:

4.1 The prospective PSU requiring any clarification on this document shall notify the Director,
CCRYN in writing/e-mail or by Fax at the mailing address/ e-mail ID/FAX number indicated in
Para 9.5 below, latest by 30.09.2024, 03:00PM. Clarification sought, if any, are to be asked in the
following format:

S. Clause No. of the NIT Query/Clarification sought


No

4.2 Pre-Bid conference will be held at Central Council for Research in Yoga & Naturopathy

19
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
61-65, Institutional Area, Janakpuri, New Delhi – 110058 (01.10.2024, 11:00AM). All efforts will
be made to furnish clarification during the pre-Bid Conference. In exceptional cases, the same will
be furnished subsequently. In both cases, the minutes of the pre-Bid meeting containing
clarifications shall be posted on the website of the CCRYN / Ministry of Ayush.

4.3 Any clarifications issued by CCRYN / Ministry of Ayush shall be an integral part of this
document and shall amount to an amendment to the relevant clauses of this document.

5. Documents / details to be submitted in the offer:

5.1 The PSU is required to furnish the following details / documents duly signed and stamped
on each page by the authorized signatory of the PSU: -

i. Technical Details about the PSU and other relevant information in the formats
prescribed at Annexure III to IX including documents in the details provided therein.
(Such information shall form the basis of technical evaluation).
ii. Certificate of Incorporation / Registration.
iii. Copy of Articles of Association of the PSU indicating aims and objective of the PSU.
iv. Annual reports and audited statements, audited by the auditors appointed by the
company; of account for the last five years (2018-19, 2019-20, 2020-21, 2021-22 and
2022-23). Certificates in support of turnover and the PBDIT issued by the statutory
auditors of the company certifying the turnover and PBIDT. Net Worth certificate in
the prescribed format for the last five years and solvency certificate for the last six
months.
v. Copy of Certificates for GST Registration and copy of PAN and TAN.
vi. Copy of NIT & clarification issued by CCRYN / Ministry of Ayush to this NIT, if any,
as a mark of acceptance of all conditions of the NIT.
vii. A certificate from the Chairman / Company Secretary of the PSU certifying the details
of the signatory authority and attestation of such authority’s signature or Power of
Attorney in favor of the signatory authority for the purpose of signing bid documents.
viii. A detailed write-up on the PSU’s Approach and Methodology to perform the
assignment based on the TOR.

Note:

i. All papers which are a photocopy and submitted as part of the proposal shall be duly
attested by the company’s CS/CA or Authorized signatory.
ii. Each of the pages of the Bid document submitted will be signed and stamped by the
authorized signatory of the PSU.
iii. Each page of the Bid document should be duly numbered and the total number of pages
in the Bid document should be clearly mentioned in the Bid document. Index of the
documents submitted in the Bid document should be given and location of the
documents submitted should be clearly mentioned in the index so that the tender
evaluation committee is able to easily locate them. Non-compliance of this condition
may result in rejection of the bid.
iv. All monetary figures should be in INR.

20
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
v. Only proposals complete in all respects and containing all requisite documents/
information/ data shall be accepted and evaluated. Proposals which are incomplete or
lacking in any manner shall be declared “not responsive” and summarily rejected and
no requests for condonation / acceptance of information after the final date for
submission of tender documents shall be entertained.

6. Availability of NIT / processing Fee

6.1 Copy of the NIT can be downloaded from the website of CCRYN / Ministry of Ayush
website [Link] or CPP Portal. [Link]

6.2 The Bidders must pay the non- refundable Bid Processing Fee of ₹10000/- (Rupees Ten
Thousand only) through Demand Draft / Banker Cheque of Rs.10000.00 (Rupees Ten Thousand
only) drawn in favour of Director, CCRYN, payable at Janakpuri, New Delhi towards the cost of
NIT and processing fee which shall be enclosed by the PSU with the technical bid which is also
required to be submitted through physical mode.

Technical Bid not accompanied by the bid processing fee will not be considered and will be
summarily rejected.

7. Earnest Money Deposit:

7.1 To safeguard the interests of the Government, each bid should be accompanied by an
Earnest Money Deposit of Rs. 160/- Lakhs (Rupees One Crore Sixty Lakhs only). Earnest Money
should be deposited along with the Technical bid by means of Bank Guarantee (in the respective
format enclosed as Annexure VII) drawn in favour of the Director, CCRYN payable at Janakpuri,
New Delhi. The Earnest Money Deposit shall have to be valid for at least six months beyond the
last date of submission of the bid. Technical bids not accompanied by Earnest Money or Earnest
Money in deviation from above shall be summarily rejected. No interest shall be payable by the
Employer for the sum deposited as EMD.

7.2 Earnest Money will be returned to all unsuccessful PSUs without interest after completion
of the tender process.

7.3 The Earnest Money shall be liable for forfeiture in the following events:

i. If the bid is withdrawn during the validity period or any extended validity period agreed
to by the bidder.
ii. If the bid is varied or modified in a manner not acceptable to the employer after opening
of the bid during the validity period or any extension thereof.
iii. If the bidder tries to influence the evaluation process.
iv. If the first ranked bidder withdraws his proposal prior to signing of contract or fails or
refuses to furnish the performance security in accordance with instruction to the bidders.
v. For contravention of any of the conditions of the NIT not acceptable to the Employer.

8. Performance Security Deposit:

21
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
8.1 Successful PSUs shall, within one month from the date of conveying acceptance of the
tender in his favour in writing, have to deposit sum equal to five per cent of the total PMC fee for
the proposed construction work as security for the fulfillment of the contract in the form of a Bank
Guarantee (in the prescribed format in Annexure VIII) drawn in favour of the Director, CCRYN
payable at Janakpuri, New Delhi.

8.2 The Performance Security Deposit must remain valid for a minimum period of sixty days
beyond the defect liability period of the facilities created under the project.

9. Submission of Proposals: Online through CPP Portal at [Link] as well as


in physical mode

9.1 Two Bid System: Prospective Bidders shall upload the duly signed in Technical and
Financial bids in the e-Procurement module in CPP Portal. [Link]

The Bidders must pay the non- refundable Bid Processing Fee of ₹10000/- (Rupees Ten Thousand
only) through Demand Draft / Banker cheque drawn in favour of Director, CCRYN, Janakpuri,
New Delhi.

9.2 The Technical bid shall be placed in a sealed envelope clearly marked TECHNICAL BID for
engagement of Project Management Consultant for execution of the Project Central Research
Institutes of Yoga & Naturopathy (CRIYN) at Raipur, Chhattisgarh - 492001. The EMD and the
bid processing fees are required to be placed in another sealed envelope marked as “EMD and the
bid processing fees”. All the envelopes will also mention the name of the bidding PSU with their
address and stamp.

The above two separate envelopes shall be placed in an outer sealed envelope. This should be
cleared marked TECHNICAL BID for engagement of Project Management Consultant for execution
of the Project Central Research Institutes of Yoga & Naturopathy (CRIYN) at Raipur, Chhattisgarh
- 492001. It will also mention the name of the bidding PSU with their address and stamp.

The Employer shall not be responsible for misplacement, losing if the outer envelope is not sealed
and / or not marked as stipulated.

9.3 Technical Bids will consist of –


i. Copy of NIT and the clarifications issued by CCRYN / Ministry of Ayush to this NIT,
if any, duly signed and stamped on each page by the authorized signatory of the Bidder
as a mark of acceptance of all conditions of the NIT.
ii. Processing fee of Rs.10000/- through bank draft / banker's cheque. (Non –
refundable).
iii. Prescribed Earnest Money Deposit (EMD).
iv. All Documents as more specifically mentioned in Para 5.1 of this NIT.
v. Information in Annexure III to IX (excluding Annexure II, i.e., Financial Bid).

22
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
vi. Technical bids not meeting the above requirements or incomplete in any respect will
not be considered and will be summarily rejected.

9.4 Financial Bids will consist of the Agency Charges to be quoted by the PSU in the prescribed
format at Annexure-II. The Financial proposal shall not include any conditions to it and any such
conditional financial proposal shall be rejected summarily.

9.4.1 Taxes: The Bidders shall fully familiarize themselves about the applicable Domestic taxes
(Such as: GST or any other taxes as applicable, duties, fees, levies) on amounts payable by the
Employer under the Contract. GST on PMC charges is to be excluded by the bidders in their
Financial bids.

9.5 While Technical Bids will be opened on the date and time given in para 10.1 below,
Financial Bids of only technically qualified PSUs will be opened later for which separate date and
time will be notified on the website of CCRYN / Ministry of Ayush.

9.6 The prospective bidders should upload their Technical and Financial bids in CPP Portal
([Link] up to 15:00 Hrs. (Indian Standard Time) on 07.10.2024. CCRYN/
Ministry of Ayush, at its discretion, may extend the deadline for the submission of the proposals
prior to the date and time of opening of Technical Bids, as it may deem appropriate.

The bidder is also required to submit the Technical bid in physical mode at the following address
up to 14:30 Hrs. (Indian Standard Time) on 07.10.2024.

The proposal shall be addressed to:

Dr. Raghavendra Rao, Director


Central Council for Research in Yoga & Naturopathy
61-65, Institutional Area, Janakpuri D block,
New Delhi - 110058 (India)
Telephone. 011-2852-0435
Tele Fax. 011-45649868

9.7 Any proposal received by the Employer by post or courier service or in person after the
specified date and time will not be considered.

9.8 Validity of the Bids: The bids submitted by bidders shall remain valid for a period of 180
days from the deadline date for submission of bids.

10. Opening of Proposals:

10.1 (CCRYN / Ministry of Ayush) shall open the technical Bids on 08.10.2024, 03.30PM at the
address stated in para 9.5 above in the presence of authorized representatives from participating
PSUs, who choose to attend. In case the date fixed for opening of the proposals is subsequently
declared as holiday by the Government, the proposals will be opened on the next working day with
the time and venue remaining unaltered.

23
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
11. Evaluation:

11.1 The duly constituted Tender Evaluation Committee (TEC) shall evaluate the Technical bids
on the basis of their responsiveness to the Terms of Reference and by applying the evaluation
criteria, specified in the NIT. In the first stage of evaluation, a bid shall be rejected if it is found
deficient as per the requirement indicated in the NIT for responsiveness of the bid. Only responsive
bids shall be further taken up for evaluation. Evaluation of Technical proposals will start first and
at this stage the Financial bids (proposal) will remain unopened. The bids will be evaluated, based
on the eligibility and evaluation criteria and submission of all the requisite information /documents
as asked for in this NIT in para 3, as per Annexure I- Annexure III.

11.2. Presentation by the eligible bidder: A detailed presentation before the TEC will be required
to be given by the eligible Bidders who clear the technical scrutiny. Date and time of the
presentation will be intimated to the eligible bidders. Presentation shall broadly cover:

Planning

i. Understanding of Terms of Reference(TOR)


ii. Architectural Vision.
iii. Planning for pre-construction activities i.e. statutory clearances.
iv. Activity-wise work plan including timelines.
v. Planning of Resourcing / Man days.

Initiation / Monitoring/ Execution

i. Steps to be taken for timely completion of the project, Plan B or alternate methods
to complete the project in any untoward event.
ii. Payment clearance method.

Closing / handing over

i. Procedure for post construction clearances


ii. Procedure for handing over

11.3 Evaluation shall be made under Combined Quality Cum Cost Based System (CQCCBS).
Under CQCCBS, the technical proposals will be allotted a weightage of 70% and only PSUs
securing a minimum of 70% marks in technical evaluation shall be considered technically qualified.
Financial proposals of only those firms who are technically qualified shall be opened in the presence
of qualified bidders, who choose to attend. The date & time will be notified to the qualified bidders.
The name of the PSUs, their technical score and their financial bid shall be read aloud. Financial
bid will have a weightage of 30%.

11.4 The Bid with the lowest financial quote shall be given a financial score of 100 and other Bids
given financial scores that are inversely proportional to their financial quote vis-à-vis the lowest
financial quote.

24
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
11.5 The total score, both technical and financial, shall be obtained by adding the technical and
financial score, taking 70% and 30% weightage respectively.

11.6 Highest point’s basis: On the basis of the combined weighted score for quality and cost, the
bidders shall be ranked in terms of the total score obtained. The bidder obtaining the highest total
combined score in evaluation of quality and cost will be ranked as H-1 followed by the proposals
securing lesser marks as H-2, H-3 etc.

12. Agency charges.

12.1 The PSUs will have to quote the agency charges proposed to be charged by them in the
financial bids on a lump sum basis, separately for the construction and the procurement equipments
components of the assignment. The sum total of the two quotes will be used as the financial quote
for the purpose of the evaluation under CQCCBS) system as per para 11.3 above.

12.2 CCRYN / Ministry of Ayush will not reimburse any charges to the successful bidder towards
expenses incurred by them for legal fees, advertisements, third party certification fees, proof
checking agency charges, travel expenses, incidental expenses or any other expenditure incurred
for the execution of the project. However, statutory expenses incurred by the bidder by way of
making payment of statutory fee to the statutory authorities/ Local Bodies, will be reimbursed to
the PMC.

12.3 If, a PSU quotes agency charges as ‘NIL’, the bid will be treated as Non-responsive.

13. Award of Contract

13.1 After Completing the evaluation and consultation as laid down in para 11.6, the Employer
shall issue a Letter of Intent to the selected bidder.

13.2 The selected bidder, through its authorized representative, will sign the MoU after fulfilling
all the formalities within 15 days of issuance of the Letter of Intent.

14. Confidentiality.

14.1 Information relating to evaluation of the Bids and recommendations concerning awards shall
not be disclosed to the bidders who submitted the proposals or to other persons not officially
concerned with the process, until the publication of the award of Contract. The undue use by any
bidder of confidential information related to the selection process may result in the rejection of its
proposal and such bidder may be subjected to the provision of the Government’s anti-fraud and
corruption policy.

15. Disclaimer

15.1 The information contained in this NIT or subsequently provided to applicants, whether
verbally or in documentary or any other form by or on behalf of CCRYN / Ministry of Ayush, or
any of its employees or advisers, is provided to applicants on the terms and conditions set out in
this NIT and such other terms and conditions subject to which such information is provided.

25
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
15.2 This NIT is not an agreement. This NIT provides interested parties with information that may
be useful to them in formulation of their Bids in reference to this NIT. This NIT includes statements,
which reflect various assumptions and assessments arrived at by the CCRYN / Ministry of Ayush,
in relation to the construction work. Such assumptions, assessments and statements do not purport
to contain all the information that each Bidder may require. This NIT may not be appropriate for
all persons, and it is not possible for the CCRYN / Ministry of Ayush, its employees or advisers to
consider the objectives, technical expertise and particular needs of each party who reads or uses
this NIT. The assumptions, assessments, statements and information contained in this NIT, may
not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments and information contained in this NIT and obtain
independent advice from appropriate sources. Information provided in this NIT to the Bidders is
on a wide range of matters, some of which depends upon interpretation of law. The information
given is not an exhaustive account of statutory requirements and should not be regarded as a
complete or authoritative statement of law. The CCRYN / Ministry of Ayush, accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed
herein.

15.3 The CCRYN / Ministry of Ayush, its employees and advisers make no representation or
warranty and shall have no liability to any person including any Bidder under any law, statute, rules
or regulations or tort, principles of restitution for unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of anything
contained in this NIT or otherwise, including the accuracy, adequacy, correctness reliability or
completeness of the NIT and any assessment, assumption, statement or information contained
therein or deemed to form part of this NIT or arising in any way in this tendering process.

15.4 The CCRYN / Ministry of Ayush, also accepts no liability of any nature whether resulting
from negligence or otherwise however caused arising from reliance of any Bidder upon the
statements contained in this NIT.

15.5 The CCRYN / Ministry of Ayush, may in its absolute discretion, but without being under any
obligation to do so, update, amend or supplement the information, assessment or assumption
contained in this NIT.

15.6 The CCRYN / Ministry of Ayush reserves right to accept or reject any or all Bid(s) or to
annule the NIT process and reject all Bids at any time prior to award of contract without assigning
any reason whatsoever and without thereby incurring any liability to the affected bidders on the
ground of such action.

15.7 The Bidder shall bear all costs associated with or relating to the preparation and submission
of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the CCRYN /
Ministry of Ayush, or any other costs incurred in connection with or relating to its proposal. All
such costs and expenses will remain with the Bidder and the CCRYN / Ministry of Ayush shall not
be liable in any manner whatsoever for the same or for any other costs or other expenses incurred

26
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
by an Applicant in preparation for submission of the Bid, regardless of the conduct or outcome of
the Selection Process.

15.8 Any effort by a PSU to influence the Bid comparison / evaluation / work award decision by
way of overt / covert canvassing shall result in non-consideration / rejection of its Bid.

15.9 The CCRYN / Ministry of Ayush reserves the right to change the schedule of dates / time
stated in this NIT. Changes, if any, will be displayed on the website of CCRYN / Ministry of Ayush
and it shall be the responsibility of the Bidder to keep themselves abreast of such updates. As such
the Bidders are requested to regularly check the website of CCRYN / Ministry of Ayush.

15.10 In case of any dispute, jurisdiction of courts in New Delhi will apply.

15.11 The responsibility of giving truthful information without concealing any facts is that of the
Bidders. In case, at any stage, it is found that any information given by the bidders is false /
incorrect / concealed, then CCRYN / Ministry of Ayush shall have the absolute right to take any
action as deemed fit including but not limited to dropping the bidding PSU from consideration for
award of work / blacklisting etc. without incurring any liability to the affected bidding PSU(s) on
the ground of CCRYN / Ministry of Ayush’s action.

16. Tentative cost of the project

The estimated total Project cost is Rs. 80,21,82,936/- (Rupees Eighty crore Twenty One lakh eighty
two Thousand nine hundred thirty six Only) Inclusive of all taxes, levies, etc. comprising of the
following:
i. Cost of the construction of the project: Rs. 7616.38/- Lakhs. (Excluding PMC charges and
GST on PMC)
ii. Cost of the Kitchen and Diet Section equipment (Procurement and installation): Rs. 45.32/-
Lakhs.
iii. Cost of Treatment section equipments INR 97.32 Lakhs.
iv. Cost of Furniture INR 118.99 Lakhs.
v. Cost of Laboratory equipments INR 143.81 Lakhs.

(Kindly note that the agency charges should be quoted separately in the Annexure II as lump
sum charges for construction and procurement component of the assignment),

17. Project Life Cycle

17.1 The construction phase of the project will last 30 months, including 6 Months of pre-
construction stage starting from the date of signing of the Agreement between the Employer and
the successful bidder. (To be decided separately by the Institute/ Research Council for the specific
projects)

18. Liquidated Damages against contractors/ agencies/ suppliers

27
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
In case the project or stages of the project is delayed due to reasons attributable to the
Contractors/agencies/suppliers engaged for the work by the Project Management Consultant
(PMC), the Project Management Consultant (PMC) shall be primarily/solely responsible for
recovery of liquidated damages from the Contractors/agencies/suppliers engaged by them as per
the guidelines of CPWD.

19. Payment Milestones for Service Charges


Service charges as accepted by the Employer in the Letter of Award (LoA) shall be paid to Project
Management Consultant (PMC) as per milestone-wise payment schedule given below:

Sl. No. Milestone % payment of Cumulative


the Service percentage
charges payment
Pre-construction Stage
1. Approval of concept plan, Master Plan & 10 10
Detailed architectural design along with Geo-
technical surveys
2. Submission of applications for Clearances and 5 15
approvals from statutory Bodies and
submission of approved Drawings
3. Submission of DPR and its approval by the 5 20
Employer
4 Floating of tender for major work 5 25
5. Submission of Structural drawings after vetting 5 30
from 3rd party (IIT etc.)
6. Award of work to implementing / construction 10 40
agency.
Construction stage (On pro-rata basis)
1. Up to plinth 10 50
2. Up to superstructure 10 60
3. Up to finishing works, all services. Horticulture 10 70
and landscaping
4. Testing and commissioning 5 75
5. Taking over, obtaining of occupancy certificate, 10 85
clearance from Fire Department and all other
statutory NOC.
Post –Construction stage
1 On completion of Post-construction work and 5 90
on handing over of the assets to the Employer
2. After completion of defect liability period 10 100

28
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Service charges as per above milestone shall be claimed by the ‘Project Management Consultant’
(PMC) by submitting the certificate for achievement of respective milestone by their competent
authority (which shall be at least one rank above Engineer in charge).

Reimbursement of Goods and Service Tax (GST)


This amount of GST as applicable shall be reimbursed by Employer on production of documentary
evidence/ proof of payment of applicable GST having been made by the PMC to the concerned
taxation authorities.

20. Commencement, Duration and Modification


20.1 Commencement
The ‘Project Management Consultant’ (PMC) will commence the work within 15 days of issuing
of the Letter of Award (LoA) to them.

20.2 Duration
Completion and commissioning timeframe of the Project will be 30 months and Defect Liability
Period (DLP) will be twelve months from date of completion of Project. The duration of the
contract entered in pursuance of this tender will be till completion of the Defect Liability Period.

20.3 Modification
Modification of the terms and conditions of the contract, including any modification of the scope
of the services, may only be made by written agreement between the parties, pursuant to this
clause, each party shall give due consideration to any proposals for modification made by the
other party.

21. General Conditions of Contract

21.1 Law governing the Contract


This contract, its meaning and interpretation and the relations between the parties shall be
governed by the laws of Union of India.

21.2 Indemnifying the Employer/ Ministry of Ayush by the ‘Project Management Consultant’
(PMC)

The ‘Project Management Consultant’ (PMC) shall indemnify the Employer/ Ministry of Ayush
against all actions, suits, claims and demands brought or made against it in respect of anything
done or committed to be done by the ‘Project Management Consultant’ (PMC) and its staff in
execution of or in connection with the services provided under this agreement and against any loss
or damage to the Government in consequence to any action or suit being brought against the
‘Project Management Consultant’ (PMC) for anything done or committed to be done in the course
of the execution of this agreement including losses/damages liable or claimed for infringement of
Intellectual Property Rights of any third party. The Project Management Consultant (PMC) will
abide by the job safety measures prevalent in India and will free the Employer/ Ministry of Ayush

29
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
from all the demands or responsibilities arising from accidents or loss of life, the cause of which
is the ‘Project Management Consultant’ (PMC)’s negligence. The ‘Project Management
Consultant’ (PMC) will pay all indemnities arising such incidents without any extra cost to the
Employer/ Ministry of Ayush and will not hold the Employer/ Ministry of Ayush responsible or
obligated.

21.3 Relationship between parties


Nothing contained herein shall be construed as establishing a relation of master and servant or of
agent and principal as between the Employer and the ‘Project Management Consultant’ (PMC).
The ‘Project Management Consultant’ (PMC), subject to this contract, shall have complete charge
of personnel performing the services and shall be fully responsible for the services performed by
them or on their behalf hereunder.

The ‘Project Management Consultant’ (PMC) shall notify the Government of any material change
in their status and their shareholdings or that of any guarantor of the Project Management
Consultant (PMC) in particular where such change would have an impact on the performance of
obligation under this agreement.

21.4 The ‘Project Management Consultant’ (PMC) shall not claim any additional charges for
postage, couriers, conveyance, TA/DA and other expenses under any head beyond the fees
agreed.

22. Obligations of the ‘Project Management Consultant’ (PMC)


22.1 Performance
i. The ‘Project Management Consultant’ (PMC) shall perform the tasks/services under the
contract entered into in pursuance of this tender in accordance with the generally
accepted professional standards & practices, sound management principles, employing
appropriate technology, safe and effective equipment and submit report to the
committees as directed by the Employer.

ii. The ‘Project Management Consultant’ (PMC) shall always act in respect of any matter
relating to the contract entered into in pursuance of this tender as faithful advisers to the
Employer and shall at all times support and safe guard the Employer’s legitimate interest
in any dealings with third parties.

iii. The ‘Project Management Consultant’ (PMC) is obliged to act within its own authority
and abide by the directives issued by the Employer. The ‘Project Management
Consultant’ (PMC) is responsible for managing the activities of its personnel and will
hold itself responsible for their misdemeanors, if any.

iv. The ‘Project Management Consultant’ (PMC) shall hold the Employer’s interest
paramount, without any consideration for future work and avoid conflict with other
assignments or their own corporate interests.

30
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

v. The ‘Project Management Consultant’ (PMC) shall ensure adequate availability of men
and material by their contractors.

vi. The ‘Project Management Consultant’ (PMC) shall ensure that it’s Contractor(s)
implement required Health, Safety & Environmental (HSE) practices at the
Construction Sites and they also comply with all statutory obligations related to
workmen deployed at the Construction Site. The ‘Project Management Consultant’
(PMC) will act as Principal Employer in respect of all Statutory Obligations related to
workmen deployed by it at the site in execution of the work.

vii. The ‘Project Management Consultant’ (PMC) shall permit the Employer to inspect or
monitor the works, either itself or through Third party as and when it desires for
assessing actual progress and quality of construction and any other aspects.].

viii. The ‘Project Management Consultant’ (PMC) would be fully accountable for
management of the contract executed between the ‘Project Management Consultant’
(PMC) and any Implementing Agency(ies).

23. Obligations of the Employer

23.1 The Employer will provide all relevant available documents related to Land, Site Details,
functional and space requirements (of Various Facilities, Special Requirements/ Features and
Broad Specifications for specialized Equipments), Layout Plans etc. for facilitating execution
of the Project Execution by the ‘Project Management Consultant’ (PMC).

23.2 Assistance and Exemption


The Employer warrants that they shall provide the ‘Project Management Consultant’ (PMC) and
its personnel with work permits and such other documents as shall be necessary to enable the
‘Project Management Consultant’ (PMC) to perform the work.

23.3 The Employer shall make the work site available free from encumbrances to the ‘Project
Management Consultant’ (PMC). The Employer shall also ensure Availability of auxiliary
services - like roads, power, water, solid & liquid waste disposal system, street lighting and
other civic services. The ‘Project Management Consultant’ (PMC) shall provide necessary
support in this process.

23.4 The Employer shall permit and facilitate to the ‘Project Management consultant’ all utilities
required for construction e.g. drawl of Ground Water, obtaining electricity connection, putting
up Labour Camps/ Huts inside the available space for facilitating construction by contractors
engaged by ‘Project Management Consultant’. ‘Project Management Consultant’ shall provide
necessary support in obtaining permission, if any, of Local Bodies in this regard. The cost in
this regard borne by the Employer, if any, should not be duplicated as reimbursement by the
‘Project Management Consultant’.

31
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

23.5 The Employer shall provide security clearance and ensure free access for Project
Management Consultant(PMC)’s staff/ Employees and their workers working at work site in
case these are required. Project Management Consultant(PMC) shall provide necessary support
in this process.

23.6 The Employer shall nominate an official of his organization as Coordinator for the Project
who shall liaise with the Project Management Consultant(PMC) during the execution of Project.

24. Confidentiality
The ‘Project Management Consultant’ (PMC) agrees that all knowledge and information not
within the public domain which may be acquired during the carrying out of this contract shall be
for all time and for all purpose regarded as strictly confidential and shall not be directly and
indirectly disclose to any person without the written permission of the Employer.

25. Liability of the ‘Project Management Consultant’ (PMC)

The ‘Project Management Consultant’ (PMC) shall be liable to the Employer for the performance
of the services in accordance with the provisions of this tender/ contract and for any loss suffered
by the Employer as a result of a default of the ‘Project Management Consultant’ (PMC), the
liability of ‘Project Management Consultant’ (PMC) shall be as per actual, subject to the
following.
(a) If the ‘Project Management Consultant’ (PMC) engages some sub agents to
perform the contract, then ‘Project Management Consultant’ (PMC) will be
liable for their act or omission or neglect and
(b) The ‘Project Management Consultant’ (PMC) shall not be liable for any loss or
damage caused by or arising out of circumstances over which he has no control
but not caused due to negligence or misconduct by or on behalf of the ‘Project
Management Consultant’ (PMC).

26. Foreclosure
The Employer, if finds it necessary to postpone or cancel the assignment and/or shorten or extend
its duration, they shall give the ‘Project Management Consultant’ (PMC) 90 days of written notice
of such changes.

27. Termination

27.1 By the Employer


The Employer may, without any prejudice to any other remedy for breach of agreement, by
not less than 90 days written notice of termination to the ‘Project Management Consultant’ (PMC),
terminate this agreement in whole or in part if,

32
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

(a) The ‘Project Management Consultant’ (PMC) fails to provide any or all of the services
within the period (s) specified in the agreement or within any extension thereof granted
by the Employer in pursuant to the condition of agreement or fails to remedy a failure
in performance of his obligations hereunder within such period as the Employer may
have approved in writing.
(b) The ‘Project Management Consultant’ (PMC) become insolvent or bankrupt or enter
into any agreements with their creditors for relief of debt or take advantage of any law
for benefit of debtors or go into liquidation or receivership whether compulsory or
voluntary.
(c) The ‘Project Management Consultant’ (PMC) fails to comply with any final decision
reached as a result of arbitration proceedings pursuant to Clause- 28.
(d) The ‘Project Management Consultant’ (PMC) submits to the Employer a statement
which has a material effect on the rights, obligations, or interests of the Employer and
which the ‘Project Management Consultant’ (PMC) knows to be false.
(e) If the ‘Project Management Consultant’ (PMC), in the judgment of the Employer, has
engaged in corrupt or fraudulent practices in executing the agreement.
(f) The Employer, in its sole discretion and for any reason whatsoever, decides to
terminate this contract.

27.2 By the ‘Project Management Consultant’ (PMC)


The ‘Project Management Consultant’ (PMC) may, by not less than 90 days written notice
sent to the Employer, terminate the contract entered into in pursuance of this tender if,
(a) The Employer fails to pay any money due to the ‘Project Management Consultant’
(PMC) pursuant to the contract, which is not subject to dispute, within forty-five (45)
days after receiving written notice from the ‘Project Management Consultant’ (PMC)
that such payment is overdue and payable.
(b) The Employer is in material breach of its obligations pursuant to the contract and has
not remedied the same with in forty five (45) days (or such longer period as the ‘Project
Management Consultant’ (PMC) may have approved in writing) following the receipt
by the Employer of the ‘Project Management Consultant’ (PMC)’s notice specifying
such breach.

27.3 Payment upon termination


Upon the termination of the contract entered into in pursuance of this tender in terms of
clause 27.1 and 27.2 hereof the Employer shall, after adjusting dues, if any, recoverable from the
‘Project Management Consultant’ (PMC), make the payment to the ‘Project Management
Consultant’ (PMC).

33
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
In the event of termination, the ‘Project Management Consultant’ (PMC) shall be paid for
the services rendered for carrying out the assignment up to the date of termination, after deducting
for penalty/ damages imposed on the ‘Project Management Consultant’ (PMC).

27.4 Force Majeure


Except as herein after provided no party hereto shall be liable for failure to perform any of
its obligations under this agreement where such failure was due to reasons beyond such party’s
control such as Acts of God, acts of third parties laws, regulations or other acts of civil or military
authorities, fire, flood, epidemic restrictions, riots, delays in transportation and inability due to
causes beyond such party’s control to obtain necessary labour materials or manufacturing facilities
or strikes, lockout or other concerted actions of the workman or any other circumstances of
whatsoever nature beyond the control of either party provided that the party claiming the force
majeure has affected it’s performance shall give notice to other party immediately but not later
than 15 days after becoming aware of the first occurrence of force majeure giving full particulars
of the case or events and the date of first occurrence thereof. Notwithstanding the foregoing
however if performance required by this agreement be delayed or prevented for more than 3
months either party may terminate this agreement by giving notice either before or after expiration
of such 3 months of its intention to terminate to the party.

27.5 Consequences of termination


In the event the Employer terminates agreement in whole or in part pursuant to conditions
of agreement in Clause 27.1, the Employer may procure, upon such terms and in such manner as
it deems appropriate, services similar to those undelivered and the Project Management
Consultant(PMC) shall be liable to the Employer for any excess cost for such similar services.
However, the ‘Project Management Consultant’ (PMC) shall continue the performance of the
agreement to the extent not terminated and the ‘Project Management Consultant’ (PMC) shall
have no claim to compensation for any loss that it may thus incur on account of the action of the
Employer.
In case of termination during the agreement period, the Employer will have the right to
retain the documents prepared by the ‘Project Management Consultant’ (PMC) during the
agreement period in the course of execution of the Work, for enabling the Employer to undertake
the execution of the Work suitably. The ‘Project Management Consultant’ (PMC) shall have no
right to use the same in any other application without the permission of the Employer. The
decision of the Employer in this regard will be binding on the ‘Project Management Consultant’
(PMC). The performance guarantee will also be forfeited in case of termination of the contract
by the Employer.
28. Dispute Resolution:
In the event of any dispute or difference, relating to the interpretation and application of the
provisions of the contracts, such dispute or difference shall be referred by either party for
Arbitration to the sole “Arbitrator” in the Department of Public Enterprises to be nominated by
the Secretary to the Government of India in–charge of the Department of Public Enterprises. The
Arbitration and Conciliation Act, 1996, shall not be applicable to the arbitration under this clause.
The award of Arbitrator shall be binding upon the parties to the dispute, provided, however, any
party aggrieved by such award may make a further reference for setting aside or revision of the

34
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
award to the Law Secretary, Department of Legal affairs, Ministry of Law & Justice, Government
of India. Upon such references the dispute shall be decided by the Law Secretary or Special
Secretary/ Additional Secretary, when so authorized by the Law Secretary, whose decision shall
bind the parties finally and conclusively. The parties to the dispute will share equally the cost of
the arbitration as estimated by the Arbitrator.

29. Notices
Any notice, request or consent required or permitted to be given or made pursuant to this
contract shall be in writing. Any such notice request or consent shall be deemed to have been
given or made when delivered in person to an authorized representative of the party to whom
the communication is addressed or when sent by registered mail, telegram or facsimile to such
party to the following address:-
For the Employer
The Director, CCRYN (The designation and address of the concerned Institute/
Research Council to be given)
For the Project Management Consultant(PMC)

XXXXXXXXX

Authorized signatory duly authorized vide resolution no.................. date.................of


its Board of Director.

30. Integrity Pact (Refer to Annexure –C)

35
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Annexure I

TECHNICAL BID
Quality Evaluation Criteria
(Total weightage 100 marks)
S. No. Criterion Evaluation Criteria
A FINANCIAL STRENGTH 10 marks
(i) Average Annual financial turnover of  >500 cr. : 10 marks
construction work during the last three  >300<= 500 : 8 marks
consecutive years from year 2020-21, 2021-  >200<= 300 : 6 marks
22, 2022-2023.  >=100<= 200 : 4 marks
 <100 cr. : 0 marks
B ORGANIZATIONAL STRENGTH 15 marks
(i) Presence of in-house professionally qualified
staff in the PSU in following categories.
Civil Engineer Civil Engineer
(Min. Qualification – B. Tech / Dip with 3
years’ experience)
10 marks  >200 Engineers : 10 marks
 > 150 <= 200 : 8 marks
 > 100 <= 150 : 6 marks
 >50 <= 100 : 4 marks
 <= 50 : 0 marks
Electrical Engineer Electrical Engineer
(Min. Qualification – B. Tech/ Dip with Three
years’ experience)
3 marks  >15 : 3 marks
 > 10 <= 15 : 2 marks
 <= 10 : 0 marks
Architect on roll / on approved panel Architect
(at least one reputed hospital consultant ) (Min. Qualification – B. Arch)
2 marks  >5 : 2 marks
 >2 <= 5 : 1 marks
 <= 2 : 0 marks
C RELEVANT EXPERIENCE 30 marks
(i) Total value of projects completed (each  >Rs.800 Cr : 10 Marks
exceeding Rs.40 crores) in the previous five  > Rs.500 <= 800 : 8 Marks
financial years and the current year  > Rs.300 <= 500 : 6 Marks
 > Rs.200 <= 300 : 4 Marks
10 marks  > Rs.100 <= 200 : 2 Marks
 <= 100 : 0 Marks
Details of projects to be furnished by the bidder
in a Annexure VI to be enclosed with this.

36
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
(ii) Number of projects completed (each exceeding No of Projects
Rs.40 crores in the previous five financial  > 10 : 10 Marks
years and the current year)  > 6 <= 10 : 7 Marks
 =>2<=6 : 4 Marks
10 marks  <2 : 0 Marks
Details of projects to be furnished by the bidder
in a Annexure VI to be enclosed with this.
(iii) Construction of hospital buildings completed No of Bedded hospital
in the previous five financial years and the
current year  => 200 : 10 Marks
 > 100 < 200 : 5 Marks
 >=50 <= 100 : 2 Marks
(10 Marks)  <50 : 0 Marks
Details of Hospital project to be furnished by the
bidder in a Annexure VI to be enclosed
separately with this Bid.
D FINANCIAL CAPABILITY 15 marks
i) Profit: Average Annual profit (PAT) in the last 3
Company should be profit making in last 3 years:
years (PAT) from year 2020-21, 2021-22,  >20 Cr. : 15 Points
2022-2023.  > 15 <= 20 Cr. : 12 Points
 >10 <= 15 Cr : 10 Points
 =>5 <= 10 Cr. : 05 Points
 < 5 Cr. : 00 Points

E APPROACH AND METHODOLOGY 30 marks


Consultant Approach and Methodology to Mark to be allotted by Client’s evaluation
perform the Consultancy assignment / job committee / team on the basis of presentation
as per the TOR made by the PSU on the following parameters:
Planning
i. Planning for pre-construction activities i.e.
statutory clearances: 4 marks
ii. Activities wise work plan including timelines:
4 marks
iii. Planning of Resources / Man days: 4 marks
iv. Architectural Vision: 4 marks
Initiation / Monitoring
i. Steps to be taken for timely completion of the
project, Plan B or alternate methods to complete
the project in any eventuality: 4 marks
ii. Payment clearance method: 4 marks
Closing / handing over
i. Procedure for post construction clearances: 3
marks
ii. Procedure for handing over: 3 marks

Total (A to E) : 100 Marks


F LITIGATION / ARBITRATION / MARKS
DISPUTE CASES (Marks in negative for F (i, ii, iii)

37
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
(i) No. of litigation / arbitration / dispute cases > 19 Cases : 5 marks
during the last five years only with clients >9 <= 19 Cases : 3 marks
(from 2019-20 to 2023-24) in connection >=1 <= 9 Cases : 1 marks
with construction works.
(ii) No. of projects executed during the last five > 19 Cases : 5 marks
years (from 2019-20 to 2023-24) where >9 <= 19 Cases : 3 marks
timelines have been exceeded by more than >=1 <= 9 Cases : 1 marks
one year.
(iii) No. of projects executed during the last five > 19 Cases : 5 marks
years (from 2019-20 to 2023-24) where final >9 <= 19 Cases : 3 marks
project costs have exceeded the original >=1 <= 9 Cases : 1 marks
sanctioned cost by more than 30%.

Signature of Authorized Signatory


Name of Authorized Signatory
PSU Stamp

38
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

Annexure II

FINANCIAL BID

Agency charges*
S. No. Item of work (To be quoted by the bidder on lump-sum basis)

In digits/figures In words

1. Construction work

2. Procurement and
installation work

(Kitchen and
treatment
Equipments)

3. Procurement and
installation work

Furniture

4 Procurement and
installation work

Laboratory

*Charges quoted should be excluding GST.

Signature of Authorized Signatory


Name of Authorized Signatory of the Bidder
Stamp of the Bidder

39
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

Annexure III

Details about bidding PSU

S. No. Particulars
1. Full name of the Bidder PSU
(in capital letters)
2. Full address of the Bidder PSU
3. (A) Telephone No.
(B) Fax No.
4. Names and details of the Authorized Signatory of this
NIT (Address, contact telephone number, Mobile
number, Fax No., Email ID)

5. Has the bidder PSU been black listed by any


organization? If so, attach the details of the same.

6. PAN :
7. TAN :
8. GST No.:
No. of full time employees with the bidder PSU Engineers Supporting Staff
(Technical)

Turnover Net Profit


Financial strength of the 2018- 2019- 2020- 2021- 2022- 2018- 2019- 2020- 2021- 2022-
Organization for the last 19 20 21 22 23 19 20 21 22 23
5 years.

9. It is hereby certified that ………………………………........ (The bidding PSU herein) is not black-listed by
Central Government/ State Governments / PSUs.

10. It is hereby submitted that all the terms and conditions of this NIT are acceptable to the bidder.

I hereby certify that the above-mentioned particulars are true and correct.

Signature of Authorized Signatory


Name of Authorized Signatory of the Bidder
Stamp of the Bidder

40
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Annexure IV

Details of Personnel

S. No. Category No. of persons

1. Engineers:
i. Civil
ii. Electrical
iii. Architect

2. Supporting Staff (Technical)

Total

Signature of Authorized Signatory


Name of Authorized Signatory of the Bidder
Stamp of the Bidder

41
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Annexure V

Details of Network offices

S. Location No. of Personnel Details of Details of


No. Office Space Infrastructure

Engineer Supporting Staff


(Technical)

Signature of Authorized Signatory


Name of Authorized Signatory of the Bidder
Stamp of the Bidder

42
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Annexure VI

LIST OF ALL PROJECTS (HOSPITALS / TEACHING INSTITUTIONS / RESIDENTIAL COMPLEX


/HOSPITALITY PROJECTS WITH CIVIL/ELECTRICAL WORKS AS MAJOR COMPONENTS)
COMPLETED BY THE BIDDING PSU DURING LAST FIVE YEARS (2019-20 to 2023-24) AND IN THE
CURRENT YEAR UP TO THE SUBMISSION DATE OF THE TENDER

Sl. Natu Na Approv Date Schedul Actual Delay in Final Cost Is there Document Refere
N re of me ed cost of ed Date Date of months Cost overr dispute/ attached as nce
o. Proje of of Awa of Complet completi of un, if legal proof of Page
ct Clie Project rd of Complet ion on of the Proje any case/ completion of No. of
nt Proje ion Project ct Arbitrat project such as the bid
ct ion case (completion docum
raised/ certificate/hand ent
pending ing over/final
against payment/custo
the mer’s
client in testimonial)
respect
of the
project
1.

2.

3.

4.

5.

6.

7.

Note: List should contain Projects costing more than Rs.50 crores in chronological order.

43
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Annexure VII

BID SECURITY (BANK GURANTEE)

WHEREAS ________________________________________ (name of bidder)

(hereinafter called “the bidder”) has submitted his bid dated ___________________________
(date) ______________________ for
________________________________________________________ (name of contract )
(hereinafter called “ the Bid”).

KNOW ALL PEOPLE by these presents that we ___________________________ (name of bank)


of _________________________________(name of country) having our registered office
at_____________________ (hereinafter called “ the Bank”) are bound unto
____________________________________________ (name of employer) ((hereinafter called “
the Employer”) in the sum of ____________________________for which payment well and truly
to be made to the said Employer the bank binds itself, his successors and assigns by these presents.

SEALED with the common seal of the said Bank this ______________________ day of
_______________ 20__________________ .

THE CONDITIONS of these obligations are:


(1) If after Bid opening the Bidder withdraws his Bid during the period of bid
validity specified in the Form of Bid;

Or
(2) If the Bidder having been notified of the acceptance of his Bid by the
Employer during the period of bid validity;

a. Fails or refuses to execute the Form of Agreement in accordance with the instruction to
Bidders, if required; or

b. Fails or refuses to furnish the Performance security, in accordance with the instruction to
bidders, or

c. Does not accept the correction of the Bid Price.

44
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
We undertake to pay to the Employer up to the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his demand the
employer will note that the amount claimed by him is due to him owing to the occurrence of one or
any of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date ____________________ days after
the deadline for submission of Bids as such deadline stated in the instructions to Bidders or as it
may be extended by the Employer, notice of which extension (s) to the Bank is hereby waived. Any
demand in respect of this Guarantee should reach the Bank not later than the above date.

DATE ____________________________________ SIGNATURE OF THE BANK


_________________________________________ WITNESS
_________________________ SEAL

___________________________________

(Signature, name and address)

____________________________________________________________________

___________________________________________________.

1. The Bidder should insert the amount of the guarantee in words and figures denominated in
Indian Rupees.

2. 28 days after the end of the validity period of the Bid. Date should be inserted by the
Employer before the Bidding documents are issued.

45
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Annexure VIII

PERFORMANCE SECURITY

To: _________________________________________ (Name of Employer)


_____________________________________ (Address of Employer)

WHEREAS ________________________________________ (name and address of contractor)


(hereinafter called “the contractor”) has undertaken, in pursuance of contract
__________________________________________________ No.
________________ (date)______________________ to execute
_________________________________ (name of contract and brief description of works)
(hereinafter called “ the contract”).
AND WHERES we agreed to give the contractor such a Bank Guarantee;

NOW THEREFOR we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the contractor, up to a total of _____________________________________
__________________________________ (amount of guarantee) _____________________ (in
words) such sum being payable in the types and proportions of currencies in which the contract
price is payable, and we undertake to pay you, upon your first written demand, and without cavil
or argument, any sum or sums within the limits of
___________________________________________________(amount of guarantee) as aforesaid
without your needing to prove or to show grounds or reasons for your demand for the sum specified
therein.
We hereby waive the necessity of your demanding the said debt from the contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification or he terms of the contract or
of the works to be performed there under or of any of the contract documents which may be made
between you and the contractor shall in any way release us from any liability under this guarantee,
and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until 28 days from the date of expiry of hen Defects Liability Period.

Signature and deal of the guarantor

Name of Bank _____________________________________________ Address


______________________________

Date ___________________________

1. An amount shall be inserted by the Guarantor, representing the percentage of the contract
Price specified in the contract and denominated in Indian Rupees.

46
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Annexure IX

Bid Capacity

Current Commitments as on __________

S. Name of Agreement Client Value of Value of Balance Likely date


No. work No. Work Work Work of
awarded Completed completion
1.
2.
3.
4.
5.

Bid Capacity= {[A x N x2] - B}.

A= Maximum turnover in construction works executed in any one year during last five years taking
into account completed as well as works in progress. The value of completed works shall be brought
to current costing level by enhancing at a simple rate of 7 % per annum.

N= Number of years prescribed for completion of work of i.e. two years.

B=Value of existing commitments and ongoing works to be completed during the period of
completion of work

Signature of Authorized Signatory


Name of Authorized Signatory
PSU Stamp

47
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Appendix A

Proposed scope of work

Scope of Work
Construction of Central Research Institute of Yoga and Naturopathy in Raipur, Chhattisgarh

S. No. NAME OF WORK

Civil Works

1 Gents & Ladies Treatment Section


2 Yoga hall
3 OPD section & Administrative block
4 In Paient Wards
5 Diet centre
6 C type quarters ( 4 nos.)
7 B type quarters ( 4 nos.)
8 A type quarters ( 6 nos.)
9 Bachelor rooms
10 Site office, security room and rest house
Equipment
11 Kitchen and Diet Section
12 Treatment section
13 Furniture
14 Laboratory

*The list of equipments is in appendix D.

48
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Appendix B
Details of the Consultancy Services to be provided by the PMC

The detailed scope of services shall include the following:

1.1. Preparation of Detailed Estimate

a. Architectural Planning and Design


b. Structural, Drawings with Calculations and third party approval.
c. Electrical systems including power sanctions, transmission from the nearest
point supply as approved by the electricity board, electrical substation with constant
voltage supply distribution and complete internal and external lighting, lifts, fire
detection, firefighting and alarm system, intercom system, acoustic and public
address system, closed circuit television, Nurse Calling system, channel music,
Solar panels and other electrical / electronic control and display systems including
metering facilities, power generators, PA, FDA, U.P.S. stabilized power
conditioners, air conditioning, air cooling, heating and ventilation system.
d. Locational, architectural and structural planning of specialized services such as all
HVAC systems, gas pipelines, water treatment, Sewage treatment, rain water
harvesting systems etc.
e. Sanitary, Water pumping &storage, bore well, water supply from local bodies,
supply (chilling/heating/RO) and sewerage, plumbing and firefighting systems
including fire protection.
f. Signage, Graphic and landscaping meeting green building certification as per
GRIHA -3 Star Rating.
g. Any or all services not specifically mentioned herein but required for the proper and
successful completion of the project in accordance with international standards,
including however and equipments.

h. Preparation of list of spaces in consultation with Client


 Preparation of master plan of whole area including area statements
 Preparation of Building wise Floor plans
 Preparation of Elevations and Sections
 Preparation of details required to execute the work smoothly and timely.
 Preparation of Room wise equipment’s planning and layout
 Structural details.
i. Services Concept Planning (Isometric drawings)
 Planning services like HVAC, Electrical, plumbing, Firefighting, Lifts, Gas
Manifold and other services as per scope of work including Computerization,
Communication, Public address, Security (CCTV and Access Control), Building
Management system, Solar Panels, PA, FDA etc.
 Planning of coordination of various services to avoid overlapping / rework/ over
budgeting / time over run.
j. Presentations and Models
 Preparation of Models and Walkthroughs. A physical scale model for display in
the Ministry of AYUSH.
 Preparation of 3D views and blow ups of typical and critical areas Equipment,
CSSD, Kitchen laundry, manifold etc. Planning and specs,
 Preparation of Room wise equipment layout and specs for major areas.
k. External Services Schematic Planning

49
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
 Planning of additional services including buildings for electric Sub-stations, DG
sets, UPS, AC plant etc.
 Planning and preparing layouts for external services like water supply, drainage,
ETP/STP including Recycling, Rain water Harvesting, Landscaping including
programmable drip and sprinklers for irrigation of green areas
 Schematic design of all other services like CSSD, Laundry, Incineration,
Autoclaving, Handling of Bio-medical waste etc.
 Traffic movement for services, staff, public and also incorporation of parking
norms as per building byelaws.
 BMS, HMIS, ICT requirements including servers, Data and voice cabling, Wi-
Fi, EPBX, along with 200 Mbps bandwidth for external connectivity
 Video Conferencing and video surveillance for perimeter and internal security
 TV for IPD and OPD including Reception area
 LED displays for information and announcements
 Access control

1.2. Specifications for all equipment’s and services in the scope of work
 Preparation of Data sheet showing Room wise and Building wise finishing, flooring and
Door window, and other high end Inventory schedule
 Preparation of detailed Technical Specification for civil, electrical, IT, HVAC, kitchen,
laundry, CSSD, Manifold, & Equipment etc. works and services for major items
 Specifications to be broadly based on BIS, MSR, NABH and CPWD specifications
 Approval for all specs to be accorded by the client

1.3. Estimate and Costing for all services in the scope


 Preparation of Area statement floor wise
 Preparation of Building cost based on CPWD - schedule of rates as applicable in
the area rates for non-schedule items
 Preparation of initial Cost estimates for various Internal and External services
 Preparation of detail cost estimate based on market rates.
 Preparation of cost estimate during execution of work as per actual site requirement
enabling client to keep the cost within the approved amount.

1.4. General
 Concept report to be submitted
- Detailed Project report.
- Drawings of Floor plans
- Typical part details
- System diagrams for services to be prepared
- Equipment layout drawings for major areas
- Energy efficiency and Green concept to be adopted and explained
 Drawings and models required by Statutory bodies will be prepared by the Consultant
according to the sizes/scales required by them
 Six sets of all drawings and a CD of the same will be furnished by the Consultant free
of cost.

1.5. Architectural Services


i. Preparation of Master Plan
ii. Ensure that the various building engineering services are suitable and economically designed

50
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
without any discrepancies between the structure and finishes, and the requirements of service
installation.
iii. Ensure that the nature, position, and appearance of all controls of piped services and
electrical installation satisfy user and aesthetic requirements, and ensure that adequate
coordination drawings are included.
iv. Develop the landscaping details separately.
v. Develop the interior details as per requirement and the type of equipment(s) planned.
vi. Obtain information required for statutory applications under planning and building acts and
any other statutory requirements.
vii. Prepare production information including drawings, schedules and specification of materials
and workmanship; bills of quantities etc. in sufficient detail to enable.
viii. Prepare construction / Working drawings.
 Site Plan
 Co-ordination of the proposed building.
 Room layout in co-ordination with various services and levels.
 Blow up of road junction / parking area and other such area as required.
 Detailed Building Services
 Floor plans (fully coordinated with all services/disciplines)
 Elevations
 Sections
 Wall profiles
 Doors & Window details
 Stairs/Ramps/Lifts details
 Details of building parts/ Areas with special treatment
 Toilet details
 Kitchen, laundry/CSSD etc. details
 Flooring pattern and details
 Dado details
 False ceiling details
 Signage (Internal and External)
 Landscape & Horticulture
 Detailed drawings of landscape including blow up of critical area/ landscapes /
plants capes / detail coordination with all external services.
 Horticulture details including sprinklers and drip irrigation.

1.6. Civil & Structural Engineering Services


1.6.1. General
1. The Consultant shall perform all the Civil & Structural design work necessary by
utilizing the most economical, effective and widely accepted engineering concepts
and shall at all times show a high degree of professionalism in his work. All the
structural design to be got vetted from IIT/ NIT/ Govt. Institutes.

2. The Consultant shall be fully responsible for the design and third party approval of
all the Civil & structural engineering works. The services to be provided by them
shall include but not be limited to the following:
a. Design basis
 Inspect sites and plan for Topographical survey, soil characteristic and geo
physical investigation.
 Conduct surveys, geo-technical tests including any additional soil tests if

51
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
required model tests, laboratory tests, in-situ tests, analysis and/or other
investigations as required to determine the basis of technical and economic
criteria for the appropriate measures to accomplish economic designs
 Planning for the structural arrangements with the architectural design
 Co-ordination & finalization of arrangements plans
 Beam & Column size finalization
 Beam & Column location
 Slab sunk & projections
 Equipment load estimation
 Any other misc. characteristics of the buildings
 Finalization of design basis & structural systems
b. Design development
 Structural framing for Analysis in a structural Analysis software
 Design of beams & columns based on structural Analysis output of the software
 Workout of support reactions for the design of foundations from the structural
analysis software
 Design of foundations
 Design of slabs
 Design of staircases/ramps etc. c.
c. Drawing stage
 Foundation plans & details
 Column layout plans
 Framing plans (fully coordinated with all disciplines)
 Floor slab structural details
 Column & beam structural details
 Staircases/ramps/lifts etc. details

1.7. Quantity Surveying Services


General
The Consultant shall provide all the work and duties in relation to the field of Quantity
Surveying and shall at all time show a high degree of professionalism in his work. The services
to be provided by the Consultant shall comprise of, but not limited to the following:

1.7.1. Cost estimating & financial services


a. Initial Cost planning for the project based on CPWD plinth area rates, including the
cost of associated design services, site development, landscaping, and equipment; cash
flow requirements for design cost, construction cost, statutory and third party
certification cost, etc.
b. Carry out inspections and surveys; prepare estimates for the buildings, services,
electrical, PHE, HVAC and all components of the building based on DSR items and
rates plus market rates for items not available in DSR,
c. Cost justification based on market rate analysis after opening of tender for all the items
as per current market rates and trends.
d. Prepare and submit cost estimates for the project at outline scheme design,
preliminary design stage and final design stage.
e. Cost planning, cost monitoring and cost reporting during the various stages of design

52
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
to ensure that there is no over-run in project cost and to take appropriate measures to
achieve it.
f. Prepare a projected cash flow for the contract at start of construction and at any time
as required by the Client.
g. Prepare complete tender documentation including specifications, detailed Bill of
Quantities, Conditions of Contract etc. Technical specs, approved makes, BOQ
formats, contract documents formats and clause to be approved by client
/consultant
h. Identification & monitoring of quantities of execution
i. Advise on any aspect that can influence the project’s cost and measures that can be
taken in order to ensure that the budget for the project is not exceeded.
j. Preparation of contract documentation.
k. Prepare and submit contract documents for signature, if required.
l. Carry out such other duties as may be required of the Consultant in the pre-contract
stage on this project.
m. Site meeting, coordination meetings and any other meetings as and when required.
n. Assist the Client in replying queries from audit/internal control departments and other
technical committees of statutory authorities like CTE/CVC. Attend meetings in
connections when requested to do so by the Client and audit/internal control
departments. Prepare and submit reports to the Client in connection with queries from
audit / internal control departments.
o. Carry out such other duties as may be required of the Consultant in the post – contract
stage on this project.

1.8. Electrical Engineering Services


1.8.1. General
The Consultant shall be responsible, amongst others, at site for:
 Design of electrical installations including all electrical fittings/fixtures etc., as
necessary. Only LED lighting system to be considered
 Power Supply & Distribution system (including emergency and backup supply, sub-
station etc.) including mandatory solar panels of requisite capacity
 Telephone system, intercom communications facilities.
 Data and Voice cabling in conduits
 Sound diffusion system as necessary.
 Fire detection and Alarm System
 Lifts, escalators, water pumps etc.
 Cable TV/dish antenna system with LED panels of requisite sizes for different
locations
 Nurses Call System
 Lightning protection and Earthing system.
 External Lighting including street lighting, Sky lights, perimeter security lighting,
backlit panel lights of signage
 UPS back up for sensitive / critical equipment, including requisite cabling
 LED Panel display system for public information
Building/Energy Management system controlling all essential services: This system should allow
switching off particular areas for e.g. Operation Theatres when not in use. A manual bypass shall
also to be provided which will allow bypassing / overriding the building/ Energy management
System when necessary.

53
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
1.8.2. Services
To carry out basic and detailed designs of comprehensive electrical power distribution scheme,
indoor and outdoor lighting, lightning protection and earthling systems of all the buildings in
accordance with the relevant Indian regulations and Standards. The work shall include, but not
limited to, the following services:
a. Design and draw up preliminary schemes on the electrical requirements and on the rating of
all the apparatus/ equipment that will be installed in the buildings.
b. Design the distribution systems and prepare single line diagrams with details of
accessories and equipment.
c. Specify the details and capacities of HT panels, Transformers, LT panels, standby diesel
generators and fuel intake, and to specify the type of supply arrangement for incoming power
supply, interlocking arrangement between HT panel, transformer, LT panel & DG sets.
d. Design the Sub-station comprising of the HT panel room, transformer room, LT panels
room, and generator room to specify the necessary switchgear and control/ changeover
panels, capacitor banks, and bus duct, essential and non-essential panels as necessary with
the appropriate load shedding.
e. Make detailed specifications of all electrical items, including outdoor / indoor
equipment, essential and non – essential panels, power control centres, capacitor panels
and the corresponding bill of quantities for the various items.
f. Design and prepare detailed layout drawings for the individual power. Indoor and outdoor
lighting, lighting protection and earthling system with separate earthling for the computer
network and for other equipment as required.
g. Telephone, Intercom & Communication system
 Telephone layout and telephone equipment including conduit and accessories layout for
the telephone system and any protective devices battery back-up required.
 Design the EPABX room. Prepare conduit layout of cables and terminals inclusive of a
fiber optic or other special data transmission cables for system required
 Intercom layout and intercom equipment including conduit, cabling and accessories
layout for the intercom system and any protective devices required.
 Investigate the needs of each site in terms of communication facilities and call bells
required and to specify same and the corresponding equipment and accessories together
with preparation of conduit and accessories layout necessary.
 Prepare the specifications and bills of quantities.
 Check and approve detailed drawings of the suppliers and manufacturers
 Check and approve the suppliers’ / manufacturers’ drawings / documents.
h. Sound Diffusion and Visual display System
Carry out basic and detailed design for the sound diffusion and visual display systems
required and this shall be inclusive of, but not limited to, the following:
 Plan showing the routing of conduit, wiring, position of speakers, LED TV panels,
central console etc. indicating block diagram of PA/Video system
 Cable and conduit layout, sound equipment and visual display system together with any
protective devices required;
 Prepare specifications and bills of quantities;
 Check and approve detailed drawings of the suppliers and manufacturers;
i. Fire detection & Alarm System
 Design the FDA control room layout.
 Prepare working drawings (Floor wise) indicating the zones, location of the fire alarm
sensors, Response Indicator, Manual call points, Hooters, their conduits and wiring and
location/details of FDA control panels.

54
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
j. Lifts, escalators, water pumps
 Specify the capacity and type of lifts / escalators to be provided and prepare layout for
the necessary machine areas.
 Specify the type / system for hot water supply to showers, kitchen and other areas (use
of solar water heater shall be incorporated in the design)
 Finalize the design for lifts and escalators installation as per the Statutory / local
regulations.
 Prepare specifications and bills of quantities.
 Check and approve the suppliers’/ manufacturers drawings / documents.
 All lifts to have smart card operation for security
k. Cable TV/Dish Antenna System
 Prepare working drawings indicating the locations of TV points, Central panel / racks of
dish antenna.
 Fixing details of dish antenna.
 Prepare specifications and bills of quantities.
 Check and approve the suppliers’ / manufacturers drawings / documents.
l. Nurses Call system (As part of HMIS)
 Assess the requirement of nurses call system at different locations wards etc.).
 Prepare the plan indicating the location of the console panels, wiring diagram, conduit
layout etc.
 Prepare specifications and bills of quantities;
 Check and approve detailed drawings of the suppliers/ manufacturers;
m. Lightning Protection and Earthing System
Lighting protection system shall be an advanced integrated lighting protection system and
it shall consist of a dynamic air dynamic air termination which acts as a preferred strike
point, a surge conductor to minimize side flashing, an earthling system, protection from
power surges at point of electricity line into the facility and protection from surges and
transients on oncoming telecommunications and signal lines. The work shall include, but
not limited to, the following
 Prepare plans showing internal / external earth grid, earth electrodes and lightning
protection with size of conductors and details of each electrical and lightning arrestors
along-with details of earthling pits.
 Earth system shall be as per relevant Indian Standards and Indian Electricity rules.
n. External Lighting
 Assess the external lighting requirement for roads, parking, buildings, perimeter security
etc. LED based system to be deployed
 Prepare plans indicating the road lighting with circuit details, typical pole detail with
type of fixture, cabling, earthling etc.
 Prepare the specifications and bills of quantities;
 Check and approve detailed drawings of the suppliers and manufacturers;
o. UPS backup
 Identify the sensitive / critical equipment and plan a detailed power back-up programme
through centralized or localized system.
 Prepare the plan indicating the locations of UPS rooms in the buildings, UPS room
layout, and Single line diagram/Power flow diagram.
 Prepare specifications and bills of quantities including laying cabling for the conditioned
power supply
 Check and approve detailed drawings of the suppliers / manufacturers

55
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
p. Mortuary and Ambulance services

1.9. IT Services
The Consultant shall prepare an information system strategy plan carrying the IT needs of the
Institute and Hospital. Prepare system requirement specifications document including up-
gradation / expandability strategies for the future.
The Consultant shall carry out the basic and detailed design specifications of the application
of IT / computerization system / network related to scope, system architecture, application
systems (e.g. outpatient management system, inpatient management system, clinical services
system, diagnostics aid services system, clinical support services system, common services
system, materials management system, executive information and external communication
system, research cum teaching system, telemedicine, tale / video conferencing system,
library including e-library system, cost management system, PACS, e-governance,
interconnectivity with leading National / International Institutions for continuing education
/ research etc.) for each Institute inclusive of, but not limited to, the following:

a. To provide for estimation of cost for Software / hardware in respect of all the systems /
sub systems including web interface for access and inputs etc.
b. Assess the requirement of servers / nodes / terminals, hubs etc. at different locations.
c. Power cabling and conduit layout and UPS facilities together with any protective
devices required for the IT / Computerization system;
d. Data transmission cables layout and equipment for the system;
e. Prepare specifications and bills of quantities;
f. Check and approve detailed drawings / specifications of suppliers / manufacturers /
implementing agency;
g. LAN/WAN & Wi-Fi coverage for entire Institute and hospital
h. Access Control and video surveillance
i. Video Conference facility
j. Bandwidth requirement for external connectivity

Part - A
a. To provide for cost estimate and solution for HMIS For yoga and naturopathy hospitals
1.10. Mechanical Engineering Services
1.10.1. General
The Consultant shall be responsible, for all mechanical services including HVAC, and other
equipment’s, kitchen, laundry, CSSD, manifold etc.
a. Design of Heating, Ventilation & Air-conditioning systems as necessary (Central and/or
individual air- conditioning Systems) including pressurization of lift wells, ventilation
of toilets, basements and other areas etc.
b. Design of Kitchen, Laundry, Central Sterile & Supply Department (CSSD), Bulk Oil
Handling unit, Hospital waste Management System, Mortuary, Cold rooms etc. Laundry
chutes and food distribution lifts to be planned
c. Steam, Compressed air, Medical Gases Manifold installation and other Mechanical
Services as required for the Institutes.

1.10.2. Services
The Project Management Consultant (PMC) shall carry out basic and detailed design of

56
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
the required Heating, Ventilation & Air conditioning system for all necessary areas for
each of the six sites. This shall include, among others, but not limited to the following
services:
a. Preliminary and detailed design and prepare drawings indicating the details as
mentioned below:
i. Heat Load calculations
a. Summer
b. Monsoon
c. Winter
ii. Air Quantity calculation
iii. Equipment selection details
iv. Layout drawings for equipment, Air Handling units and ventilation fan rooms
etc.
v. Layout drawings of ducting, piping distribution, electrical distribution
b. Specify the type of systems appropriate and to calculate the capacities of the A.C.
plants and units required and according to specific requirement of the areas to be air-
conditioned, taking into account, the necessary number of air changes that may have
to be applied for certain specific/critical areas.
c. Design and specify the type of special air conditioning, ventilation and high
efficiency air filtration system as required for the operation theatres and associated
areas.
d. Design ducting, piping and A.C. Plant room layouts floor wise and to specify all
electrical requirements of the A.C. systems.
e. Prepare A.C. system details in plans and sections.
f. Design pressurization system for lift lobby and ventilation system for toilets,
basement and other areas and according to the specific requirements of the areas to
be ventilated.
g. Design and specify the cold rooms in the Pharmacy and Kitchen and also all
necessary Kitchen equipment.
h. Design and prepare working drawings including piping from the bulk gas storage
tank to the individual kitchen equipment.
i. Prepare specifications and bill of quantities
ii. Check and approve detailed drawings of suppliers/ manufacturers.
i. Design centralized Kitchen, CSSD, Bulk oil handling system (for supply to
pharmacy, incinerator, Boilers, D.G. sets etc. as required), Hospital Waste
Management System, but not limited to, the following:
i. Plan the kitchen set-up and identify the different equipment’s along-with their
specifications, bill of quantities as required.
ii. Plan the CSSD set-up to cater to the entire hospital with provision for future
expansion and identify the different equipment’s along-with their specifications,
bill of quantities as required.
iii. Centralized bulk oil storage system ideally located to allow easy supply of fuel
to incinerators, boilers, and diesel generators sets etc.
iv. Detailed planning regarding handling of hospital waste and their safe
disposal/treatment. Identify and prepare the specification of equipment
v. Needed for this purpose. Liaise with Central Pollution Control Board, Local
Pollution Control Board and other statutory authorities/bodies for obtaining the
necessary license/permission.
vi. Ensure that all the systems mentioned above are economically designed and
satisfy aesthetic requirements.

57
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
vii. Design and prepare working drawings for all the services mentioned above.
viii. Prepare specifications and bill of quantities
ix. Check and approve detailed drawings of suppliers/ manufacturers.

1.11. Public Health Engineering


1.11.1. General:
The Consultant shall be responsible, amongst others, for:
a. Design of Public Health & Engineering services taking into account various
topographical, meteorological, Hydrological etc. reports, identify the source and quality
of water, conduct survey of existing water supply system, Sewerage system including
STP/ETP, Drainage system, Fire-fighting system, other site development works etc. for
planning of services
b. All the design and drawings should be well coordinated with Architecture, structure and
other services drawings.
c. All designs shall be as per the latest Indian Standards, Local bye-laws and statutory
norms.
d. Ensure that the design meets the requirements with regard to future extensions and needs.
The services shall include following major components:
i. Water Supply System
ii. Sewerage System
iii. Drainage System, including storm drainage
iv. Fire-fighting & Fire Suppression System
v. Other site development works.

1.11.2. Services
a. Water Supply System
i. Calculation of water requirements for domestic, non-domestic and hospital services.
ii. Design and prepare working drawings of internal and external water supply system
including Underground tank, Overhead tank, Water treatment plant, Pumping
stations, rising mains, distribution system and internal plumbing, recycling of treated
waste water etc. including revision of drawings as per local authority requirement,
resubmission and approval.
iii. Design of hot water supply system consisting of centralized/ localized hot water
supply system (Solar/Boiler/Geyser etc.)
iv. Obtain approval from local bodies for Municipal water supply connections, drilling
of tube wells etc. for each of the six sites.
v. Prepare specifications and bill of quantities.
vi. Check and approve detailed drawings and data sheets of suppliers /
manufacturers.
b. Sewerage System
i. Calculation for quantity of waste water generated from different sources and design
waste water treatment plant
ii. Design and prepare working drawings for internal and external soil/waste disposal
systems including revision if any as per requirement of local authority, resubmission
and approval.
iii. Obtain approval from statutory and local bodies for waste disposal for each of the six
sites.
iv. Prepare specifications and bill of quantities.
v. Check and approve detailed drawings and data sheets of suppliers/
manufacturers.

58
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

c. Drainage
i. Design and prepare working drawings for storm water drainage including roof
drainage, service area drainage and surface drainage including revision if any as per
requirement of local authority, resubmission and approval.
ii. Design and prepare working drawings for rain water harvesting system.
iii. Obtain approval from statutory and local bodies for drainage connections and
rainwater harvesting scheme etc. for each of the six sites.
iv. Prepare specifications and bill of quantities.
v. Check and approve detailed drawings and data sheets of suppliers /
manufacturers.

d. Fire Fighting & Fire Suppression System


i. Design and prepare working drawings for internal and external fire protection and
suppression system including hydrant, sprinkler system, CO2
ii. Flooding system, pressurization system, fire extinguisher system, UG tanks, fire
pump rooms etc. in line with the statutory requirements including revision if any as
per requirement of local authority, resubmission and approval.
iii. Size all equipment required and prepares detailed specifications and bill of quantities.
iv. Obtain necessary license/permissions from the statutory/ local fire
authority/bodies etc. as required
v. Check and approve detailed drawings and data sheet of suppliers/
manufacturers.

e. Other site development works


i. Design and prepare working drawings (longitudinal & cross section) for roads/
footpaths/ parking areas etc. including revision if any as per requirement of local
authority, resubmission and approval.
ii. Design and prepare working drawings of irrigation system for horticulture.
iii. Design and prepare working drawings for water bodies.
iv. Design and prepare working drawings for recreational facilities like swimming pool etc.
v. Prepare specifications and bill of quantities.
vi. Check and approve detailed drawings of suppliers/ manufacturers.

1.12. Hospital Waste Management System


i. Prepare design, specifications, and bill of quantities for Hospital Waste
Management System in line with the latest guidelines of CPCB & Ministry of
Environment & Forest notification.
ii. Check and approve detailed drawings of suppliers/ manufacturers.
iii. Site supervision including testing, commissioning and Handing over of the Hospital
Waste Management system
iv. Obtaining clearances from the statutory bodies and imparting training to the client’s
representatives.

1.13. Institute LOGO & Portal


Institute portal will facilitate on-line facilities for Hospital and Academic admissions. Portal
will have linkage to a payment gateway for payments through credit/debit cards.

1.14. Video Monitoring

59
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Video monitoring and surveillance with a dedicated war-room for the security for 24X7
operations.

1.15. Access Control

All area of the project will be clearly defined in different security zones and rule based
access to be provided to all users. Security logs to be generated for all control points.

60
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

Appendix--C
TEXT OF THE PRE-CONTRACT INTEGRITY PACT

PRE-CONTRACT INTEGRITY PACT BETWEEN CENTRAL COUNCIL FOR RESEARCH IN


YOGA AND NATUROPATHY, NEW DELHI AND ___________.

This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on this _______
day of the ________ (month, year) between, on one hand, the President of India, acting through
Shri Raghavendra Rao M, Director, Central Council for Research in Yoga and Naturopathy,
Ministry of Ayush, Government of India (hereinafter called the "BUYER”, which expression shall
mean and include, unless the context otherwise requires, his successors in office and assigns) of the
First Part and ___________. represented by Name, designation (hereinafter called the
"BIDDER/Seller” which expression shall mean and include, unless the context otherwise requires,
his successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to procure project management consultant for setting up physical
infrastructure of 100 bed yoga and naturopathy hospital also known as Central Research Institute
of Yoga and Naturopathy, or CRIYN at _________ vide tender NIT No. ______________dated
___________

WHEREAS the BIDDER is a Government undertaking PSU Incorporated under companies act
1956, and the BUYER is an autonomous body under Ministry of Ayush, Government of India
performing its functions on behalf of the President of India.

NOW, THEREFORE, To avoid all forms of corruption by following a system that is fair,
transparent and free from any influence / prejudiced dealings prior to, during and subsequent to the
currency of the contract entered into with a view to:
Enabling the BUYER to obtain the desired said stores/equipment at a competitive price in
conformity with the defined specifications by avoiding the high cost and the distortionary impact
of corruption on public procurement, and
Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure
the contract by providing assurance to them that their competitors will also abstain from bribing
and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its
officials by following transparent procedures.
The parties hereby agree to enter into this Integrity Pact and agree as follows:

61
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

Commitments of the BUYER

1.1. The BUYER undertakes that no official of the BUYER, connected directly or indirectly with
the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe,
consideration, gift, reward, favour or any material or immaterial benefit or any other advantage
from the BIDDER, either for themselves or for any person, organisation or third party related to the
contract in exchange for an advantage in the bidding process, bid evaluation, contracting or
implementation process related to the contract.

1.2. The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will provide to
all BIDDERs the same information and will not provide any such information to any particular
BIDDER which could afford an advantage to that particular BIDDER in comparison to other
BIDDERs.

1.3. All the officials of the BUYER will report to the appropriate Government office any attempted
or completed breaches of the above commitments as well as any substantial suspicion of such a
breach.

2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER
to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the
BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal
proceedings may be initiated by the BUYER and such a person shall be debarred from further
dealings related to the contract process. In such a case while an enquiry is being conducted by the
BUYER the proceedings under the contract would not be stalled.
Commitments of BIDDERs

3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair
means and illegal activities during any stage of its bid or during any pre-contract or post-contract
stage in order to secure the contract or in furtherance to secure it and in particular commit itself to
the following:

3.1. The Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage
or inducement to any official of the Buyer, connected directly or indirectly with the bidding process,
or to any person, organization or third party related to the contract in exchange for any advantage
in the bidding, evaluation, contracting and implementation of the Contract.

3.2. The BIDDER further undertakes that it has not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other

62
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise
in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or
execution of the contract or any other contract with the Government for showing or forbearing to
show favour or disfavour to any person in relation to the contract or any other contract with the
Government.

3.3. BIDDERs shall disclose the name and address of agents and representatives and Indian
BIDDERs shall disclose their foreign principals or associates.

3.4. BIDDERs shall disclose the payments to be made by them to agents/ brokers or any other
intermediary, in connection with this bid/contract.

3.5. The BIDDER further confirms and declares to the BUYER that the BIDDER is the original
manufacturer / integrator/ authorized government sponsored export entity of the stores and has not
engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in
any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially
to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended
to be paid to any such individual, firm or company in respect of any such intercession, facilitation
or recommendation.

3.6. The BIDDER, either while presenting the bid or during pre-contract negotiations or before
signing the contract, shall disclose any payments he has made, is committed to or intends to make
to officials of the BUYER or their family members, agents, brokers or any other intermediaries in
connection with the contract and the details of services agreed upon for such payments.

3.7. The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.

3.8. The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means
and illegal activities.

3.9. The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass
on to others, any information provided by the BUYER as part of the business relationship, regarding
plans, technical proposals and business details, including information contained in any electronic
data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such
information is divulged.

3.10. The BIDDER commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.

63
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

3.11. The BIDDER shall not instigate or cause to instigate any third person to commit any of the
actions mentioned above.

3.12. If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or
alternatively, if any relative of an officer of the BUYER has financial interest/stake in the
BIDDER's firm, the same shall be disclosed by the BIDDER at the time of filing of tender.
The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act, 1956.

3.13. The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings
or transactions, directly or indirectly, with any employee of the BUYER.

4. Previous Transgression

4.1. The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any country in respect
of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any
Government Department in India that could justify BIDDER's exclusion from the tender process.

4.2. The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be
disqualified from the tender process or the contract, if already awarded, can be terminated for such
reason.

5. Earnest Money (Security Deposit)

5.1 While submitting commercial bid, the BIDDER shall deposit an amount __________ as
specified in the RFP as Earnest Money/Security Deposit, with the BUYER through any of the
following instruments:
i. Bank Draft or a Pay Order in favour of Director, CCRYN, Janakpuri New delhi.
ii. A confirmed guarantee by an Indian Nationalised Bank, promising payment of the
guaranteed sum to the BUYER on demand within three working days without any demur
whatsoever and without seeking any reasons whatsoever. The demand for payment by
the BUYER shall be treated as conclusive proof of payment.
iii. Any other mode or through any other instrument, as stated in RFP.

5.2. The Earnest Money / Security Deposit shall be valid upto a period of five years or the complete
conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the
BUYER, including warranty period, whichever is later.

64
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

5.3. In case of the successful BIDDER a clause would also be incorporated in the Article pertaining
to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall
be applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the
same without assigning any reason for imposing sanction for violation of this Pact.

5.4. No interest shall be payable by the BUYER to the BIDDER on Earnest Money / Security
Deposit for the period of its currency.

6. Sanctions for Violations

6.1. Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on
its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take
all or any one of the following actions, wherever required:
i. To immediately call off the pre-contract negotiations without assigning any reason or giving
any compensation to the BIDDER. However, the proceedings with the other BIDDER(s)
would continue.
ii. The Earnest Money Deposit (in pre-contract stage) and / or Security Deposit/Performance
Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided
by the BUYER and the BUYER shall not be required to assign any reason therefor.
iii. To immediately cancel the contract, if already signed, without giving any compensation to
the BIDDER.
iv. To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with
interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India,
while in case of a BIDDER from a country other than India with interest thereon at 2%
higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER
in connection with any other contract for any other stores, such outstanding payment could
also be utilised to recover the aforesaid sum and interest.
v. To encash the advance bank guarantee and performance bond/warranty bond, if furnished
by the BIDDER, in order to recover the payments, already made by the BUYER, along with
interest.
vi. To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay
compensation for any loss or damage to the BUYER resulting from such
cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable
from the money(s) due to the BIDDER.
vii. To debar the BIDDER from participating in future bidding processes of the Government of
India for a minimum period of five years, which may be further extended at the discretion
of the BUYER.
viii. To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent
or broker with a view to securing the contract.

65
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

ix. In cases where irrevocable Letters of Credit have been received in respect of any contract
signed by the BUYER with the BIDDER, the same shall not be opened.
x. Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.

6.2. The BUYER will be entitled to take all or any of the actions mentioned at para 6.1 (i) to (x) of
this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf
(whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX
of the Indian Penal Code, 1860, or Prevention of Corruption Act, 1988, or any other statute enacted
for prevention of corruption.

6.3. The decision of the BUYER to the effect that a breach of the provisions of this Pact has been
committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER
can approach the Independent Monitor(s) appointed for the purposes of this Pact.

7. Fall Clause

7.1. The BIDDER undertakes that it has not supplied/is not supplying similar product/systems or
subsystems at a price lower than that offered in the present bid in respect of any other Ministry /
Department of the Government of India or PSU and if it is found at any stage that similar
product/systems or sub system was supplied by the BIDDER to any other Ministry/Department of
the Government of India or a PSU at a lower price, then that very price, with due allowance for
elapsed time, will be applicable to the present case and the difference in the cost would be refunded
by the BIDDER to the BUYER, if the contract has already been concluded.

8. Independent Monitors

8.1. There shall be Independent Monitors (hereinafter referred to as Monitors) appointed by the
BUYER for this Pact in consultation with the Central Vigilance Commission.

8.2. The task of the Monitors shall be to review independently and objectively, whether and to what
extent the parties comply with the obligations under this Pact.

8.3. The Monitors shall not be subject to instructions by the representatives of the parties and
perform their functions neutrally and independently.

8.4. Both the parties accept that the Monitors have the right to access all the documents relating to
the project/procurement, including minutes of meetings.

8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so
inform the Authority designated by the BUYER.

66
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

8.6. The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project
documentation of the BUYER including that provided by the BIDDER. The BIDDER will also
grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to Subcontractors. The
Monitor shall be under contractual obligation to treat the information and documents of the
BIDDER/Subcontractor(s) with confidentiality.

8.7. The BUYER will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the parties. The parties will offer to the Monitor the option to participate in such
meetings.
8.8. The Monitor will submit a written report to the Foreign Secretary, Ministry of External Affairs,
within 8 to 10 weeks from the date of reference or intimation to him by the BUYER / BIDDER and,
should the occasion arise, submit proposals for correcting problematic situations.

9. Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or payment of commission, the
BUYER or its agencies shall be entitled to examine all the documents including the Books of
Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in
English and shall extend all possible help for the purpose of such examination.

10. Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the
BUYER

11. Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may
follow in accordance with the provisions of the extant law in force relating to any civil or criminal
proceedings.

12. Validity

12.1. The validity of this Integrity Pact shall be from the date of its signing and extend upto 5 years
or the complete execution of the contract to the satisfaction of both the BUYER and the
BIDDER/Seller, including warranty period, whichever is later. In case BIDDER is unsuccessful,
this Integrity Pact shall expire after six months from the date of the signing of the contract.

67
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

12.2. Should one or several provisions of this Pact turn out to be invalid, the remainder of this pact
shall remain valid. In this case, the parties will strive to come to an agreement to their original
intentions.
13. The parties hereby sign this Integrity Pact at ______ on __

BUYER BIDDER
Name of the Officer Dr Raghavendra Rao M
Designation- Director, CCRYN
Ministry of Ayush

Witness
1. ........................... 1. ...........................

2. ............................ 2. ………………...

APPENDIX- D

68
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

6.1 TREATMENT SECTION EQUIPMENT


S. UNIT OF
Descriptions Qty
No. MEASUREMENT
Flex Stream Colon Hydrotherapy Equipment - COLON HYDRO
THERAPHY , Model-flex stream with three stage RO Filter and
built in 3KW Heater, built in UV Treatment and separate herbal box
to send herbal extract juice to intestine, built in 20 Ltrs of Storage
Tank, with Digital screen indicating PSI pressure, flow rate of water,
1 No's 2
timer, temperature settings wheel mount model, treatment can be
given in any place, one colon chart and SFDA Certificate and one
training certificate.

SPECULUM KIT disposable for COLON HYDROTHERAPY –


1a With one Male Speculum, 1.5 Mtrs Length 22mm Dia Ozonized Kit's 500
Food Grade Drainage Pipe

5 KW SERVO Stabilizer FOR COLON HYDRO THERAPHY


1b MACHINE, No's 2
22" Video Monitor Wall Mount for viewing INTESTINE wastage
1c coming out through screen FOR COLON HYDRO THERAPHY No's 2

COLON BED WITH TOP CUSHION AND HEAD PILLOW


1d No's 2
Professional Under water Massage Tub SPA NL593Outer size:
186X106X78.5cm Color: White With 4 sides white acrylic skirt
2 With 18pcs water jets and with one hand held Douche jets spray No's 4
With small LEDs on the diversion flume With 1×3HP water pump

PROFESSIONAL ROUND WHIRL POOL BATH & Circular


Jet TUB, Height 4 Feet, Width 5 Feet, 2 Inches adjustable Whirl Jets
-30 Jets, 3.5 Inches Adjustable Whirl Jets Stainless Steel-14 Jets,
Built in Steps in Tub, Circular jets – 20 Jets, Material imported USA
3 Lucite Acrylic, Stainless Steel Round Pipe Handle to hold, Water No's 2
Proof outer Skirting WITH EXTERNAL FOOT STEPS, 3 hp pump
x 2 Nos single phase

Hydro Deluxe Massage Tub made of Licite Acrylic , with one hand
shower, one & cold faucet, one inflow water faucet, 3hp pumps 2
nos., 50 adjustable hydro jets, one multi colour light theraphy, ozone
4 No's 4
therapy, bubble bath, music therapy, built-in constant heater 2 kw,
with remote control & digital control panel, Dimensions - W 4 x L
8 x H 30 Inches.
Immersion Tub - Immersion bath tub fibre glass reinforcement
model, with four sided skirting and bottom frame, Size: Width 30
5 No's 8
inches, Height 21 Inches, Length 72 inches, ivory color.

S.
Descriptions UOM Qty
No.

69
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
SAUNA CABIN,6-Seater with u type flat form Seater Top roof
Chromolite Therapy, Outer digital control panel with settings of
temperature and timing, electric heater box, outer cabinet made up
of pine wood, dismantle type of cabin can be assembled in any place,
6 size can be done as per the room size existing. MODEL- No's 2
SF1G001[SIZE-width 7 feet, breath 6 feet height 7 feet *electric
heater 9 k watt

Spinal Bath Tub, with External Leg Rest Stool, four side skirting,
7 Made of Culture marble finish, Ivory Colour, Size W 31 x L 44 & H No's 6
10 Inches.
Spinal Spray Sitting Model with Hydro Jets - With 7 Hydro jets,
8 Made of Lucite Acrylic material, 1 No. of ½ HP Pump with Pressure No's 4
control valve.
Spinal Spray sleeping - with 9 Hydro Jets , ½ hp pump with
pressure control valve, model upgraded made up of culture marble
9 No's 8
finish fibre reinforcement, colour half white ivory.

Hip Bath plain tub with external leg rest stool- Hip Bath, Leg Stool,
made of culture marble finish, fibre reinforcement, double side
10 finish, size-width 3 feet , height 2 feet, breadth 36 inches, ivory No's 12
color.
Foot & Arm Bath Basic Model, with One Tub for Arms and One
Square Tub for Foot, made of culture marble finish fiber
11 reinforcement, ivory color, with stainless steel moveable pipe stand, No's 6
Size : width 28 inches, height 4 feet, Breath -26 inches

Wet Steam Room Cabin 6 seater - Wet Steam room 6 person


capacity, model- 656,DISMANTLE TYPE OF ROOM, made of
acrylic ,color white, with external digital control panel operating and
12 No's 2
6 kw steam generator, three phase WITH Roof LIGHT , size 6 x 6 x
8 feet

Vibro Powder Massager G5 – VIBRO POWDER MASSAGER


WITH 8 UNIVERSAL washable ADAPATORS, G-5 MODEL,
13 Soundless Motor 3200rpm vibration with machine height more and No's 4
massage shaft length more, wheel mount model.
LOCAL STEAMER 3 KW -HEATER WHEEL MOUNT WITH,
SPRAY GUN FOR STEAM, BREEZE FOR TOTAL BODY,
14 AUTOMATIC. Saves Water & Power, auto power shut down once No's 4
steam is generated.

70
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Sl
Descriptions UOM Qty
No.
Jet Apparatus Douche with different Nozzles, Jet apparatus unit
has built in water tank with pump for hot & cold water spray options
15 Direct Water Jet Spray Nozzle with Pressure Mist Water Jet Spray No's 2
Nozzle Rain Therapy Jet Spray

MASSAGE TABLE made of Wooden Frame Rose wood finish with


two drawers and storage compartment, Bottom and Top high quality
16 resin bed cushion 3 inches, size of table-width 30 inches, length 78 No's 12
inches, height-30 inches.

ENEMA TABLES WITH TOP CUSHION TAPPER DESIGN


17 MADE OF WOODEN No's 6
Eye Pack Trays made of culture marble finish, ivory color, size- 6
18 No's 50
inches by 8 inches.
Mud Pack Tray, Chest Pack Design Type Trays, made of culture
19 marble finish, ivory color, size-14 inches width by 8 inches. No's 50

MUD PACK TRAYS BIG SQUARE made of culture marble finish,


20 ivory color, size-8 inches by 14 inches. No's 50
21 Hot Bags Food Grade Rubber Bags No's 50
22 Ice Bags Food Grade Rubber Bags No's 50
OZONE GENERATOR FOR FULL BODY STEAM CABIN 6
SEATER
23 ENEMA Can No's 20
24 ENEMA Disposal Carther No's 500
25 Abdomenal , Knee, Chest, Neck pack Sets No's 25
26 WollenBlancket for Bedsheet pack ( 3 nos) No's 10
STEAM CABINET WITH STEAM GENERATOR Traditional
Type Single person cabin Indian type
• With 3 KW Steam Generator for steam bath
• With digital control panel, temperature setting & timer settings
automatic
27 No's 4
• Therapy only for ¾ of body
• Made of culture marble finish, fibre reinforcement
• With one adjustable chair
• Size: Width 32 Inches, Breadth 39 Inches & Height 54 Inches

28 OZONE GENERATOR No's 2


29 Tromoline Chrome cabin No's 8
30 Magnetic bed No's 2

71
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Tota
Sl B. Other General Treatment Equipment’s UOM l
No. Qty

1 Jal Neti Pot No's 100

2 Steel Jugs No's 100

3 Magnetic Bed No's 2


4 Acupuncture No's 3
5 Acupressure equipment’s No's 20
6 Infrared lamps No's 10
7 Electronic weighing Machine No's 6
8 Stethoscope No's 10
9 B.P. Instrument No's 10
10 Revolving Stool No's 20
11 Yoga mat No's 200
12 Local Steam No's 8
13 Mud Soaking Tank No's 4

S. C. Physiotherapy Equipment’s UOM Total


No. (Any Equivalent brand meeting technical Qty
specifications)

Shortwave diathermy unit 450 watts output with al std.


14 No's 1
accessories. (with pad & Disc electrodes only)

Shortwave diathermy unit 300 watts output with all std.


15 No's 1
accessories. (with Condenser pad electrodes only)

Micro Processor Controlled Interferential therapy unit


16 with Soft key Switcheds, LCD Display, 2 Ple, 4 ple No's 1
Vector facility with all std. accessories.

Microprocessor controlled Traction with traction force of


17 5-45 Kgs. (with doubler facility up to 90 Kgs.) along with No's 1
all std. accessories.

Microprocessor Controlled Ultracsound therapy unit


with Soft key Switches, digital output meter, titling head
18 No's 1
transducer, continuous & pulsed output with 3 Variable
Pulse ratio.

72
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)

Micro controller based 2 channel unit (TENS + Muscle


Stimulator), Simultaneously two patients can be treated 1
19 No's 1
channel – Tens, 2nd Channel Galvanic or Faradic current,
Soft touch key with all std. accessories.

Microprocessor Controlled Combination therapy unit with


20 No's 1
Soft keys & digital timer. Plain & Burst facility.

Programmable Laser unit with 4.3 colour touch screen


21 No's 1
with 200 m W830nm Infra Red Probe & Safety Eye Wears.

Programmable Ultrasound therapy unit with 2 multi


22 No's 1
frequency Transducers
23 Multi exercise unit No's 1

24 Shoulder wheel No's 1


25 Hip Rotator No's 1
26 Quardriceps Exerciser No's 1
27 Hand Exerciser No's 1
28 Stepper No's 1
29 Wax Bath Unit No's 1

30 Motorised Treadmill No's 2

6.2 BUDGET- FURNITURE

S. No. Equipment Name Specifications QTY

Sheesham wooden
A1 The Bed Front Legs are 15 X 4 X 38 cm 30
Bed 1:

Sheesham Wooden
A2 The Bed Head Board Legs Are Of 105 X 6 X 5cm 60
Bed 2:

Sheesham Wooden
A3 The Bed Front Legs are 6 X 6 X 38 cm 30
BED 3:

73
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
Sheesham Wood Bed
A4 Side Table L 45 X The Said Table Top are of 45 X 30 X 1.5 cm 120
D30 X H50
Sheesham Wood
A5 Solid sheesham wood chair 120
Chair

A7 Wardrobe 1 The Wardrobe top are of 55 X 50 X 1.5cm 60

A8 Wardrobe 2 The Wardrobe Top Are Of 75 X 50 X 1.5 cm 60

A9 Study Table The table top are 110 X 45 X 1.5cm 100

DINING TABLE jail


A10 type & SET OF 4 The table top size are 118X80X1.5cm 40
CHAIRS

The table side Chairs big 114 X 8 X 1.5cm 160

The 2seater Sofa front legs 58 X 6 X 5 X cm wooden


A11 2 Seater SOFAS 15
frame

The 3seater Sofa front legs 58 X 6 X 5 X cm wooden


A12 3 Seater SOFAS 10
frame
A13 1 Seater SOFAS The Sofa front legs 58 X 6 X 5 X cm wooden frame 30
B1 Mattress Size : 36 x 78 100
C1 Fowler Bed Hospital grade 10
C2 Examination Beds Examination Couch 6
C3 Crash cart trolley Size -960 L x 500 W x 1545 H mm approx. 3

Overall size: 1120mm D x 670mm W x 920mm H


C4 Wheel Chair 4
approx.

Patient Stretcher
Hospital grade 3
Trolley

74
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
6.3 KITCHEN EQUIPMENT

S. Particulars Size in mm QTY


No
1 Single Sink Washing Unit 600×600×850+150 1
Made up Of SS 304 Grade 1.5mm Thickness
sheet,4mm Mild Steel angle frame,1.5mm thickness
SS 304 Grade Square pipe attached with nylon bullet
bush
2 Three Burner Cooking Range Made up Of SS 304 1800×600× 800+200 1
Grade 1.5mm Thickness sheet,4mm Mild Steel angle
frame,1.5mm thickness SS 304 Grade Square pipe
attached with nylon bullet bush Comes Along with
necessary Burner Fittings
3 Work Table with 2 U/S 600×750×850+150 1
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.2mm thickness bottom sheet,4mm Mild Steel
angle frame,1.5mm thickness SS 304 Grade Square
pipe attached with nylon bullet bush
4 Work Table with 2 U/S for Oven Made up Of SS 304 900×900×850+150 1
Grade 1.5mm Thickness Top,1.2mm thickness
bottom sheet,4mm Mild Steel angle frame,1.5mm
thickness SS 304 Grade Square pipe attached
with nylon bullet bush
5 Combi Oven Rational - SCC 61 E 1
6 Two Burner Cooking Range 1200×600× 800+200 1
Made up Of SS 304 Grade 1.5mm Thickness
sheet,4mm Mild Steel angle frame,1.5mm thickness
SS 304 Grade Square pipe attached with nylon bullet
bush Comes Along with necessary Burner Fittings
7 Work Table with 2 U/S 600×750×850+150 1
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.2mm thickness bottom sheet,4mm Mild Steel
angle frame,1.5mm thickness SS304 Grade Square
pipe attached with nylon bullet bush
8 Dosa Plate 1050×750× 800+200 1
Made up Of SS 304 Grade 1.5mm Thickness
sheet,4mm Mild Steel angle frame,1.5mm thickness
SS 304 Grade Square pipe attached with nylon bullet
bush Comes Along with necessary Burner Fittings
9 Granite Top Work Table with 2 U/S Made up Of SS 600×600×850+150 1
304 Grade 6mm Thickness angle frame,20mm black
Granite,1.2mm thickness bottom sheet,1.5mm
thickness SS 304 Grade Square pipe attached
with nylon bullet bush
10 Chapathi Plate and Proofer 1050×600× 800+200 1
Made up Of SS 304 Grade 1.5mm Thickness
sheet,4mm Mild Steel angle frame,1.5mm thickness
SS 304 Grade Square pipe attached with nylon bullet
bush Comes Along with necessary Burner Fittings

75
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
11 Work Table with 2 U/S 600×750×850+150 1
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.2mm thickness bottom sheet,4mm Mild Steel
angle frame,1.5mm thickness SS 304 Grade Square
pipe attached with nylon bullet bush
12 Idly Steamer 120 Idlies 1
Made up Of SS 304 Grade 1.5mm Thickness
sheet,1.5mm thickness SS 304 Grade Square pipe
attached with nylon bullet bush Comes Along with
necessary
13 Vegetable Washer 1
14 Service Counter with 2 U/S & 2 OHS 2100×600× 1
Made up Of SS 304 Grade 1.5mm Thickness 850+450+300
Top,1.2mm thickness bottom sheet,4mm Mild Steel
angle frame,1.5mm thickness SS
304 Grade Square pipe attached with nylon bullet
bush
15 Service Counter with 2 U/S & 2 OHS 1800×600× 1
Made up Of SS 304 Grade 1.5mm Thickness 850+450+300
Top,1.2mm thickness bottom sheet,4mm Mild Steel
angle frame,1.5mm thickness SS 304 Grade Square
pipe attached with nylon bullet bush
16 Four Door Verticle Chiller Made up of SS 304 Grade 1200x675x 1800 1
1.5mm
thickness outer body,1mm thickness
304 grade inner tank winded with copper
pipe,insulated with PUFF
,assembeled with Emerson Copeland Made
compressor condenser and all other necessary
fixtures
17 Fresh Cut Vegetable Storage Rack (with 6 GN Pans) 600×600× 1500 1
Made up Of SS 304 Grade 1.5mm Thickness
Shelf,1mm 304 grade Gastronom Pans,1.5mm
thickness
SS 304 Grade Square pipe attached with nylon bullet
bush
18 Work Table with Sink & 2 U/S Made up Of SS 304 1500×600× 850+150 1
Grade 1.5mm Thickness Top,1.2mm thickness
bottom sheet,4mm Mild Steel angle frame,1.5mm
thickness SS 304 Grade Square pipe attached with
nylon bullet bush
Sink Size: 450x450x200
19 Mixer 1
20 Vegetable Cutter Machine Made up of SS 304 Grade 5 Blades 1
outer body and top tray,2HP motor
capacity
21 Dough Kneader 10 Kgs 1
Mixing Bowl Made up of SS 304 Grade, Front part of
Shaft made upof SS 304 grade attached with Cast Iron
Support, Cast Iron Outer Body

76
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
22 Butter Milk Churner 15 Ltrs 1
23 Tilting Grinder 10 Ltrs 1
Made Up of SS 304 grade Body,Coimbatore grinding
stone,2HP
capacity motor
24 Single Sink Washing Unit 600×600×850+150 1
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.5mm thickness Sink Bowl,4mm Mild Steel
angle frame,1.5mm thickness SS 304 Grade Square
pipe attached with
nylon bullet bush
25 Mobile Hot Food Holding Cabinet Made up Of SS 750×750× 1920 1
304 Grade 1.2mm Thickness Shelf,1.5mm thickness
SS 304 Grade Square pipe attached with nylon bullet
bush
26 Bussing Cart 600×900× 1050 1
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.2mm thickness bottom sheet,1.5mm thickness
SS
304 Grade Square pipe attached with nylon castor
wheels
27 Garbage Bin 18" dia × 20" 2
Made up of SS 304Grade 1.5mm thickness perforated
sheet
28 Chute Table 675×600×850+150 1
Made up Of SS 304 Grade 1.5mm Thickness
Top,4mm Mild Steel angle frame,1.5mm thickness
SS 304 Grade Square pipe attached
with nylon bullet bush
29 Work Table with 2 U/S & 2 OHS Made up Of SS 304 1200×600× 2
Grade 1.5mm Thickness Top,1.2mm thickness 850+450+300
bottom sheet,4mm Mild Steel angle frame,1.5mm
thickness SS 304 Grade Square pipe attached
with nylon bullet bush
30 Single Sink Washing Unit 600×600×850+150 1
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.5mm thickness Sink Bowl,4mm Mild Steel
angle frame,1.5mm thickness SS 304
Grade Square pipe attached with nylon bullet bush
31 Work Table with 2 U/S Size in mm 2
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.2mm thickness bottom sheet,4mm Mild Steel
angle frame,1.5mm thickness SS 304
Grade Square pipe attached with nylon bullet bush
32 Soup Counter & Hot Food Bain Marie with 2400×600+3 1
Sneeze Guard & Tray Rest railings Made up Of SS 00×850+600
304 Grade 1.5mm Thickness Top,1.2mm thickness
bottom sheet,4mm Mild Steel angle frame,25mm dia
round pipe rail pipes,8mm Thick Acrylic sneeze

77
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
guard1.5mm thickness SS 304
Grade Square pipe attached with nylon bullet bush

33 Water Cooler: Hot, Cold & Normal Made up Of SS 80 Ltrs 2


304 Grade 1.5mm Thickness Body,1.5mm thickness
25mm square pipe frame,insulated with PUFF,1.5mm
thickness SS 304 Grade Square pipe attached with
nylon bullet bush,assembeled
with all necessary electrical fixtures
34 Plate Storage with Warmer 900×500× 1050 2
Made up Of SS 304 Grade 3mm Thickness Round
Rods,1.5mm thickness outer body,1.5mm thickness
SS 304 Grade Square pipe attached with nylon bullet
bush,assembeled with necessary heating coil fixtures
35 Plate Pickup Counter with Cutlery Storage with 2 U/S 1500×600× 850 2
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.2mm thickness bottom sheet,4mm Mild Steel
angle frame,1.5mm thickness SS 304
Grade Square pipe attached with nylon bullet bush
36 Soiled Dish Landing Table with Chute and Glass 1500×600× 850+450 1
Rack
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.2mm thickness bottom sheet,4mm Mild Steel
angle frame,1.5mm thickness SS 304 Grade Square
pipe attached with
nylon bullet bush
37 Two Sink Washing Unit 1200×600× 850+150 1
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.5mm thickness Sink Bowl,4mm Mild Steel
angle frame,1.5mm thickness SS 304
Grade Square pipe attached with nylon bullet bush
38 Pre Rinse Spray Unit with Sink Made up Of SS 304 800×700×850+150 1
Grade 1.5mm Thickness Top,1.5mm thickness Sink
Bowl,4mm Mild Steel angle frame,1.5mm thickness
SS 304
Grade Square pipe attached with nylon bullet bush
39 Hood Type Dish Washer IFB Make 1
40 Unloading Table 750×700× 850+150 1
Made up Of SS 304 Grade 1.5mm Thickness
Top,4mm Mild Steel angle frame,1.5mm thickness
SS 304 Grade Square pipe attached
with nylon bullet bush
41 Wiping Table with 2 U/S 900×500×850 1
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.2mm thickness bottom sheet,4mm Mild Steel
angle frame,1.5mm thickness SS 304 Grade Square
pipe attached with nylon bullet bush

78
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
42 Pot Storage Rack - 3 Shelves Made up Of SS 304 1050×500× 1500 1
Grade 1.5mm Thickness 25x25 mm square pipe
shelf,1.5mm thickness SS 304 Grade Square pipe
attached with
nylon bullet bush
43 Plate Storage Rack - 4 Shelves Made up Of SS 304 1150×500× 1500 2
Grade 3mm Thickness round rods,1.5mm thickness
SS 304 Grade Square pipe attached with nylon bullet
bush
44 Chute Table 675×600×850+150 1
Chute and Glass Rack
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.2mm thickness bottom sheet,4mm Mild Steel
angle frame,1.5mm thickness SS 304 Grade Square
pipe attached with nylon bullet bush
45 Juicer Santos 1
46 Blender Vitamix 1
47 Single Sink Washing Unit 600×600×850+150 1
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.5mm thickness Sink Bowl,4mm Mild Steel
angle frame,1.5mm thickness SS 304 Grade Square
pipe attached with
nylon bullet bush
48 Raw Diet Pickup Counter with GN Pans, Sneeze 2400×600+300×850+600 1
Guard &
Tray Rest railings
Made up Of SS 304 Grade 1.5mm Thickness
Top,1.2mm thickness bottom sheet,4mm Mild Steel
angle frame,25mm dia round pipe rail pipes,8mm
Thick Acrylic sneeze guard1.5mm thickness SS 304
Grade Square pipe attached with
nylon bullet bush
49 Cold Room (Emerson Copeland) Temperature 2150×3150× 3400 1
Range: +2 to +8 Suitable For: Vegetables,
Fruits,Dairy Products etc
Door Size: 900x2100mm
Product Loading capacity: 2000kg Pull Down time :
18hrs
Panel & Chiller Room Material: PPGI insulated with
60mm PUF
50 Platform Rack 900×300×150 1
Made up Of SS 304 Grade 1.5mm Thickness
sheet,4mm Mild Steel angle frame,1.5mm thickness
SS 304 Grade Square pipe attached with nylon bullet
bush
51 Cold Room Shelvings 900×500× 1500 5
Made up Of SS 304 Grade 1.5mm Thickness
sheet,1.5mm thickness SS 304 Grade Square pipe
attached with nylon bullet bush
52 Weighing Scale 2

79
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
53 MS Racks 900×500× 1500 5
Made up Of Mild Steel1.5mm Thickness sheet,4mm
Mild Steel angle frame,1.5mm thickness Square pipe
attached with nylon bullet bush
54 Dunnage Rack 900×650×300 2
Made up Of SS 304 Grade 1.5mm Thickness
sheet,1.5mm thickness SS 304 Grade Square pipe
attached with nylon bullet bush
55 Work Table with Two Sink Unit Made up Of SS 304 1500×600× 850+150 1
Grade 1.5mm Thickness Top,1.5mm thickness Sink
Bowl,4mm Mild Steel angle frame,1.5mm thickness
SS 304
Grade Square pipe attached with
nylon bullet bush
56 SS Platform Trolley 900×700×900 1
Made up Of SS 304 Grade 1.5mm Thickness
sheet,1.5mm thickness
SS 304 Grade Round pipe handle attached with nylon
Castor wheels
57 Hand Wash Sink Unit 500×450×300+150 1
Made up of SS 304 Grade 1.5mm thickness
58 Soiled Plate Trolley with Baskets Made up of SS 304 600×900×900 2
Grade 1.5mm thickness Square pipe frame,1.5mm
thickness
rectangular Basket
59 Chapathi Maker Semi-Automatic 800 Chapati/Hr 1
60 Instant Flour Grinder 60Kg/Hr 1
61 Refrigerator - Big two door 375 ltr 1
62 Refrigerator - Small two door 175 ltr 1
63 Automatic Utensils washing machine-commercial (150 racks per hour) 1
dishwasher. Stainless steel Conveyor Dishwasher
Machine, Freestanding Rack Conveyor Dishwashing
Machine, multi-tank rack conveyor dishwasher
64 Hot case (SS ) 10
Made up of stainless steel
food grade material
65 Roti Tawa Big (commercial ) Made up Of SS 304 Grade 1
1.5mm Thickness
sheet,4mm Mild Steel angle
frame,1.5mm thickness SS
304 Grade Square pipe
attached with nylon bullet
bush Comes Along with
necessary Burner Fittings
66 Kitchen Items (Big & Small size cooking Spoons SS Made up of SS food 30
grade material

67 Kitchen Items (Big & Small size serving Spoons) 30


Made up of SS food grade
material

80
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
68 Kitchen Items (eating Spoons) 150
Made up of SS food grade
material
69 Kitchen Items Stainless Steel Lunch Dinner Plate 6 Compartment Rectangular 150
Trays , SS2
Made up of SS food grade
material
70 Stainless steel serving buckets made up of SS food grade 20
material
71 Stainless steel serving utensils made up of SS food grade 30
material
72 Tumblers SS304 with curved top 250ml made up of SS food grade 150
material
73 Grain Storage containers big (galvanized iron) 4-8mm 100 Made up of galvanized iron 5
kg ) of thickness 0.8mm comes
along with 6mm thick GI
rod frame structure.
74 Grain Storage Vessels Small (galvanized iron 4-8mm Made up of galvanized iron 5
25kg) of thickness 0.8mm comes
along with 6mm thick GI
rod frame structure.
75 Flour Storage Vessels Big (galvanized iron) 4-8mm 100 kg Made up of galvanized iron 5
) of thickness 0.8mm comes
along with 6mm thick GI
rod frame structure.
76 Flour Storage Vessels Small (galvanized iron 4-8mm Made up of galvanized iron 5
25kg) of thickness 0.8mm comes
along with 6mm thick GI
rod frame structure.
77 Knifes Different sizes Made up of food grade 5
material
78 Chopper Board Made up of 50mm thick 2
acrylic material
79 Scrapers Made up SS food grade 4
material
80 Stainless steel vessels Big (20ltr) • Be made of stainless The density of the walls of 4
steel that fits hygienic conditions and is suitable for deep the pan should not be less
drawing (grade 202); the outer layer of the bottom can be than 0.5 mm, The thickness
made of stainless steel grade 430, of the heat distribution layer
of the bottom is not less
than 3 mm.
81 Stainless steel vessels Small (10Ltrs) Be made of stainless The density of the walls of 4
steel that fits hygienic conditions and is suitable for deep the pan should not be less
drawing (grade 202); the outer layer of the bottom can be than 0.5 mm, The thickness
made of stainless steel grade 430, of the heat distribution layer
of the bottom is not less
than 3 mm.
82 Stainless steel tong for serving 10
83 Stainless steel table napkin /tissue holder 40
84 Kichen layout designing and planning , including 1
drawings inspection visits etc.

81
NIT for Establishment of CRIYN, Raipur, Chhattisgarh (CCRYN)
6.4 RESEARCH LABORATORY
A. BIOCHEMISTRY& DIAGNOSTIC LABORATORY

S. No Equipment Quantity
1 Microscope 1
2 Hematology analyzer 1
3 Spectrophotometer 1
4 Semi auto analyzer 1
5 Multi plate reader 1
6 Table top Centrifuge 1
7 Autoclave 1
8 Hot air oven 1
9 Incubator 1
10 Water bath 1
11 Biosafety cabinet 1
12 Sonicator 1
13 Micro Pipettes - Autoclavable single channel Micropipette 6
14 Water baths 1
15 4 degrees centigrade refrigerator 2
Minus 20 degrees centigrade freezer-hooked up to generator in case of
16 1
power failure
17 Water purifier 1
18 High precision electronic balance 1
19 Magnetic stirrer with hot plate 2
20 pH meter 1
21 Lab furniture and work stations 1
Sub Total
Note: Lab wares and consumables extra as per need.
B. Psychophysiology and Neurophysiology Laboratory

S. No Equipment Quantity
Psychophysiology Laboratory
1 16 channel Polygraph 1
3 Spiro meter 1
6 Metabolic Analyzer with ergo 1

7 Body Composition analyzer 1

8 Cantab Neuropsychology testing 1

82

You might also like