Home
Tender Document for Supply and installation of Various Equipments
Contents
1. 10 Weight measurement time lt 5 sceonds CE FDA approval certification Signature of Tenderer with seal Page 26 of 27 Breast Pump e e lt ko gt KOCEK OC e Motorized breast pump units running on AC 220 to 240 volts Hospital grade Pumping frequency 30 to 80 Cpm and user adjustable Compact unit weight less than 4 kg Heavy duty multiuser Cushion inserted inside the breast cups so that it does not hurt the mother Suction pressure 100 to 250 mm Hg user adjustable Able to express milk from both breasts simultaneously Collection bottles can used for storage of milk Double alternating pumps double cycling pumps LCD LED display suction timing ISO 9001 certified manufacturer certificate to be submitted Device is safety certified according CE 93 42 FDA 510 k or equivalent certificate to be submitted Supplied with 10 sets of Reusable collection bottles along with breast cups 12 sets of all kinds of Tubes Diaphragm 100 nos 02 40 000 00 800 00 Signature of Tenderer with seal Page 27 of 27
2. Free replacement of spares articles good will be provided only during the warranty period herein agree to The contractor shall furnish the following certificate along with the bill for payment of supplies made against the rate contract I We certify that there has no reduction in sale price of the stores of description identical to the stores supplied to the Govt under the contract here in and such stores have not been offered sold by me us to any organization including the purchaser or any Deptt of State Govt or any statutory undertaking of the Central Govt or State Govt as the case may be upto the date of bill the date of completion of supplies against all supply orders placed during the currency of the contract at prices lower than the price charged to the Govt under the contract except for qty of stores categories under sub clause a b c and d as above Sample of quoted items To be deposited in RUHS College of Medical Sciences Jaipur should be submitted along with tender otherwise tender may not be considered Firms should quote only their rates discount may not be considered I We hereby agree all above terms amp conditions and have signed on each page as a token of acceptance Signature of Tenderer with seal Page 12 of 27 SPECIAL TERMS amp CONDITION TO BE FOLLOWED CAREFULLY amp STRICTLY FAILING WHICH TENDER WILL BE LIABLE TO REJECTION 1 All the Photostat document should be attested by the Notary public gazetted
3. i Any change in the constitution of the firm etc shall be notified forth with by the contractor in writing to the purchase officer and such change shall not relive any former member of the firm etc from any liability under the contract ii No new partner partners shall be accepted in the firm by the contractor in respect of the contract unless he they agree to abide by all its terms conditions and deposit with the purchase officer a written agreement to this effect The contractors receipt for acknowledgement or that of any partners subsequently accepted as above shall bind all of them and will be sufficient to discharge for any of the purpose of the contract 4 Sales Tax VAT Registration and Clearance Certificate No Dealer who is not registered under the Sales Tax Act prevalent in the state where his business is located shall tender The Sale Tax VAT Registration Number should be quoted and a sales tax VAT clearance certificate from the commercial taxes officer of the circle concerned shall be submitted without which the tender is liable to rejection 5 Tender forms shall be filled in ink or typed No tender filled in pencil shall be considered The tenderer shall sign the tender form at each page and at the end in token of acceptance of all the terms and conditions of the tender 6 Rate shall be written both in words and figures There should not be errors and or over writings Corrections if any should be made clearly and initialed w
4. adequate regular supply of spare part consumable or non consumabled needed for the same whether under A M C or otherwise In case of change of authorized distributor Dealer Indian Agent we will inform The Principal RUHS CMS Jaipur amp concerned hospital according The new dealer agent will be responsible for after sales service and annual maintenance amp repairs contract as above In case of failure of tenderer of new dealer we will be directly responsible for the after sale service of the equipment as items amp conditions of the tender contract SIGNATURE OF PRINCIPAL MANUFACUTURE Note This undertaking should be typed amp signed by Principal Manufacturer on his Original Letter Pad Signature of Tenderer with seal Page 16 of 27 Annexure 3 Annexure B Declaration by the Bidder regarding Qualification Declaration by the Bidder In relation to my our Bid submitted to cece cece cence eee ence neeees for procurement OD esdoncontrutectes tench sue sean in response to their Notice Inviting Bids NO sre aeien Dated I We hereby declare under section 7 of Rajasthan Transparency in Public Procurement Act 2012 that I We possess the necessary professional technical financial and managerial resources and competence required by the Bidding Document issued by the procuring Entity I We have fulfilled my our obligation to pay such of the taxes payable to the Union and the state Government or any loca
5. be responsible for any loss shortage or damage and shall have the right to dispose of such articles as he thinks fit at the tenderer s risk and on his account The tenderer shall be responsible for the proper packing so as to avoid damage under normal conditions of transport by sea rail and road or air and delivery of the material in good condition to the consignee at destination In the event of any loss damage breakage or leakage or any shortage the tenderer shall be liable to make good such loss and shortage found at the checking inspection of the materials by the consignee No extra cost on such account shall be admissible The contract for the supply can be repudiated at any time by the purchase officer if the supplies are not made to his satisfaction after giving an opportunity to the tenderer of being heard and recording of the reasons for repudiation Direct or indirect canvassing on the part of the tenderer or his representative will be a disqualification i Delivery period The tenderer whose tender is accepted shall arrange supplies within a period of 30 days from the date of supply order by as under ii Extent of quantity Repeat orders if the orders are placed in excess of the quantities shown in the tender notice the tenderer shall be bound to meet the required supply Repeat orders may also be placed on the rate and conditions given in the tender provided that the repeat orders are upto 50 of the quantity originally pu
6. deposit The decision of the purchase officer in this regard shall be final 4 The expenses of completing and stamping the agreement shall be paid by the tenderer and the department shall be furnished free of charge with one executed stamped counter part of the agreement i All goods must be sent freight paid through Railways or goods transport if goods are sent freight to pay the freight together with departmental charge 5 of the freight will be recovered from the supplier bills ii R R should be sent under registered cover through bank only iii Remittance charges on payment made shall be borne by the tenderer Insurance i The goods will be delivered at the destination godown in perfect condition The supplier if he so desires may be insured the valuable goods against loss by theft destruction or damage by fire flood under exposure to whether or otherwise viz war rebellion riot etc The insurance charges will be borne by the supplier and RUHS CMS will not be required to pay such charges if incurred The articles may also be got insured at the cost of the purchaser if so desired by the purchaser in such cases the insurance should invariably be with life Insurance Corporation of India or its subsidiaries Payments i Payment for the delivery of the store will be made on submission of bill in proper form by the tenderer to the Purchase Officer in accordance with GF amp AR all remittance charges will be borne by the tender
7. equipment as a whole is kept in well working condition during the full period of contract besides the time reasonably amp naturally required in rectification servicing etc The points of disputes being mutually decided on which the decision of the RUHS College of Medical Sciences Jaipur shall be final amp binding on firm subject to arbitration During the warranty and C A M C period the fault will be attended within a period of 24hours otherwise a penalty of Rs 10 of C A M C C M C cost per day will have to be paid Notwithstanding anything contained herein above the undersigned reserves the right to alter waive or modify any of the above condition in any particular specific case for special reason in accordance with special circumstances conditions of the case mutually of otherwise in public interest of service If any dispute arise out of the contract with regard to the interpretation meaning and breach of the terms of the contract the matter shall be referred to by the parties to Principal RUHS College of Medical Sciences Jaipur who will appoint his officer as the sole arbitrator of the dispute who will not be related to this contract and whose decision shall be final Signature of Tenderer with seal Page 11 of 27 55 All legal proceedings if necessary arise to institute may be any of the parties Government or contractor shall have to be lodged in court situated at Jaipur and not elsewhere along with the price for the regular wo
8. officer 2 Earnest Money required should be as per terms and condition in the following manner only should be in the name of Principal RUHS College of Medical Sciences Jaipur otherwise tender will not be considered It will be in form of Demand Draft Banker s cheque of the scheduled Bank 3 Latest Sales Tax VAT clearance certificate and declaration certificate should be enclosed along with the tender 4 Validity of rates and tender should be one year from the opening date of tender 5 All the terms and condition are to be accepted by the firm and any counter condition if imposed will not be considered 6 Technical amp Financial Bid should be submitted in two separate sealed envelope marked clearly Technical Bid or Financial Bid as the case may be TECHNICAL BID The envelope should contains a On the top of technical bid envelop Sr No Name of item and date of technical bid should be mentioned Name of Firm and address should also be written on the envelop itself b This envelop should contain the required Earnest Money prescribed as per the NIT c Sale tax vat clearance certificate d All the technical specification and details of the tendered Item and technical specification in tabular from In absences of the above or wrongly placing the required documents in any other envelop or not mention the desired information at the specified place column the bid will not be considered and will be rejected e Authorizat
9. tenderer If any custom duties paid for clearance of the consignment initially it shall be paid by tenderer And the same shall be reimbursed after production of documentary evidence at actual as per Govt Rules In case any demurrage charges is paid to release the consignment from custom it will be born by tenderer SIGNATURE OF TENDERER WITH SEAL Signature of Tenderer with seal Page 14 of 27 Annexure 1 SR FORM 11 RUHS COLLEGE OF MEDICAL SCIENCES JAIPUR SECTOR 18 KUMBHA MARG PRATAP NAGAR TONK ROAD JAIPUR DECLARATION BY TENDERERS We hereby declare that we are Bona fide Manufacture Authorized whole sellers sole distributors authorized dealer distributors sole selling Marketing agent in the goods stores equipments for which we have tendered If this declaration is found to be incorrect then without prejudice to any other action that may be taken our security may be forfeited in full and the tender if any to the extent accepted may be cancelled Signature of Tenderer With Rubber Stamp CERTIFICATE The contractor shall furnish the following certificate along with the bill for payment of supplies made against the rate contract I We certify that there has no reduction in sale price of the stores of description identical to the stores supplied to the Govt under the contract here in and such stores have not been offered sold by me use to any organization including the purchase or any Deptt of S
10. the officer to refer catalog of literature will not be entertained 3 If the tenderer wants to offer more than one Model Optional Photocopies of this sheet may be used for each Model ITEM NO amp NAME S No Technical Features Any Corresponding Technical Remarks if Specification point available Deviation Page No Para No Committee any wise in from of Report equipment Specifications Literature Catalog write Enclosed Yes No 1 2 3 4 5 6 7 1 2 3 4 5 6 7 8 Signature of Tenderer with Seal Signature of Tenderer with seal Page 18 of 27 For Instruments amp Equipments Only OFFICE OF THE PRINCIPAL RUHS COLLEGE OF MEDICAL SCIENCES JAIPUR FOLLOWING POINTS TO BE NOTED WHILE FILLING FINANCIAL BID 1 This Bid should be submitted in separate envelope with clear marking that it is Financial Bid Envelope 2 The Financial Bid should compulsorily be in this sheet only Any Financial information mentioned elsewhere or in different form shall be liable not to be considered 3 All rates quoted must be FOR RUHS CMS Jaipur and in Indian Rupees 4 Rates quoted should include all expenditure upto Destination point including Freight Insurance if any Excise customs etc except RST CST should be shown separately 5 For every Model Financial bid should be submitted separately 6 Separate Financial Bid in the same Format should be submitted for each
11. a specific type of machinery and equipments whether under their annual maintenance and repairs rate contract or otherwise In case of change of model he will give sufficient notice to the purchase officer who may like to purchase spare parts from them to maintain the machinery and equipments in perfect condition Inspection a The Purchase Officer of his duly authorized representative shall at all reasonable time have access to the suppliers premises and shall have the power at all reasonable time to inspect and examine the materials and workmanship of the goods equipment machineries during manufacturing process or afterwards as may be decided b The tenderer shall furnish complete address of the premises of his office godown and workshop where inspection can be made together with name and address of the person who is to be contacted for the purpose In case of those dealers who have newly entered in business a letter of introduction from bankers will be necessary Samples Tenderer for articles marked within the schedule shall be accompanied by two set of samples of the articles tendered properly packed Such samples if submitted personally will be received in the office A receipt will be given for each samples by the officer receiving the samples Samples if sent by train etc should be registered cover Samples for catering goods items should be given in a plastic box or in polythene bags at the cost of the tenderer Each sample shall be
12. arora ANAP vd yerai WALT Ags Asldencty TAGR GFCR 18 BAT APT WaT AIX TAG 302033 GRAY 01412795524 HAT 0141 2791803 po Sie Sf SERY OF SENS Perry aaa No Store RUHS CMS 2014 15 10679 Date 10 02 2015 palaa AAPA vd wera UAT ABs Feller TAR WACR 18 HAT AMT WATT AI SAYR 302033 GRAIN 0141 2795524 No Store RUHS CMS 2014 15 10679 Date 10 02 2015 Notice Inviting Bids Sealed bids are invited upto 02 00 p m of 13 03 2015 received bids will be opened at 03 00 pm same date for supply amp Installation Various items equipments for Various Clinical Depts of Govt R D B P Jaipuria Hospital Jaipur attached Hospital of RUHS College of Medical Sciences Jaipur Rajasthan 1 Dept of General Medicine Total Est Cost Rs 8 41 250 00 2 Dept of Obs amp Gynee Total Est Cost Rs 18 69 250 00 3 Dept of Ophthalmology Total Est Cost Rs 30 75 000 00 4 Dept of E N T Total Est Cost Rs 35 00 000 00 5 Dept of General Surgery Total Est Cost Rs 2 10 000 00 6 Dept of Orthopedics Total Est Cost Rs 1 31 000 00 7 8 9 1 Dept of Pediatrics Total Est Cost Rs 10 70 000 00 Dept of Dentistry Total Est Cost Rs 25 54 500 00 Dept of Forensic Medicine Total Est Cost Rs 95 000 00 0 Various Medical Equipments Item Total Est Cost Rs 1 19 41 695 00 Details may be seen in the bid documents after 4 00 pm of 11 02 2015 at RUHS website www ruhsraj org and www ru
13. be able to run on mains and or inbuilt battery with power supply of 220 240 V 50 60Hz with DC adaptor Should be US FDA and CE approved certificate to be submitted ISO 9001 certified manufacturer certificate to be submitted Smooth surface finishing allows for easy cleaning disinfection The scales are only cleaned with normal disinfectants All vital parts made of rust proof materials Splash proof and shock resistant light weight body Training and installation at end user site Should have local service facility and should have the necessary equipments to carry out preventive maintenance test Onsite physical demonstration and training of the equipment to all the end users with all the requested facilities will be mandatory Availability of spares for at least 3 years after date of installation Items covered under warranty CMC 1 Prices of consumables should be quoted separately and the prices should be frozen for the period of 3 years The unit shall be capable of being stored 25 000 00 500 00 Signature of Tenderer with seal Page 25 of 27 2T I MI IV VI VII continuously in ambient temperature of 0 50deg C and relative humidity of 15 90 The unit shall be capable of operating in ambient temperature of 20 30 deg C and relative humidity of less than 70 28 Supplied with O01 x spare set of fuses User manual with trouble shooting guidance in English Technical manual with mainte
14. c Temperature sensor 4 nos Total 8 nos with 2 units Following disposable items with each unit should be provided for three years to be supplied partially every year for 3 year Signature of Tenderer with seal Page 21 of 27 a Disposable circuits complete sets 25 nos per unit per year b Reusable circuits complete sets 5 nos per unit per year c Nasal prongs High quality soft and pliable Hudson type Argyle nasal prongs including cap material required for fixation small 20 nos and medium 10 nos and 10 nos large size with each unit per year d Nasal masks Good quality non traumatic nasal masks Small 10 nos and Medium 10 per year nos That means 20 nos small and 20 nos medium per year with 2 units Trans Cutaeneus Bilirubinometer 10 11 12 13 14 15 16 17 18 Light weight portable unit Multi wavelength spectral reflectance meter Provides measurement of total serum bilirubin reported in mg dL or micromol L Measurement rage 0 to 20 mg dL 0 340 micromol L Light source should be pulse xenon arc lamp Silicon photodiodes detector Should have a reusable measuring probe which can be cleaned with disinfectant Should have an in built battery Large easy to read display Should have a charging station Should work with all skin colour Should be European CE and US FDA approved product and the certificate must be submitted The price quoted in the fina
15. ce of any hindrance he shall apply in writing to the authority which has placed the supply order for the same immediately on occurrence of the hindrance but not after the stipulated date of completion of supply 5 Delivery period may be extended with or without liquidated damages if the delay in the supply of goods is on account of hindrances beyond the control of the tenderer Recoveries Recoveries of liquidated damages short supply breakage rejected articles shall be ordinary made from bills Amount may also be with held to the extent of short supply breakage rejected articles and in case of failure in satisfactory replacement by the supplier along with amount of liquidated damages shall be recovered from his dues and security deposit available with the department In case recovery is not possible recourse will be taken under Rajasthan PDR Act or any other law in force Tenderers must make their own arrangements to obtain import license necessary If a tenderer impose conditions which are in addition to or in conflict with the conditions mentioned herein his tender is liable to summary rejection In any case none of such conditions will be deemed to have been accepted unless specifically mentioned in the letter of acceptance or tender issued by the Purchase Officer The Purchase Officer reserves the right to accept any tender not necessarily the lowest reject any tender without assigning any reasons and accept tender for all or anyone or mo
16. e paid by the department on the security money iv The forms of security money shall be as below a Bank Draft Bankers Cheque v The security money shall be refunded within one month of the final supply of the items as per purchases order in case of one time purchase and two months in case delivery is staggered after the expiry of contract on satisfactory completion of the same or after the expiry of the period of warranty if any whichever is later and after satisfied there are no dues outstanding against the tenderer 2 i Firms registered with the Director of Industries Rajasthan in respect of stores for which they are registered subject to their furnishing the registration in original from the Director of Industries or a Photostat copy or a copy thereof duly attested by any Gazetted Officer will be Signature of Tenderer with seal Page 8 of 27 30 31 ii 32 33 partially exempted from earnest money and shall pay security deposit at the rate of 1 of the estimated value of tender 11 Central Government and Government of Rajasthan s Undertakings will be exempted from furnishing security amount 3 Forfeiture of security Deposit Security amount in full or part may be forfeited in the following cases a When any terms and conditions of the contract is breached b When the tenderer fails to make complete supply satisfactorily c Notice of reasonable time will be given in case of forfeiture of security
17. er ii In case of disputed items the amount shall be with held and will be paid on settlement of the dispute iii Payment in case of those goods which need testing shall made only when such test have been carried out test results received confirming to the prescribed specification i The time specified for delivery in the tender form shall made be deemed to be the essence of the contract and the successful tenderer shall arrange supplies within the period on receipt of the firm order from the Purchase Officer ii Liquidated damages In case of extension in the delivery period with liquidated damages the recovery shall be made on the basis of following percentage of value of store which the tenderer has failed to supply 1 a delay upto one fourth period of the prescribed delivery period 2 5 b delay exceeding in one fourth but not exceeding half of the prescribed period 5 c delay exceeding half but not exceeding three fourth of the prescribed period 7 5 d delay exceeding three fourth of the prescribed period 10 2 Fraction of a day in reckoning period of delay in supplies shall be eliminated if it is less than half a day 3 The Maximum amount of liquidated damages shall be 10 Signature of Tenderer with seal Page 9 of 27 34 35 36 37 38 39 40 41 42 43 44 45 46 4 If the supplier requires an extension of time in completion of contractual supply on account of occurren
18. er of the RUHS CMS A price charging certificate should be furnished to the effect that the rates offered are reasonable and justified we are not marketing lower rates to other department on conditions of the tender and contract If the firm fails to execute the supply order with in stipulated time period then the purchase officer shall be free to arrange the supply from another tenderer on his risk and cost Supplies when received shall be subject to inspection to ensure whether they conform to the prescribed approved specifications Firm should submit comprehensive warranty for 3 years including spare parts and onward comprehensive annual maintenance repair contract for seven years after expiry of the warranty period as per tender conditions no 51 In case of Instruments amp Equipments An undertaking should be submitted by PRINCIPAL MANUFACTURE as per Annexure 2 with tender without which tender will be liable to rejections The firms to submit the technical specification form by incorporating all Individual technical specification by mentioning Yes No and Positive or Negative Deviation If any with complete details Incomplete technical bids will not be considered all The firms to enclose the Original printed literature Brochures if any photocopy will not be accepted Delivery period will be as under Within 30 days from the date of the supply order For imported Items Clearance of the consignment from customs will be done by the
19. he standard of prescribed specification as a result of such test Drawl of Samples In case of tests samples shall be draw in four sets in the presence of tenderer of his authorized representative and properly sealed in their presence Once such set shall be given to them one of two will be sent to the laboratories and or testing house and the third or fourth will be retained in the officer for reference and record Signature of Tenderer with seal Page 6 of 27 20 21 22 23 24 25 26 27 Testing Charges Testing chares shall be borne by the RUHS CMS In case urgent testing is desired to be arranged by the tenderer or in case of test results showing that supplies are not up to the prescribed standards or specification the testing charges shall be payable by the tenderer Rejection i Articles not approved during inspection or testing shall be rejected and will have to be replaced by the tenderer at his own cost within the time fixed by the purchase officer ii If however due to exigencies of RUHS CMS work such replacement either in whole or in part is not considered feasible the purchase officer after giving an opportunity to the tenderer of being heard shall for reasons to be recorded deduct a suitable amounts from the approved rates The deduction so made shall be final The rejected articles shall be removed by the tenderer within 15 days of intimation of rejection after which Purchase Officer shall not
20. hority Firm should submit warranty for minimum period of three years with spare amp parts on wards comprehensive annual maintenance contract C A M C for seven years 4 of basic value for first year with 5 of Comprehensive annual contract charges increase in subsequent years Guide lines for service contract l I2 53 54 The proposals for maintenance of equipment should be submitted for 7 years after warranty period of minimum three years with spare parts Quarterly preventive maintenance amp any number of break down calls as amp when required will be provided under service contract The firm will depute their service engineer for break down calls within 24hrs from the intimation from institute In the event of failure on the part of the firm in attending to the preventive maintenance visit or in attending breakdown calls within 24hrs The Principal RUHS CMS Jaipur undersigned will have the right to make the recovery by way of compensation 2 of the AMC contract value per day However firm shall not be responsible for delay in services due to non availability of spares or due to any reason beyond its control amp the duration of service contract will be increased extended by such period The payment will be made quarterly Half Yearly Yearly after satisfactory service within 30 days from the date of receipt of the bill Notwithstanding anything here in above provided it will be the responsibility of firm to see that the
21. hscms org or the website of State Public Procurement Portal sppp raj nic in OSD amp Principal RUHS College of Medical Sciences Jaipur Signature of Tenderer with seal Page 1 of 27 Tender Document for Supply and installation of Various Equipments Item for Dept of Paediatrics Total Est Cost Rs 10 70 000 00 Signature of Tenderer with seal Page 2 of 27 1 10 11 12 13 14 15 RUHS COLLEGE OF MEDICAL SCIENCES JAIPUR RAJASTHAN TENDER FORM Must be filled by the tenderer Pender KO AE EE EEE EAE A Name of the article for which the tender is submitted Name and postal Address of the firm who submitted the Tender Addressed to the PRINCIPAL RUHS COLLEGE OF MEDICAL SCIENCES JAIPUR Reference Tender Notice No eesseseeseeereresrrssrersrrsrisrersessresrersresree Datenisriisa The tender form and tender fees Rs 1000 for all items has been deposited vide Demand Draft Banker s Chaque We agree to abide by all the conditions mentioned in tender notice No sssssssesesssesseees dated sehen ies issued by the RUHS CMS Jaipur and also agree to further terms and conditions of the said tender notice given in attached sheets all the pages of which has been signed with stamp by us in token of our acceptance of the terms amp conditions mentioned therein Goods will be delivered in stipulated delivery period at to RUHS CMS Jaipur The rates quoted are valid for one year from the date of open
22. icles or such portion thereof as may be discovered not to confirm to the said description and quality on such rejection the goods articles stores will be at the sellers risk and all the provision relating to rejection the goods etc shall apply The tenderer shall if so called upon to do replace the goods etc or such portion thereof as is rejection by the Purchase Officer otherwise the tenderer shall pay such damage as may arise by reason of the breach of the condition here in contained Nothing here in contained shall prejudice any other right of the purchase officer in that behalf under this contract of otherwise iv In case of machinery and equipment also warranty will be given as mentioned in clause v Above and the tenderer shall during the warranty period replace the parts if any and remove any manufacturing defect if found during the above period so as to make machinery and equipments operative The tender shall also replace machinery and equipment in case it is found defective which cannot be put to operation due to manufacturing defect etc vi In case of machinery and equipment specified by the purchase officer the tenderer shall be responsible for carrying out annual maintenance and repairs on the terms and conditions as may be agreed The tenderer shall also be responsible to ensure adequate Signature of Tenderer with seal Page 5 of 27 13 14 15 16 17 18 19 regular supply of spare parts needed for
23. ing of tender The period can be extended with mutual consent Bank Draft Banker s Cheque No Dated sissesaceccidexe drawn on Name of Bank M E E E ET as Earnest Money is enclosed 2 of the Est Cost of each item quoted Sales Tax VAT Registration amp Sales VAT Tax Clearance Certificate are submitted herewith Latest Authorization letter issued by manufacturer importer is enclosed Declaration and Undertaking is enclosed Technical Bid Compliance sheet is enclosed Financial Bid in Sealed Envelope is submitted separately We agree for three years warranty period With Spare Parts and Seven Years Comprehensive Annual Maintenance Contract With Spare Parts after warranty Seven Years C A M C With Spare Parts after warranty will be required only for Item No 1 2 4 5 7 amp 11 Signature of Tenderer With Rubber Stamp Signature of Tenderer with seal Page 3 of 27 RUHS COLLEGE OF MEDICAL SCIENCES JAIPUR RAJASTHAN CONDITION OF TENDER AND CONTRACT FOR OPEN TENDER Note Tenderer should read these conditions carefully and comply strictly while sending their tenders 1 Tenders must be enclosed in a properly sealed envelope according to the directions given in the tender notice 2 Tenders by Bona fide dealers Tenders shall be given only by bona fide manufacturer Authorized Dealer Distributor in the goods They shall therefore furnish a declaration in the Annexure 1 SR FORM 11 3
24. ion Letter issued by Manufacturer Importer should be enclosed as per annex 2 f Consent for acceptance of Warranty Period and Comprehensive Annual Maintenance Contract as per tender Conditions FINANCIAL BID The envelope should contain a On the top financial bid envelope Sr No Name of items name of Firm should be mentioned on the envelope itself This envelope should contain the rate of item in words and figure invariably The rate should include all incidental expenses Such as freight packing charges Insurances etc However the rate of taxes to be charged from the department such as Excise Duty Customs CST RST should be shown separately Any overwriting cutting should be attested by the authorized signatory of the supplier Conditional tenders are not acceptable and liable to rejected The tender should be submitted only by those firms who are manufactures Authorized Distributors Dealer Indian Agent of product A specific Authorization in the name of RUHS College of Medical Sciences Jaipur against this NIT should be enclosed with tender otherwise your tender will not be considered for particulars items Signature of Tenderer with seal Page 13 of 27 8 10 11 12 13 14 15 16 17 Payment will be made in Indian Currency after acceptance and approval of the suitability of the supplies based on technical laboratory test duly verified by the head of the department concerned or any authorized offic
25. ith dates The rates should mention element of the Rajasthan State Sales Tax and Central Sales Tax Separately 7 All rates quoted must be FOR destination and should include all incidental charges octroi Central Rajasthan Sales Tax which should be shown separately In case of local supplies the rates should include all taxes etc The delivery of the goods shall be given at the premises of Rajasthan University of Health Sciences Jaipur 8 i Comparison of Rates In comparing the rates tendered by firms outside Rajasthan and those in Rajasthan but not entitled to Price Preference under the Rules the element of Rajasthan Sales Tax shall be excluded whereas that of Central Sales Tax shall be included ii While comparing the rates in respect of firms within Rajasthan the element of Rajasthan Sales Tax shall be included 9 Validity Tenders amp Rates shall be valid for a period of one year from the date of opening of tender Signature of Tenderer with seal Page 4 of 27 10 11 12 The approved supplier shall be deemed to have carefully examined the conditions specification size make and drawings etc of the goods to be supplied If he has any doubts as to the meaning of any portion of these conditions or of the specification drawings etc he shall before signing the contract refer the same to the purchase Officer and get clarifications The contractor shall not assign of sub let his Contract or any substantial part
26. l authority as specified in the Bidding Document I We are not insolvent in receivership bankrupt or being wound up not have my our affairs administered by a court or a judicial officer not have my our business activities suspended and not the subject of legal proceedings for any of the foregoing reasons I We do not have and our directors and officers not have been convicted of any criminal offence related to my Our professional conduct or the making of false statements or misrepresentations as to my our qualifications to enter into a procurement contract within a period of three years preceding the commencement of this procurement process or not have been otherwise disqualified pursuant to debarment proceedings I We do not have a conflict of interest as specified in the Act Rules and Bidding Document which materially affects fair competition Date Signature of bidder Place Name Designation Address Signature of Tenderer with seal Page 17 of 27 Annexure 4 For Instruments amp Equipment Only OFFICE OF THE PRINCIPAL RUHS COLLEGE OF MEDICAL SCIENCES JAIPUR FORMAT FOR TECHNICAL BID COMPLIANCE SHEET 1 The Technical Compliance Bid must be in this sheet only otherwise it will be assumed that Bidder is not able to offer Technical desired product Information provided elsewhere or in any different form will not be considered 2 All the columns of this sheet should be filled is compulsory by the tenderer merely asking
27. marked suitably either by written on the samples or on a slip of durable paper securely fastened to the sample the name of the tenderer and serial number of the item of which it is a sample in the schedule Approved samples would be retained free of cost upto the period of six months after the expiry of the contract The RUHS CMS shall not be responsible for any damage wear and tear or loss during testing examination etc during the period these sample are retained The sample shall be collected by the tenderer in the expiry of stipulated period The RUHS CMS shall in no way make arrangements to return the samples The samples uncollected within 9 months after expiry of contract shall be forfeited by the RUHS and no claim for their cost ect shall be entertained Sample not approved shall be collected by the unsuccessful tenderer The RUHS CMS will not be responsible for any damage wear and tear of loss during testing examination etc during the period these samples are retained The uncollected samples shall be forfeited and on claim for their cost etc shall be entertained Supplies when received shall be subject to inspection to ensure whether they conform to the specification or with the approved samples Where necessary or prescribed or practical tests shall be carried out in Government laboratories reputed testing house like Sri Ram Testing House New Delhi and the like and the supplies will be accepted only where the articles conform of t
28. nance and first line technical intervention instructions in English List of priced spare parts Rates of consumables to be quoted separately List with name and address of technical service providers in India Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out 8 Infrared Vein 1 It should be vein locator with clear imaging 02 10 000 00 200 00 Locator 2 It should not cause any radiation harm no heat production 3 It should have safe infrared light source and no laser light 4 It should be provided with 5 LED display screen 5 It should be provided with one additional rechargeable battery 6 It should be light weight easy to carry easy to operate 9 Infentometer 1 Measuring length of babies and infants 3 3 000 00 60 00 2 Measuring length 33 to 100 cm 3 Graduation 1mm 4 Baby surface curved to place the babies in right position 5 Edges not sharp to prevent injury to the baby 6 The head and foot positioners lockable 10 Stadiometer 1 Capacity 150 Kg 3 1 50 000 00 3000 00 2 Graduation 1OOg 3 Can measure wiight height and automatic BMI Body Mass Index calculation 4 Automatic zero setting 5 Operable on mains and rechargeable batteries 6 Stadiometer with head rod attached to weighing scale 7 Remote digital display 8 Measuring range 60 180cm 9 Graduation 1mm
29. ncial bid should include the cost of the equipment along with the cost of the first three thousands measurements of jaundice done with the Equipment Items covered under warranty CMC a Prices of consumables should be quoted separately and frozen for the period of Warranty and CMC period The unit shall be capable of being stored continuously in ambient temperature of 0 50deg C and relative humidity of 30 90 The unit shall be capable of operating in ambient temperature of 20 40 deg C and relative humidity of less than 70 Should have local service facility and should have the necessary equipments to carry out prventive maintenance test Onsite physical demonstration and training of the equipment to all the end users with all the requested facilities will be mandatory 2 50 000 00 5000 00 Signature of Tenderer with seal Page 22 of 27 19 Availability of spares for at least 7 years after date of installation Supplied with 1 Charging unit with calibration checker 2 User manual with trouble shooting guidance in English 3 Technical manual with maintenance and first line technical intervention instructions in English 4 List of priced spare parts 5 Rates of spare parts to be quoted separately 6 List with name and address of technical service providers in India Exchange 1 Each set of should contain following instruments 2 Sets 20 000 00 400 00 Transfusion Set a Curved Mosquito Iri
30. ng with the catalogue and technical data must be enclosed with the tender to facilitate the technical expert in selection of items Performance report of the equipment by the institution whether it is already in use any where is to be attached with the tender form if it is not practicable the supplier should enclose a list of institutions where equipments have been supplied The Indian Agents are liable to install and demonstrate the articled in this institution successfully satisfactorily within 30 days from the dispatch of the letter otherwise penalty will be imposed as per 33 ii The pre requisite for installation if any required the tendered should submit the details of the same along with tender invariably Signature of Tenderer with seal Page 10 of 27 47 48 49 50 51 The circuit diagram amp Manual of the equipment will have to be provided along with the supply invariably by the supplier The tenderer should also submit a list of recommended spare consumables etc for two year use along with the price for the regular working of equipment The tenderer will undertake the warranty of after sales service and availability of spare parts for the period of 3 Years and service after 7 years and more along with availability of spare parts The tenderer will establish service engineering branch at nearby place to provide service in the case of failure of the unit within 24 hours on receipt of the information from competent aut
31. nment and Government of Rajasthan Undertaking need not furnish any amount of earnest money v The earnest money security deposit lying with the Department office in respect of other tenders awaiting or approval or rejected or on account of contract being completed will not be adjusted towards earnest money security money for the fresh tenders The earnest money may however be taken into consideration in case tenders are re invited Forfeiture of earnest money The earnest money will be forfeited in the following cases i When tenderer withdraws or modifies the offer after opening of tender but before acceptance of tender ii When tenderer does not execute the agreement if any prescribed within the specified time iii When the tenderer does not deposit the security money after the supply order is given iv When he fails to commence the supply of the items as per supply order within the time prescribed 1 Agreement and Security deposit 1 Successful tenderer will have to execute an agreement in the Form 17 with in a period of 7 days of receipt of order and deposit security equal to 5 of the value of the stores for which tenders are accepted within 15 days from the date of dispatch on which the acceptance of the tender is communicated to him ii The earnest money deposited at the time of tender will be adjusted towards security amount The security amount shall in no case be less than earnest money 111 No interest will b
32. ogeneous bright exposure and an unobstructed view of the ear canal and tympanum Integrated Insufflation port Offers proper tympanic mobility testing Should be provided with following accessories Rechargable bettarry along with adapter Reusable tips for otoscope Soft Disposable tips for reusable tips Reusable Specula Disposable Ear Specula Tip Adaptor Insufflation Bulb Shouid be ISO FDA approved 2 000 00 40 00 Signature of Tenderer with seal Page 24 of 27 3 in 1 digital weighing Machine I I MI 21 22 23 24 25 26 Microprocessor based digital electronic weighing scale with facility to weigh lying down as well as standing baby Weight range 0 120 kg Accuracy 5gms 0 2 0z resolution 5 gms 0 2 oz Minimum weight measurement 20 gms Weighing unit Standard display in grams and should have kg lbs switch over Functions Tare Automatic switch off Auto hold Should have Tare range up to 120 kg Automatically switches off after 5 10minutes of non use Should have a inbuilt handle as well as the carrying case to make the battery powered scale easy to transport and anywhere to use Bassinet curved surface to prevent fall of baby Basinet size 600 x 300 mm 25mm Made up of high quality sturdy plastic acrylic tray easy to clean LED display should be large enough to be visible from a distance of 3 4 feet to a normal eye The unit should
33. optional item of different model Photocopies of the Financial Bid Format may be used for this purpose 7 Payment of AMC charges will be made on Quarterly basis only after the receipt of AMC visit report duly signed amp verified by the concerning Department Incharge No Advance payment will be made under any circumstances I We herby agree to above points Signature of Tenderer with Seal Enclosed Financial Bid format duly filled signed amp sealed Signature of Tenderer with seal Page 19 of 27 Annexure 5 OFFICE OF THE PRINCIPAL RUHS COLLEGE OF MEDICAL SCIENCES JAIPUR Format of Financial Bid 1 Name of Department 2 Name of Item 3 S No of Item FORMAT OF FINANCIAL BID FOR ITEM NO S No PARTICULARS PRICE IN INDIAN RUPEES FIGURES amp WORDS FOR l Unit price Excluding Sales Tax VAT CST as per rules Rates quoted must be inclusive of three year comprehensive Warranty including spare parts De Sales Tax VAT CST as per rules if any in Rupees 3 Price valid for Tender Column 1 2 Signature of Tenderer with Seal amp Address Signature of Tenderer with seal Page 20 of 27 S No Name of the Specifications Qty Total Est EMD in Equipment Cost in RS Rs 1 Bubble CPAP 1 Should be light weight easily portable reliable 02 2 60 000 00 5200 00 and sturdy 2 CPAP generator e Option of pressure setting from 3 to 12 cm H20 e Should have a de
34. rchased and the period is not more then one month from the date of expiry of last supply If the tenderer fails to do so the purchase Officer shall be free to arrange for the balance supply by limited tender or otherwise and the extra cost incurred shall be recoverable from the tenderer iii if the purchase officer does not purchase any of the tenderer articles or purchase less than the quantity indicated in the tender from the tenderer shall not be entitled to claim any compensation Earnest Money a Tender shall be accompanied by an earnest money without which tenders will not be considered The amount should be deposited in either of the following forms in favour of Principal RUHS College of Medical Sciences Jaipur Signature of Tenderer with seal Page 7 of 27 28 29 i Bank Drafts Bankers Cheque of the Scheduled Bank ii Refund of earnest money The earnest money of unsuccessful tenderer shall be refunded soon after final acceptance of tender iii Partial exemption from earnest money Firms which are registered with Director of Industries Rajasthan shall furnish the amount of earnest money in respect of items for which they are registered as such subject to their furnishing registration certificate in original or photostat copy or a copy there of duly attested by any Gazetted Officer from the Director of Industries Rajasthan at the rate of 2 of the estimated value of the tender shown in NIT iv The Central Gover
35. re of the articles for which tenderer has been given or distribute items of stores to more than one firm supplier The tenderer shall furnish the following documents at the time of execution of agreement i Attested copy of Partnership Deed in case of Partnership Firm ii Registration number and year of registration in case of partnership firm is registered with Registrar of Firms iii Address of residence and office telephone numbers in case of sole proprietorship iv Registration issued by Registrar of Companies in case of company Price Preference Price preference will be given to the goods produced or manufactured by Industries of Rajasthan over goods produced or manufactured by industries outsides Rajasthan as per purchase of Stores rules All legal proceeding if necessary arise to institute may by any of the parties Government or Contractor shall have to be lodged in court situated in Jaipur and not elsewhere The rate must be quoted including all accessories required for installation of equipment In case the items are free from custom duty the tenderer should mention clause under which the items are free from custom duty The proof of this should be attached The imported items in readily stock with the Indian Agent could be purchased in Indian Currency provided the certificate produced by the Indian agent to this effect that the cost quoted by them does not include customs duty and is competitive Complete literature alo
36. rking of equipment Fall Clause 56 57 58 The prices charged for the stores supplied under the contract by the contractor shall in no event exceed the lowest price at which the contractor sells the stores or offers to sell the stores of identical description to any person organization including the purchase of any Deptt of the central Govt or any Deptt Of state Govt or any statutory undertaking of the central or state Govt as the case may be during the period till performance of all supply orders placed during the Currency of the rate contract is completed If at any time during the said period the contractor reduces the sale price sells or offers to sell such stores to any organization including the purchase or any Deptt Of Central Govt or any Deptt Of state Govt or any statutory undertaking of the Central or State Govt as the case may be at a price lower than the price chargeable under the contract be shall forth with notify such reduction or sale or offer to sale to the Principal RUHS College of Medical Sciences Jaipur and the price payable under the contract for stores supplied after the date of coming into force of such reduction of sale or offer to sales shall stand correspondingly reduced The above stipulation will however not apply to a Export by the contractor b Sale of goods such as original equipment at prices lower than prices charged for normal replacement c Sale of goods such as drugs has expiry dates d
37. s Forceps 2 b Straight Mosquito Iris Forceps 2 c Tooth Forceps 2 d Non tooth Forceps 2 e Needle Holder 2 f Curved Mosquito Artery Forceps 4 g Straight Mosquito Artey Forceps 4 h Towel Holder clips 4 i Straight Cutting scissor Small 2 j Curved cutting scissor small 2 k small size bowels 2 l kidney trey small size 2 m Medium sized instrument tray 1 n Hole towel 4 2 Instruments should be high quality US FDA approved Bili Blanket 1 Compact and portable unit 2 2 00 000 00 4000 00 2 Weight less than 4Kg 3 Fibro optic pad a Soft to prevent skin injury b Can be disinfected with standard solutuins 4 High irradiance at least 50 microwatt cm2 nm 5 Timer to track phototherapy hours 6 Cable highly flexible for easy maneuverability 7 Irradiance output controller 8 Uniform irradiance over the pad variation lt 2microwatt cem2 nm when measured at four corners and centre 9 Fan to cool the unit 10 FDA CE approved Scope of supply with each unit a Spare lamps 10 nos b Disposable vest 20 nos c Disposable pad cover 40 Infant Flow 1 Flow Driver able to deliver pressures of0 12cm 1 1 00 000 00 2000 00 Driver H20 2 2 Should have a bar graph pressure manometer for displaying the delivered pressure Signature of Tenderer with seal Page 23 of 27 Sn 10 11 12 13 14 15 Electronically controlled CPAP over pressure release valve High and low alarms for press
38. tachable overflow container e Should deliver the intended pressure constantly and accurately e Fasy to clean sterilize e The gradations on the sliding rod should be easily visible from a distance of 6 feet 3 Air oxygen blender e FiO2 concentration should be adjustable 21 100 and accurate 4 Humidifier e Should automatically regulate the required temperature e Should be a closed system for filling up water e Should have ports for heater wire as well as temperature probe e Should display the chamber temperature and or temperature at the patient end 5 Patient circuits e Should have the option of using both disposable and reusable circuits e Disposable circuits should be readily available and reasonably priced e Should have be able to accommodate a heater wire heat loss should be minimal along its length 6 6 Battery back up o Should have a battery back up for at least 45 60 min 7 Safety features e Limiting the delivered pressure in the event of an occlusion 8 Should include compressor 9 Device is produced by ISO 9001 certified manufacturer Certificate to be submitted 10 10 Device is safety certified according CE93 42 FDA 510k or equivalent Certificate to be submitted Supplied with Following accessories with each unit should be provided at the time of supply a Humidifier F amp P 850 2 nos Total 4 nos with 2 units b Heater wire adapter 4 nos Total 8 nos with 2 units
39. tate Govt or any statutory undertaking of the Central Govt or State Govt as the case may be upto the date of bill the date of completion of supplies against all supply orders placed during the currency of the contract at price lower than the price charged to the Govt under the contract except for qty of stores categories under sub clause 60 a b c and d Signature of Tender With Rubber Stamp Signature of Tenderer with seal Page 15 of 27 Annexure 2 UNDERTAKING TO BE SUBMITTED BY PRINCIPAL MANUFACTURER In case of heavy equipment machinery where tender is submitted in the capacity of Authorized Distributor Dealer Indian Agent It is to certify that M S ccccceceseecsecseeseees Name of the tenderer is our Authorized Distributor Dealer Indian agent He is authorized to submit tender for oo cess Name of item to the Principal RUHS College of Medical Sciences Jaipur Against their Open Tender Notice NO KARERE II EE E TE O on behalf us This equipment is warranteed for at least 3 years from the date of installation demonstration and he shall during the warranty period replace the part if any or manufacturing defect if found during the above period so as to make machinery equipment operative amp in perfect condition He is also authorized to carry out Comprehensive Annul Maintenance amp repairs contract with spares for at least 7 years after expiry on the warranty period He will be responsible to ensure
40. thereof to any other agency Specifications i All article supplied shall strictly conform to the specifications trade mark laid down in the tender form and wherever articles have been required according to ISI specifications those articles should conform strictly to those specifications and should bear such marks ii The supply of articles shall in addition conform strictly to the approved samples and in case of other material where there are no standard of approved samples the supplier shall be of the very best quality and description The decision of the Purchase Officer Purchase Committee Whether the articles supplied conform to the specifications and are in accordance with the samples if any shall be final and binding on the tenderers iii Warranty clause The tenderer would give warranty that the goods stores articles would continue to conform to the description and quality as specified for a period of 36 months from the date of installation delivery of the said goods stores articles to be purchase and that notwithstanding the fact that the purchaser may have inspected and or approved the said goods stores articles if during the aforesaid period of 36 months the said goods stores articles be discovered not to confirm to the description and quality aforesaid or have determined and the decision of the purchase officer in that behalf will be final and conclusive the purchaser will be entitled to reject the said goods stores art
41. ure and oxygen concentration alarm set and mute button O2 Air Mixer 21 to 100 resolution 1 Flow Meter 0 15 L min System Safety pressure release and Control Valve Water Trap Air and O2 Fittings Battery back up with at least 4 hour battery life Flow generator nasal CPAP generators including one of each size nasal prong small medium amp large 15 each Bonnets in at least 3 sizes small Medium and large 15 each Delivery circuits are disposable and reusable four each Device is produced by ISO 9001 certified manufacturer Certificate to be submitted Device is safety certified according CE93 42 FDA 510k or equivalent Certificate to be submitted Otoscope eooeoaeoeoe we 10 Should be Fiber Optic Otoscope with 4 2x Magnification Otoscope with all metal housing and scratch resistant glass optics which guarantee a long instrument life and high quality patient assessments Instrumentation window with 4 2x magnification The unique patent pending design allows the permanently attached optical system to be flipped open and out of the way enabling instrumentation and ease of cleaning Exceptional depth of field Provides sharp spatial images in a convenient working range Large field of view Gives necessary overview and perfect orientation during examinations Multi coated precision optics Offer high resolution and distortion free images Fiber Optic Illumination Ensures hom
Download Pdf Manuals
Related Search
Related Contents
SonicWALL Global Management System Reporting User Guide Biotech Finances - Provence Promotion Integral IN2T2GEVNDXK2 memory module Lenovo ThinkPad T500, Intel Core2Duo P8600, 2GB, 160GB, 15.4" Insignia NS-H3005 Home Theater System User Manual For-et-mat-SDMO-J88K Stellar SR55 Soft Starter User Manual SR55-M Copyright © All rights reserved.
Failed to retrieve file