Home
        Tender for Trans Oral Instruments of Neurosurgery
         Contents
1.   26     Payment Term for Imported goods  For imported goods payment shall be made    in the following manner     a  On shipment  75   payment of the contract price shall be paid 60 days  after presentation of shipping documents  goods shipped shall be paid  through irrevocable  non transferable Letter of Credit  LC  opened in  favour of the supplier in a bank in his country  and upon the submission  of the following documents       i  Four copies of Supplier   s invoice showing contract number  goods  description  quantity  unit price and total amount    ii  Original and four copies of the clean  on board Bill of Lading   Airway bill  marked freight prepaid and four copies of non   negotiable Bill of Lading Airway bill    iii  Insurance Certificate     iv  Certificate of origin by the chamber of commerce of the concerned  country    V  Certificate of country of origin    vi  Manufacture   s   Supplier s warranty certificate    vii  Manufacturer s own factory inspection report     b  On Acceptance  25   payment would be made after satisfactory  installation  amp  commissioning on issuance of Inspection certificate by the  AIIMS  Rishikesh     Sign of Bidder    Page 10 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     27  Guarantee   Warrantee Period  The Tenderers must quote for 2 years  comprehensive warranty  Including all Spares  Accessories and Labour  from the date  of completion of the satisfactory installation  The warranty charges shall not be qu
2.   All such adjustments shall include all reliefs   exemptions  rebates  concession etc  if any obtained by the supplier     21  Sales Tax    If a bidder asks for sales tax CST   VAT CENVAT  Service Tax and  Works Contract Tax to be paid extra  the rate and nature of sales tax applicable should  be shown separately  The CST   VAT CENVAT  Service Tax and Works Contract Tax will  be paid as per the rate at which it is liable to be assessed or has actually been  assessed provided the transaction of sale is legally liable to sales tax  CST    VAT CENVAT  Service Tax and Works Contract Tax and is payable as per the terms of  the contract     22  Octroi Duty and Local Duties  amp  Taxes   Normally  goods to be supplied to  Government departments against Government contracts are exempted from levy of  town duty  Octroi duty  terminal tax and other levies of local bodies  However  on  some occasions  the local bodies  like town body  municipal body etc   as per their  regulations allow such exemptions only on production of certificate to this effect from  the concerned Government department  Keeping this in view  the supplier shall ensure  that the goods to be supplied by the supplier against the contract placed by the AIIMS   Rishikesh are exempted from levy of any such duty or tax and  wherever necessary   obtain the exemption certificate from the AIIMS  Rishikesh  However  if a local body  still insists upon payment of such local duties and taxes  the same should be paid by  the su
3.  Holder  4  Diameter  28  7mm  short  Length 1 1 2   38mm    12    CROCKARD Suction Tube Holder  4  Diameter  28  7mm  Long  Length  2     50mm    13    CROCKARD Hard Palate Retractor 1  Total length 4 1 4   108mm  Tip width 1   25mm    14  CROCKARD Pharyngeal Retractor 2  Small Length 7   177mm    15    CROCKARD Pharyngeal Retractor 2  Large Length 7 1 2   190mm    16    CROCKARD Odontoid Peg Grasping Forceps 1  Length 9   228mm    17  Transoral Needle Holder  angular 10   254mm  double angled 2  Tungsten carbide jaws  amp  gold plated bows   18  Kale bayonet shaped gouge  2mm  4mm  6mm wide  8mm  6  10mm  12mm  12    long    19  CROCKARD Ligament Grasping Forceps 2    Length 10   254mm        20    CROCKARD Bayonet Micro Dissector  10     250mm  for transoral 1  dissection  footplate designed to dissect tissue and reduce  opportunity for dural penetration  Especially useful in definition of  apical and alar ligaments and general dissection  Length  10      250mm        21  CROCKARD Sub Laminar Wire Guide  20cm  8     instrument 1  designed to assist the cervical spine surgeon in protective wire  passage of C2 C7 vertebrae  Atraumatic end designed to dissect  impeding legamentous tissue  Suture hole for wire fixation                    Sign of Bidder    Page 20 of 24    Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN                                22  CROCKARD C1 Sub Laminar Wire Guide  8     200mm  instrument 1  designed to assist the cervical spine surgeon in 
4.  arbitrators Umpire  shall give reasoned award     20  Tenderer should ensure and give an affidavit on Indian Non Judicial stamp paper  of Rs 10   with technical bid that spare parts and consumables for these  equipments instruments will be available and rates will be reasonable for next 10   ten  years     21  At the time of awarding the contract  the purchaser reserves the right to  increase or decrease up to twenty five  25     the quantity of goods and services  mentioned in the schedule  s  in the    Schedule of Requirements     rounded of to next  whole number  without any change in the unit price and other terms  amp  conditions  quoted by the bidder     Sign of Bidder    Page 14 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     22  If the quantity has not been increased at the time of the awarding the contract   the purchaser reserves the right to increase up to twenty five  25     the quantity of  goods and services mentioned in the contract  rounded of to next whole number   without any change in the unit price and other terms  amp  conditions mentioned in the  contract  during the currency of the contract after one year from the Date of  Notification of Award     I   We hereby accept the terms and Conditions given in the tender     Signature  amp  Stamp of the bidder     Note  Please sign each page of document including terms  amp  conditions  amp  tender    Sign of Bidder    Page 15 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RIS
5.  at Rishikesh  and must be valid for  6  six month  Bids received without Earnest Money deposit   EMD  shall stand rejected and thus shall not be considered for evaluation etc at any  stage  The original EMD will be put in cover I containing Technical bid     a  The Public Sector Undertaking of the Central State Govt  are exempted  from furnishing Earnest Money along with tender    b  The firms Registered with DGS  amp  D SSI and any approved source of  Centre States Govt  are not exempted from furnishing Earnest Money in  so far as this institute is concerned    c  Earnest Money deposited with AIIMS  Rishikesh in connection with any  other tender enquiry even if for same similar material   Stores by the  tenderer will not be considered against this tender     7  The bid security  EMD  without interest shall be returned to the unsuccessful  bidders after finalization of contract with successful bidder     8  The successful bidders has to constitute a contract on Indian non judicial stamp  paper of Rs 100    Rupees one hundred only  and also required to furnish the security  deposit   10  of contract value in the form of FD BG TD CD from any  Nationalised Schedule bank duly pledged in favour of AIIMS  Rishikesh  amp  payable at  Rishikesh only  The EMD deposited by successful bidder may be adjusted towards  Security Deposit as demanded above  If the successful bidder fails to furnish the full  security deposit or difference amount between Security Deposit and EMD within 15   f
6.  responsive and rejected     18  Tender Prices  While filling up the columns of the Financial Bid  the following  aspects should be noted for compliance       For domestic goods or goods of foreign origin located within India  the  prices in the corresponding Financial Bid shall be entered separately in  the following manner       a  The price of the goods  quoted ex factory  ex showroom  ex warehouse   off the shelf  as applicable  including all taxes and duties like sales tax  CST   VAT  CENVAT  Custom Duty  Excise Duty etc  already paid or payable on the  components and raw material used in the manufacture or assembly of the goods  quoted ex factory etc  or on the previously imported goods of foreign origin  quoted ex showroom etc      b  Any sales tax or other taxes and any duties including excise duty  which  will be payable on the goods in India if the contract is awarded     C   Charges towards Packing  amp  Forwarding  Inland Transportation  Insurance   Loading Unloading and other local costs incidental to delivery of the goods to  their final destination as specified in the List of Requirements and Financial Bid     d  The price of Incidental Services  as mentioned in List of Requirements and  Financial Bid     Sign of Bidder    19     Page 7 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     e  The prices of Turnkey  if any   as mentioned in List of Requirements   Technical Specification and Financial Bid  and    f  The price of annual CMC  as m
7.  the expenses will be borne by the supplier     15  Full description  amp  specifications  make brand and name of the manufacturing  firm must be clearly mentioned in the tender failing which the tender will not be  considered  The tenderer must also mention whether the goods are imported    indigenous  Descriptive literature  catalogues must be attached with the tender in  original failing which tender may be ignored     Sign of Bidder    Page 13 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     16  Any failure or omission to carryout of the provisions of this supply by the  supplier shall not give rise to any claim by supplier and purchaser one against the  other  if such failure or omission arise from an act of God which shall include all acts of  natural calamities from civil strikes compliance with any status and or requisitions of  the Government lockout and Strikes  riots  embargoes or from any political or other  reasons beyond the suppliers control including war  whether declared or not  civil war  or state of incarceration provided that notice of the occurrence of any event by either  party to the other shall be within two weeks from the date of occurrence of such an  event which could be attributed to force majeure     17  The Courts at Rishikesh  Dehradun alone and no other Court will have the  jurisdiction to try the matter  dispute or reference between the parties arising out of  this tender supply Order contract     18  Tenderer will have 
8. H  ADMN     Table I    Equipment for the Department of Neurosurgery  Details of items  amp  their tentative quantity and EMD    The following items manufactured by international firms of repute is are required                 S No  Item Quantity EMD   1  Trans Oral Retractor Set    Accessories 01  One  21 000     2   Leyla Retractor Set 01  One   21 000     3  Ultrasonic Cleaner for 01  One   Surgical Instruments 17 000                        Sign of Bidder    Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN        Equipments for the Department of Micro Neurosurgery      Financial Bid  A  FINANCIAL BID FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED WITHIN INDIA OR GOODS TO BE IMPORTED AND SUPPLIED    AGAINST PAYMENT IN INDIAN RUPEES    Page 16 of 24                                                          1 2 3 4 5 6  Schedule  Brief Country Quantity Price per unit  Rs    Descriptio   of  Nos    In of Goods   Origin  Ex   Excise Sales Tax    Packing and Inland Incidental Services Unit Price  In Unit Price  at   Total Price  at  factory  Duty if VAT ifany    Forwarding Transportatio  including Installation  Rs   CMC for 5 AIIMS  AIIMS   Ex  any   Yage  amp  charges n  Insurance   amp  Commissioning  years  In Rs   if Rishikesh  Rishikesh   warehous     age amp    value   d  loading  Supervision  applicable  g  basis basis  Rs    e  Ex   amp  value   c  unloading and Demonstration and  h      4x 5 h    showroo  b  Incidental Training  at the  a b c d e   m  O
9. Page 1 of 24    Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN        Cost     Rs  1000    VAT  Rs  135      TENDER NOTICE Total Cost  Rs 1135      Equipments for the Department of Neurosurgery  AIIMS  Rishikesh  Virbhadra Marg  Rishikesh  Dehradun    Date  25 Feb  2015    On behalf of the Director  All India Institute of Medical Sciences  Rishikesh tenders in  sealed cover are invited under two bid system from manufacture and their authorised dealers   distributors for providing for Equipment for Department of Neurosurgery AIIMS Rishikesh     The interested manufacturer and their authorised dealers  distributors are required to  submit the technical and financial bid separately  The bids in Sealed Cover I containing     Technical Bid    and Sealed Cover II containing    Financial Bid    should be placed in a third sealed  cover super scribed    Tender For Trans Oral instruments  Leyla Retractor Set  amp   Ultrasonic Cleaner for Surgical Instruments of Department of Neurosurgery    and  should reach at the office of    The Sr  Administrative Officer  AIIMS  Rishikesh   Virbhadra  Marg Rishikesh  Dehradun    249201  before 03 00 PM on or before  17 03 2015  The bid received after due date and time will not be entertained whatsoever  may be the reason  The technical bids shall be opened on the same day at 03 30 PM at Tender  Opening Room  AIIMS  Rishikesh  In the event of any of the above mentioned date being  declared as a holiday   closed day  the tenders will b
10. Sign of Bidder    24     Page 9 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     Indian Agent   If a foreign bidder has engaged an agent in India in connection    with its bid  the foreign bidder  in addition to indicating Indian agent   s commission  if  any  shall also furnish the following information     25     a  The complete name and address of the Indian Agent and its Permanent  Account Number as allotted by the Indian Income Tax authority     b  The details of the services to be rendered by the agent for the subject  requirement     C  Details of Service outlets in India  nearest to the AIIMS  Rishikesh to  render services during Warranty and CMC period     Firm Price    a  Unless otherwise specified in the NIT  prices quoted by the bidder shall  remain firm and fixed during the currency of the contract and not subject to    variation on any account     b  However  as regards taxes and duties  if any  chargeable on the goods  and payable  the conditions stipulated will apply     Conversion of tender currencies to Indian Rupees   In case the bid document    permits the bidders to quote their prices in different currencies  all such quoted prices  of the responsive bidders will be converted to a single currency viz   Indian Rupees for  the purpose of equitable comparison and evaluation  as per the closing exchange rates  established by the Reserve Bank of India for similar transactions  as on the date of     Last Date of Submission of Tender      
11. a  the same must be specifically stated  In the  absence of any such stipulation the price will be taken inclusive of such duties and  taxes and no claim for the same will be entertained later     20     Excise Duty     a  If reimbursement of excise duty is intended as extra over the quoted  prices  the supplier must specifically say so also indicating the rate  quantum  and nature of the duty applicable  In the absence of any such stipulation it will  be presumed that the prices quoted are firm and final and no claim on account  of excise duty will be entertained after the opening of tenders     b  If a Bidder chooses to quote a price inclusive of excise duty and also  desires to be reimbursed for variation  if any  in the excise duty during the time  of supply  the Bidder must clearly mention the same and also indicate the rate  and quantum of excise duty included in its price  Failure to indicate all such  details in clear terms may result in rejection of that tender     Sign of Bidder    Page 8 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     C  Subject to sub clauses  i   amp   ii  above  any change in excise duty  upward downward as a result of any statutory variation in excise duty taking  place within contract terms shall be allowed to the extent of actual quantum of  excise duty paid by the supplier  In case of downward revision in excise duty   the actual quantum of reduction of excise duty shall be reimbursed to the  purchaser by the supplier
12. ation at AIIMS    rishikesh  inaddition to dry demo  catalogue  whenever required     Sign of Bidder    Page 23 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     MANUFACTURER   s   PRINCIPAL   s AUTHORIZATION FORM     Clause 11  c  of the tender   To    The Sr  Administrative Officer   All India Institute of Medical Sciences    Rishikesh  Dear Sir   TENDER  o m   we  S   who are established and reputable  manufacturers of __  having factories at _  and   hereby authorize Messrs  __      name    and address of agents  to bid  negotiate and conclude the contract with you against Tender  No  _____ for the above goods manufactured by us  No company or firm or  individual other than Messrs  _ are authorized to bid  negotiate  and conclude the contract in regard to this business against this specific tender    We hereby extend our full guarantee and warranty as per the conditions of tender for    the goods offered for supply against this tender by the above firm     The authorization is valid up to    Yours faithfully      Name   For and on behalf of Messrs    Name of manufacturers  Principal     Sign of Bidder    Page 24 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     BANK GUARANTEE FORM FOR PERFORMANCE SECURITY  CMC  SECURITY  To    Administrative Officer   All India Institute of Medical Sciences  Rishikesh    Virbhadra Marg    Rishikesh 249201    WHEREAS  Name and address of the supplier   Hereinafter called     the supplier     has 
13. dule Brief Country of Quantity Price per unit  Rs   Total price on  Description   Origin  Nos   Destination   Insurance  of Goods FOB price at   Carriage  amp  Incidental Services Unit Price Unit Price on DDP  local transportation  port  airport   Insurance  port of  including Installation  amp  CMC for 5 AIIMS Rishikesh   and storage   of Lading loading to port of Commissioning  years if Extended Insurance      4X5  e     a  entry  and other Supervision  Demonstration   applicable  local transportation  Incidental costs   and Training  at the AIIMS     d  and storage    b  Rishikesh     e    a b c d   c                                                  To be paid in Indian Currency  Rs    Total Tender price in foreign currency   In words     Note       1  If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail     2  The unit cost should be mentioned as per table1  The above quote should include all applicable taxes and F O R AIIMS Rishikesh  L1 will be decided on the basis of unit cost in addition to    CMC value of 5 years where applicable including all applicable taxes at time of financial bid evaluation of individual equipment     3  The Bidder will be fully responsible for the safe arrival of the goods AIIMS Rishikesh in good condition as per terms of DDP as per INCOTERMS  if applicable     Declaration by the Bidder    i  This is to certify that I We before signing this tender have read and fully understood all the terms and conditio
14. e cost calculated on the basis of risk purchase price and that calculated on the basis  of rates quoted by tenderer  In case of repeated failure in supplying the order goods  the supply order may be cancelled and bid security deposit will be forfeited     Sign of Bidder    Page 12 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     9  The Specification and quantity of the item needed is mentioned in Table I but it is  approximate detail and is subject to increase decrease at the discretion of the  competent authority of AIIMS  Rishikesh  The payment would be made for actual  supply taken and no claim in this regard should be entertained     10  Where the specifications are as per tenderer   s range of product  amp  tenderer   s offer  should mention that the item meets all specifications as per the tender enquiry and if  there are improvements deviations the same should be brought out on separate Letter  Head of the firm  It would be discretion of the competent authority of the institute to  accept or reject such deviations which are not in accordance with our required  specifications as per given in Annexure I     11  It must be mentioned clearly whether tenderer is a manufacturer sole  distributor sole agent for the items for which he is quoting     a  Manufacturer must add a certificate that item s  is manufactured by them  as per range of products     b  Sole Manufacturers must add a certificate that they are the sole  manufacturer of the Item for whic
15. e opened on the next working day at the  appointed time  The financial bid of technically qualified agencies will be open announced later     The tender document containing technical bid form  financial bid form  technical  description specification  amp  item and terms  amp  conditions can be purchased from AIIMS  Rishikesh  from 25 02 2015 to 17 03 2015 between 10 00 AM and 02 00 PM on non refundable  payment of Rs 1135 00  Rupees one thousand one hundred thirty five only  or can be  downloaded from website www aiimsrishikesh edu in  Those who download the tender  document from website should enclose DD Pay Order for Rs 1135 00  Rupees one thousand  one hundred thirty five only   non refundable  in favour of    AIIMS  Rishikesh     payable at  Rishikesh  not later the date of 16 03 2015 alongwith their technical bid in the Cover I     Technical Bid     The bid security  EMD  for Oral instruments  Leyla Retractor Set  amp   Ultrasonic Cleaner for Surgical Instruments for Department of Neurosurgery as given  in table 1 below tender documents should be paid in the form of FD TD CD from any  Nationalised Schedule bank duly pledged in favour of    AIIMS  Rishikesh    payable at  Rishikesh and will be placed in cover 1 with technical bid  The Tender Documents are not  transferable        Any future clarification and or corrigendum s  shall be communicated through  Administrative Officer on the AIIMS  Rishikesh website  www aiimsrishikesh edu in        Bidder should necessary encl
16. entioned in List of Requirements  Technical  Specification and Financial Bid     For goods offered from abroad  the prices in the corresponding Financial  Bid shall be entered separately in the following manner      a  The price of goods quoted FOB port of shipment  as indicated in the List of  Requirements and Financial Bid     b  The price of goods quoted CIF port of entry in India as indicated in the  List of Requirements and Financial Bid     C  The price of goods quoted for delivery at AIIMS  Rishikesh as indicated in  the List of Requirements  Financial Bid and Consignee List     d  Wherever applicable  the amount of custom duty with CDEC applicable on  CIF value on the goods to be imported     e  The charges for Loading Unloading  Inland transportation  Insurance and  other local costs  Incidental cost to delivery of the goods from the port of entry  in India to AIIMS  Rishikesh  as specified in the List of Requirements and  Financial Bid     f  The charges for Incidental Services  as in the List of Requirements and  Financial Bid     g  The prices of Turnkey   if any   as mentioned in List of Requirements   Technical Specification and Financial Bid  and    h  The price of annual CMC  as mentioned in List of Requirements  Technical  Specification and Financial Bid     Additional information and instruction on Duties and Taxes  If the Bidder desires    to ask for excise duty  sales tax CST   VAT  CENVAT  Custom Duty  Service Tax  Works  Contract Tax etc  to be paid extr
17. ff  costs till AIIMS Rishikesh f g   the shelf AIIMS   f    a  Rishikesh   e   Note       1  If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail   2  The unit cost should be mentioned as per table1  The above quote should include all applicable taxes and F O R AIIMS Rishikesh  L1 will be decided on the basis of unit  cost in addition to CMC value of 5 years where applicable including all applicable taxes at time of financial bid evaluation of individual equipment   3  The Bidder must quote price for    GOODS TO BE IMPORTED AND SUPPLIED AGAINST PAYMENT IN INDIAN RUPEES    after having taken in to account  the provision of Custom  Duty Exemption Certificate  CDEC  by the Purchaser  as per Customs Tariff Act   Declaration by the Bidder    i  This is to certify that I We before signing this tender have read and fully understood all the terms and conditions contained in    Tender documents regarding terms  amp  condition of the contract  rules regarding purchase of equipments for Department of Neuorosurgery  I We agree to abide them      ii  No other charges would be payable by client and there would be no increase in rates during the contract period     Place   Date     Name     Business Address   Signature of Bidder   Seal of the Bidder     Sign of Bidder       Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     B  FINANCIAL BID FOR GOODS TO BE IMPORTED FROM ABROAD    Financial Bid    Page 17 of 24          1 2 3 4 5 6  Sche
18. h they are quoting in this tender enquiry  amp   item is  are their proprietary Item in India  The rate certificate is also  required from the sole manufactures that the Rates quoted are the same as  they quote to other State Centre Govt  reputed Private Organisation and  DGS amp D rate for the similar item s  and these are not higher than those  quoted by them     c  Authorized agents must add authority letter from their  Manufacturer Principals on the letter head of the manufacturer principals in  proforma given in attach duly supported by a notarised affidavit on Indian  Non Judicial Stamp Paper of Rs 10    Rupees ten only  that they are quoting  Rates on behalf of them  The authorization letter must give mention the  purpose for which it is allowed  The validity period of the authorization letter  must be mentioned in the authority letter otherwise tender will be liable to  rejection     12  The Tenderers should furnished a copy of S T   C S T  VAT registration  number  the State   U T  of registration and the date of such registration  Tenders  not complying with this condition will be rejected     13  The tenderers should submit along with the tender  a photo state copy of the  last Income Tax return and copy of current valid income tax clearance certificate  IT  CC  otherwise tender may be ignored        14  In case asked  tenderer must personally supply a sample give the  demonstration of the equipments to the competent authority of the institute and in  that case all
19. horized signatory   In case the tenders are signed by the Authorized signatory  a copy of the power of  attorney authorization may be enclosed along with tender  A copy of the terms  amp   conditions shall be signed on each page and submitted with the technical bid as token  of acceptance of terms  amp  conditions  Tender with unsigned  pages incomplete partial part of tender if submitted will be rejected out rightly     5  All entries in the tender form should be typed or written by pens legible and  filled clearly  If the space for furnishing information is insufficient  a separate sheet  duly signed by the authorized signatory may be attached  No overwriting or cutting is  permitted in the Technical Bid as well as Financial Bid unless authenticated by full  signature of bidder  Any omission in filling the columns of Financial Bid form  Schedule  of Rates  shall debar a tender from being considered  Rates should be filed up carefully  by the tenderer  All Corrections in this schedule must be duly attested by full signature  of the tenderers  The corrections made by using fluid and overwriting will not be  accepted and tender would be rejected     Sign of Bidder    Page 5 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     6  The bidder shall pay the respective amount of Bid Security  EMD  as mentioned  in table I along with the Technical Bid by Demand FD TD CD in favour of    AIIMS   Rishikesh    drawn on any Nationalized Bank  Scheduled Bank and payable
20. ifteen  days after the issue of Letter of Award of Work  his bid security  EMD  shall be  forfeited unless time extension has been granted by AIIMS  Rishikesh     9  The EMD PBG shall be forfeited if successful bidder fails to supply the  goods equipment in stipulated time or fails to comply with any of the terms  amp   conditions of the contract or fail to sign the contract     10  The bid shall be valid and open for acceptance of the competent authority for a  period of 180  one hundred eighty  days from the date of opening of the tenders and  no request for any variation in quoted rates and   withdrawal of tender on any ground  by bidders shall be entertained     11  To assist in the analysis  evaluation and computation of the bids  the Competent  Authority  may ask bidders individually for clarification of their bids  The request for  clarification and the response shall be in writing but no change in the price or  substance of the bid offered shall be permitted     12  After evaluation  the work shall be awarded normally to the Agency fulfilling all    the conditions and who has quoted the lowest rate as per financial bid after complying  with the all the Acts   provisions stated   referred to for adherence in the tender     Sign of Bidder    Page 6 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     13  The competent authority of AIIMS  Rishikesh reserved all rights to accept or  reject any  all tender s  without assigning any reason  It can also imp
21. is guarantee will not be changed due to change in the constitution of the bank or the supplier     This guarantee shall be valid up to 62 months from the date of satisfactory installation of the equipment  i e  up to              indicate date      Seal  name  amp  address of the Bank and address of the Branch    Sign of Bidder    
22. ns contained in Tender  documents regarding terms  amp  condition of the contract  rules regarding purchase of equipments for Department of Neuorosurgery  I We agree to abide them    ii  No other charges would be payable by client and there would be no increase in rates during the contract period     Indian Agent   Indian Agency Commission   __  of FOB    Place   Date     Name     Business Address   Signature of Bidder   Seal of the Bidder     Sign of Bidder    Page 18 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     Specification for Trans Oral Retractor Set with Accessories      Instruments should be made of only stainless steel  hardened  non  rusting   can meet the tough requirements in terms of elasticity  tenacity  rigidity   blade characteristics  resistance to wear and maximum corrosion resistance   Supporting evidence need to be enclosed    The Brand Name along with catalogue should be mentioned on each instrument   Instruments should be offered as per mentioned specification in tender   Institute reserves the right to have a live demo of instruments for Technical  Evaluation at AIIMS Rishikesh in addition to dry demo catalogues    Original Manufacturing Company is required for at least three visits in a year to  inspect the instruments during their warranty period  amp  strictly no  distributor agent will be entertained during this period    Instrument should be warranted for Two years    Instruments intended for use in sterile field must be a
23. offered as per mentioned specification in tender   Institute reserves the right to have a live demo of instruments for Technical  Evaluation at AIIMS Rishikesh in addition to dry demo catalogues    Original Manufacturing company is required for at least three visits in a year  to inspect the instruments during their warranty period  amp  strictly no  distributor agent will be entertained during this period    Instrument should be warranted for Two years    Instruments intended for use in sterile field must be autoclavable at 134  degrees     LEYLA RETRACTOR SET  sr no 1 7     FLEXIBLE ARMS  3nos  COUPLING HEAD TO TAKE 1 5 FLEXIBLE ARMS  1 nos  COUPLING HEAD FOR 1 ARM   LATERALLY OPEN  1 nos  SUPPORT FOR FLAT BRAIN SPATULAS  3 nos  HOLDING ROD  1 no  BALL AND SOCKET JOINT FOR FIXATION TO TABLE  1 no  MALLEABLE BRAIN SPATULAS DIFFERENT SIZES  1 SET    Sign of Bidder     3     Page 22 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     Specifications for Ultrasonic Cleaner for Surgical Instruments     Quantity required is one unit     Single tank ultrasonic cleaning machine   Tank should be made up of good quality stainless steel   Size of tank should be atleast 24      24      6       Should have a digital timer     ee eee ie    Power source 220 250 V  50Hz AC  fitted with Indian plug  must comply with  BIS     User manual should be supplied in English    a    7  Warranty of at least 2 years   8  Institute reserves the right to have a Live technical demonstr
24. om  website   DD No   Date   Payable at        Declaration by the Tenderer     This is to certify that I We before signing this tender have read and fully understood all  the terms and conditions contained herein and undertake myself ourselves to abide by them     Encls  1  DD Pay Order  if tender form is downloaded from the website of this Institute     2  FD BG TD CD    Sign of Bidder       Page 3 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN   3  Terms  amp  Conditions  each page must be signed and sealed   4  Financial Bid     Signature of Tenderer with seal     Name   Address    PlaCe tex tacaueicateesane ene eat  Dates  soiree tetect NERENN  Tender SI No     Sign of issuing Authority    Sign of Bidder    Page 4 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN        Equipments for Department of Neurosurgery     AIIMS  Rishikesh    Terms  amp  Conditions     A  Information and Conditions relating to Submission of Bids    ai The tender document containing eligibility criteria  scope of work  terms  amp   conditions and draft agreement can be purchased from AIIMS  Rishikesh on any  working day from 25 02 2015 to 17 03 2015 between 10 00 AM to 02 00 PM on  payment of non refundable charges of Rs 1135    Rupees one thousand one hundred  thirty five only  or can be downloaded from website www aiimsrishikesh edu in  Those  who download the tender document from Website should enclose a Demand Draft Pay  Order for Rs 1135   Rupees one tho
25. ose a covering letter mentioning a summary of applied  document with proper numbering  amp  mentioning the name of item  amp  its brand  amp  model No   Secondly Bid should also attach a compliance sheet as per specification mentioning they are  complying to all specification or have any variation     Sr  Administrative Officer  AIIMS  Rishikesh    Sign of Bidder    Page 2 of 24    Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     TENDER DOCUMENT     Equipments for Department of Neurosurgery     AIIMS  Rishikesh    TECHNICAL BID     In separate sealed Cover I super scribed as    Technical Bid                                1  Name  amp  Address of the manufacture and their authorised dealers   distributors Agency with phone number  email  name and telephone mobile   2  Specify your firm company is a manufactures  authorised dealer   distributor  Agency   3  Name  Address  amp  designation of the authorized person  Sole  proprietor partner  Director    4  Have you previously supplied these items to any government  reputed  private organization  If yes  attach the relevant poof  Please provide a  notarised affidavit on Indian Non Judicial stamp paper of Rs  10   that you  have not quoted the price higher than previously supplied to any  government Institute Organisation reputed Private Organisation or DGS amp D  rate in last one year  If you don   t fulfil this criteria  your tender will be  out rightly rejected    5  Please attach copy of last of Income Tax Retu
26. ose relax any  term and condition of the tender enquiry after due discussion in pre bid conference   This will be communicated and shown on the website of the Institute  No  representation will be considered after pre bid meeting and bidders may ensure its  queries only in pre bid meeting  AIIMS  Rishikesh also reserves the right to reject any  bid which in his opinion is non responsive or violating any of the  conditions specifications without any liability to any loss whatsoever it may cause to  the bidder in the process     14  Tender must be submitted on the prescribed Tender Form otherwise tender will  be cancelled straightway     15  The tender form is not transferable     16  Canvassing in any form is strictly prohibited and the tenderer who are  found canvassing are liable to have their tenders rejected out rightly     17  Tender Currencies     a  The bidder supplying indigenous goods or already imported goods shall  quote only in Indian Rupees  Further  imported goods to be imported and  supplied by the bidder are also required to be quoted in Indian Rupees     b  For imported goods if supplied directly from abroad  prices shall be quoted  in any freely convertible currency say US Dollar  Euro  GBP or Yen  As regards  price s  for allied services  if any  required with the goods  the same shall be  quoted in Indian Rupees only  if such services are to be performed  undertaken  in India     C  Tenders  where prices are quoted in any other way shall be treated as non  
27. oted  separately otherwise the offer shall be summarily rejected  Also the bidders are  requested to submit their quote  Rates  for subsequent 5 years Comprehensive  Maintenance Contract  CMC   Including All Spares  Accessories and Labour   Failure to  comply this condition will entail the rejection of the bids  The price comparison shall be  taking into account on basic price and post warranty CMC     28  Custom Clearance  For the Goods to be imported and supplied  the Institute will  provide Custom Duty Exemption Certificate  CDEC  to successful bidder for availing  concessional rate of duty as per prevailing Custom Tariff  In case  the bidder requires  CDEC certificate  then the same should be specifically mentioned in the bid  The  supplier is solely responsible for getting the material clearance from customs  Institute  will provide all custom documents for custom clearance on the demand of supplier   Transportation of goods up to AIIMS  Rishikesh and its successful installation and  commissioning is also the responsibility of the supplier  All charges  expenses incurred  in this process will be borne by the supplier  NO DEMURRAGE   WHARFAGE CHARGES  WILL BE PAYBALE BY THE INSTITUTE UNDER ANY CIRCUMSTANCES  NO ADVANCE  PAYMENT WILL BE PAYABLE FOR CUSTOM CLEARANCE  FREIGHT INSURANCE ETC    29  Applicable Law     The contract shall be governed by the laws and procedures established by Govt   of India  within the framework of applicable legislation and enactment made  from 
28. per Para  B   1   v  of goods to be issued by the consignees subject to  recoveries  if any  either on account of non rectification of defects deficiencies not  attended by the Supplier or otherwise      C  OTHER TERMS  amp  CONDITIONS OF THE TENDER    1  Rates quoted should be inclusive of all applicable taxes  packing  forwarding   postage and transportation charges at FOR AIIMS Rishikesh  Site of installation Use      2  Rates should be mentioned both in figures and in words  The offer should be  typed or written in Ink Pen  Ball Pen without any correction  Offers in pencil will be  cancelled  Telegraphic  Telex  Fax offers will not be considered and cancelled  straightway     3  The supplier shall submit a notarised affidavit on Indian Non Judicial Stamp  Paper of Rs 10   that you have not quoted the price higher than previously supplied to  any government Institute Organisation reputed Private Organisation or DGS amp D rate in  recent past  Therefore  if at any stage it has been found that the supplier has quoted  lower rates than those quoted in this tender  the Institute  the purchaser  would be  given the benefit of lower rates by the Supplier  If such affidavit is not submitted   tender will be out rightly rejected      4  If the price of the contracted articles is  are controlled by the Government  in no  circumstances the payment will be higher than the controlled rate     5  Tender will be regarded as constituting an offer open to acceptance in whole or  in part a
29. pplier to the local body to avoid delay in supplies and possible demurrage  charges and obtain a receipt for the same  The supplier should forward the receipt  obtained for such payment to the AIIMS  Rishikesh to enable the AIIMS  Rishikesh  reimburse the supplier and take other necessary action in the matter     23  Customs Duty  In respect of imported goods offered from abroad  the bidder  shall specify the rate as well as the total amount of customs duty payable with Custom  Duty Exemption Certificate  if applicable  on the quoted goods in the Financial Bid  The  bidder shall also indicate the corresponding Indian Customs Tariff Number applicable  for the goods     a  For transportation of imported goods offered from abroad  relevant  instructions as incorporated shall be followed     b  For insurance of goods to be supplied  relevant instructions as provided  shall be followed        Unless otherwise specifically indicated in this NIT document  the terms  FCA  FOB  FAS  CIF  CIP etc  for imported goods offered from abroad  shall be  governed by the rules  amp  regulations prescribed in the current edition of  INCOTERMS  published by the International Chamber of Commerce  Paris     d  The need for indication of all such price components by the bidders  as  required in this clause is for the purpose of comparison of the tenders by the  purchaser and will no way restrict the AIIMS  Rishikesh right to award the  contract on the selected bidder on any of the terms offered     
30. protective wire  passage of C1 vertebrae  Uniquely shaped for C1 wire passage   Atraumatic end designed to dissect impending ligamentous tissue   Suture hole for wire fixation    23    Atul Goel CV Junction Retractor large size  single hinged 11  2    1   292 mm    24  B P  Scalpel Handles  No 3 For Use With B P  Blade Size 6  9  10  1  11  12  14 And 15  8      25  B P  Scalpel Handles  No 4 For Use With B P  Blade Size 20  21  1  22  23 And 24  8   203mm    26  B P  Scalpel Handles  No 9 For Use With B P  Blade Size 6  9  10  2  11  12  14 And 15  8      27  B P  Scalpel Handles  No 9 For Use With B P  Blade Size 6  9  10  2  11  12  14 And 15  4 34      120mm    28  B P  Scalpel Handles Double Ended No 3  amp  No 4 For Use With B P    2  Blade Size 6  9  10  11  12  14 And 15  amp  20  21  22  23 And 24  6    152mm    29    Rib raspatories right  amp  left 1 each    total  2              Sign of Bidder       Page 21 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN      2  Specifications for LEYLA RETRACTOR SET      Ins  meet the    truments should be made of only stainless steel  hardened  non  rusting  can  tough requirements in terms of elasticity  tenacity  rigidity  blade characteristics     resistance to wear and maximum corrosion resistance  Supporting evidence need to be enclosed      i      ii    iii      iv      v    vi     et Oe aD AB See re    The Brand Name along with catalogue should be mentioned on each  instrument    Instruments should be 
31. rn   6  Please attach balance sheet  duly certified by Chartered Accountant  for last  three  3  years   Annual minimum turnover should not be less than 25 lakhs    7  PAN No   Please attach copy    8  VAT Service Tax Registration Number   Please attach copy        Acceptance of terms  amp  conditions attached  Yes No   Please sign each page  of terms and conditions as token of acceptance and submit as part of tender  document with technical bid  Otherwise your tender will be rejected        10     Power of Attorney authorization for signing the bid documents       11     Please submit a notarised affidavit on Indian Non judicial stamp paper of Rs   10   that no case is pending with the police against the  Proprietor firm partner or the Company  Agency   Indicate any convictions  in the past against the Company firm partner  Please also declare that  proprietor firm has never been black listed by any organization        12     Please submit a notarised affidavit on Indian Non Judicial Stamp Paper of  Rs 10   that they will provide complete warranty for all equipments for 2   two  years  amp  CMC for 5  five  years of these equipments        13     Please furnished a notarised affidavit on Indian Non judicial stamp paper of  Rs 10   that they will supply spare parts for next 10 years at reasonable  price           14     Details of the FD BG TD CD of bid security  EMD     FD BG TD CD No     Date     Payable at        Detail of cost of  Tender for Rs   1135    if  downloaded fr
32. t the discretion of the competent authority of the institute for a period of 180  days  6 months  valid from the date of opening of the tender by the committee     6  The time for the date of delivery  dispatch stipulated in supply order shall be  deemed to be essence of the contract and if the supplier fails to deliver or dispatch any  consignment within the period prescribed for such delivery or dispatch in the supply  order  liquidated damages may be deducted from the bill   0 5  per week subject to  maximum of 10  of the value of the delayed goods or services under the contract   The competent authority of the institute may also cancel the supply  In such a case   bid security of the supplier shall stand forfeited     7  In case the quality of goods supplied are not in conformity with the standard  given in tender and as per the samples supplied or the supplies are found defective at  any stage these goods shall immediately will be taken back by the supplier and will be  replaced with the tender quality goods  without any delay  The competent authority  reserves all rights to reject the goods if the same are not found in accordance with the  required description   specifications and liquidates damages shall be charged     8  In case the tenderer on whom the supply order has been placed  fails to made  supplies within the delivery schedule and the purchaser has to resort risk purchase   the purchaser  AIIMS  Rishikesh  may recover from the tender the difference between  th
33. time to time concerning such Commercial dealings   processing     Any disputes are subject to exclusive jurisdiction of Competent Court and Forum  in Rishikesh Dehradun  Uttarakhand India only     The Arbitration shall be held in accordance with the provisions of the Arbitration  and Conciliation Act  1996 and the venue of arbitration shall be at  Rishikesh Dehradun  The decision of the Arbitrator shall be final and binding on  both the partied     Force Majeure  Any delay due to Force Majeure will not be attributable to the  supplier     Note  In case of any dispute  decision of AIIMS  Administrative would be final   B  PAYMENT TERMS    1   Seventy five  75  Payment of the contract price shall be paid on receipt of  goods condition and upon the submission of the following documents         i  One Original and Four Copies of supplier s invoice showing contract  number  goods description  quantity  unit price and total amount     ii  Final Acceptance as per Inspection report issued by faculty     iii  Two copies of packing list identifying contents of each package     iv  Inspection Certificate issued by the user concerned department     v  If installation at consignee   s site should be free of cost immediately on    arrival of equipment at consignee   s site     Sign of Bidder    Page 11 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN     2  On Acceptance       Balance Twenty Five  25   payment would be made against    Final Acceptance  Certificate    as 
34. to provide complete warranty for all equipments for 2  two   years  amp  CMC for 5  five  years of these equipments  Financial bid should be quoted  accordingly  In this regard  the tenderer shall submit a notarised affidavit on Indian  Non Judicial Stamp Paper of Rs 10   that they will provide complete warranty for all  equipments for 2  two  years  amp  CMC for 5  five  years of these equipments     19  If at any time  any question  dispute or difference whatever shall arise between  supplier and the institute  Purchaser  upon or in relation to or in connection with the  agreement  either of the parties may give to the other notice in writing of the  existence of such a question  dispute or difference and the same shall be referred to  two arbitrators one to be nominated by the institute  Purchaser  and the other to be  nominated by the supplier  Such a notice of the existence of any question dispute or  difference in connection with the agreement shall be served by either party within 60  days of the beginning of such dispute failing which all Right sand claims under this  Agreement shall be deemed to have been forfeited and absolutely barred  Before  proceeding with the reference the arbitrators shall appoint nominate an umpire  In the  event of the arbitrators not agreeing in their award the Umpire Appointed by them  shall enter upon the reference and his award shall be binding on the Parties  The venue  of the arbitration shall be at Rishikesh   Uttarakhand  India   The
35. undertaken  in pursuance of contract no dated   to supply  description of goods and services   herein after called    the contract      AND  WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a  bank guarantee by a scheduled commercial bank recognised by you for the sum specified therein as  security for compliance with its obligations in accordance with the contract  AND WHEREAS we have  agreed to give the supplier such a irrevocable bank guarantee        NOW THEREFORE we hereby affirm that we are guarantors and responsible to you  on behalf of the  supplier  up to a total of   Amount of the guarantee in words and figures    and we undertake to pay you  upon your first written demand declaring the supplier to be in default  under the contract 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  or the sum specified therein        We hereby waive the necessity of your demanding the said debt from the supplier before presenting us  with the demand     We further agree that no change or addition to or other modification of the terms of the contract to be  performed there under or of any of the contract documents which may be made between you and the  supplier shall in any way release us from any liability under this guarantee and we hereby waive notice  of any such change  addition or modification    Th
36. usand one hundred thirty five only  in favour of     AIIMS  Rishikesh     payable at Rishikesh  not later the date of 16 03 2015  along  with their bid in the Cover I containing    Technical Bid        2  The interested firms suppliers are required to submit the Technical and Financial  Bids separately in the format enclosed  The bids in sealed Cover I containing     Technical Bid    and sealed Cover II containing    Financial Bid    should be placed in  a third sealed cover super scribed    Tender for Oral instruments  Leyla Retractor  Set  amp  Ultrasonic Cleaner for Surgical Instruments for Department of  Neurosurgery    should reach AIIMS  Rishikesh by or before 03 00 PM on 17 03   2015  The Technical bids shall be opened on same day at 03 30 PM at AIIMS   Rishikesh in presence of the bidders or their authorized representatives who choose to  remain present  The Tender received after due date  amp  time will be rejected and no  claim shall be entertained whatsoever may be the reason     3  The pre bid conference would be held on 09 03 2015 at 03 30 PM in the office  of Tender Opening Room  AIIMS  Rishikesh  All firms representative who are attending  the pre bid meeting  shall produce an authorisation letter from their firm on the firm   s  letter head  They are required to put their query in writing before the committee     4  All the duly filled completed pages of the tender should be given serial  page  number on each page and signed by the owner of the firm or his Aut
37. utoclavable at 134  degrees    Suitable  custom made autoclavable containers with perforated lids  manufactured by the same company should be quoted in suitable no along with  the instruments    Compliance statement should be given     Sign of Bidder    Page 19 of 24  Tender Enquiry No  F No 24 Neuro Eqpt  72 7  2015 RISH  ADMN      1  Trans oral instruments   sr no 1 29                S N Description Qty   o   1 Kale Long Suction tip 3 0mm  3 5mm  4 0mm  4 5mm  5 0mm 5  working length 12      2  micro suction tips in S S  diff  Sizes set of eight Non glare 8  finish 1 5 mm to 5 mm 6     Bulbous Tip   3  KEM suction in complete set stainless steel Tapered with keyhole iset    Detachable tips  Sizes  2 0mm  3 0mm  4 0mm  5 0mm   length 6      8          4  Bulldog clamps set of five  one set iset       5  CROCKARD Type Transoral Retractor Body Length  6     152mm  1  Width  2 34     70mm        6  CROCKARD Type Tongue Retractor Blade Length 6   152m  Small  2  Blade length 3   76mm        7x CROCKARD Type Tongue Retractor Blade Length 6   152m  Large  2  Blade length 3 5   91mm           8  CROCKARD 90   Retractor Blade 2  Total length 5   127mm   Blade length 1 5   38mm   Blade width   8   20mm    9  CROCKARD Curved Retractor Blade 2    Total length 5   127mm   Blade length 1 1 2   38mm   Blade  width 1 2   12mm                                   10    CROCKARD Curved Retractor Blade Connector 4  Total length 1 1 4   31mm   Blade length  28   7mm    11    CROCKARD Suction Tube
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
309070a , Carte à circuits imprimés de remplacement pour  PROFESSIONAL GLASSWASHER    Copyright © All rights reserved. 
   Failed to retrieve file