Home

tender document - Mahatma Gandhi Memorial Medical College indore

image

Contents

1. 04 a Total contract amount or value of patronage received in the preceding three years 2009 10 2010 11 2011 12 b Particular of sales Tax VAT for the preceding three years Year Total T O Total Tax Total Tax Balance due Reasons for Turnover assessed Paid Rs Balance be assessed Rs Rs Rs Rs 2009 10 2010 11 2011 12 c If there has been no assessment in any year whether any returns were submitted if yes the division in which the returns were sent d Whether any penal action or proceeding for the recovery of Sales tax VAT is pending e The name and address of Branches if any I declare that that the above information is correct and complete to the best of my knowledge and belief Signature of Applicant Address Date ee To be filled up by the Assessing Authority In my opinion the applicant mentioned above has been has not been doing everything possible to pay the tax demands promptly and regularly and to facilitate the completion of pending proceeding Date Seal Deputy Asstt Commercial Tax Officer Deputy Asstt Note A separate certificate should be obtained in respect of each of the place of business of the applicant from the deputy commercial tax officer or Assistant commercial tax officer having jurisdiction over that place 58 ANNEXURE II Ref Clause No 17 1 q of ITB MANUFACTURER S AUTHORIZATION LETTER NGvsdsdaribicennennssseeeneseneramnneius Dated s
2. 20 2 20 3 21 21 1 21 2 21 3 21 4 21 5 Modification and withdrawal of Bids The Bidder may modify or withdraw their bid before Last Date and time of submitting bid hash online before completing Submit Bid Hash Online stage Once the said stage shows to be completed no modifications can be made by bidder No bid may be modified subsequent to the deadline fixed for submission of bids hash online No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Form or any extension thereof Withdrawal of a bid during this interval may result in the Bidder s forfeiture of its bid security pursuant to ITB Clause 15 7 E Bid Opening and Evaluation of Bids Opening of Bids by the Rate Contracting Authority Opening of Bid process Bid will be opened online as per key schedule on the day date amp place specified by the Rate Contracting Authority All bidders are entitled to be present at the date time amp place for opening of Bids Only one representative of each Bidder is entitled to remain present at the time of bid opening Bidder s representative who is present shall sign a register evidencing his her attendance In the event of the specified date of Bid opening being declared a holiday for the Rate Contracting Authority the Bids shall be opened at the appointed time and location on the next working day
3. The payment of the claim bill will be made after deduction of VAT as per rules of M P Commercial Tax Act Section 34 and other taxes from the bill No payment shall be made for rejected Stores Rejected items must be removed by the supplier within two weeks of the date of rejection at their own cost and replace immediately In case these are not removed these will be auctioned at the risk and responsibility of the suppliers without any notice Supply of equipments means installation and commissioning and also test running at site No separate charges will be paid separately on this account Payment will be made after installation commissioning and successful test running at the site due verification and subsequent satisfactory report of the user department Prices Prices charged by the Supplier for Goods delivered and Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid Recurring expenditure of the machine equipment should be mentioned Change orders The Rate Contracting Authority may at any time by written order given to the Supplier pursuant to GCC Clause 29 make changes within the general scope of the Contract in any one or more of the following 38 16 2 16 3 17 17 1 18 19 19 1 19 2 19 3 20 20 1 1 the method of shipping or packing installation 2 Any other terms amp conditions in public interest If any such change causes an
4. 5 Specify heart beat min requiring use of beta blocker and solution available with the system for optimizing of scan irregular heart rate 6 Specify maximum number of sectors used in multi reconstruction and temporal resolution 7 Comprehensive software packages for cardiac applications including the latest advanced applications 8 Calcium scoring 9 Plaque characterization and quantification 10 Coronary vessel analysis with all relevant software for vascular analysis and display of the evaluated data 11 Detailed cardiac function analysis LV RV function 12 Coronary CT angiography preferably with single phase acquisition and reconstruction 13 Automatic segmentation of coronary vessels coronary tree 14 Ejection fraction calculation wall motion studies 15 Depiction of color coded bulls eye report 16 Automatic calculation of vessel stenosis B ACUTE CARE 1 Triple rule out package 2 High resolution head to too scanning in one go Mention the minimum time taken 85 C COMPREHENSIVE NEURO PACKAGE Neuro perfusion evaluation with neuro perfusion analysis over large area of 80 mm or more in one examination Depiction of blood supply compromised areas ICV angiography Perfusion study with simultaneous cerebral angiography with single contrast injection D ONCOLOGY PACKAGE INCLUDING COMPUTER ASSISTED DETECTION Auto CAD software for lung nodule evaluation Automated evaluation of liver E Bod
5. On the basis of nature of failure the product supplier will be moved for black listing For equipments labelled as NOT OF STANDARD QUALITY the concerned administration will be informed for initiating necessary action against the supplier and that product shall be banned black listed and no further supplies will be accepted from him till he is legally discharged The supplier shall also not be eligible to participate in tenders for supply of such equipments for a period of five subsequent years Ag 4 1 4 2 4 3 4 4 5 1 5 2 Annual without spare parts AMC Comprehensive include free labour repair other services amp spare parts Maintenance Contract CMC amp Training The Bidder shall also quote charges for Annual without spare parts Comprehensive include free labour repair other services amp spare parts Maintenance Contract for the next five years after the expiry of five years warranty period in Annexure XII The bidder shall provide operational training to Technician staff operator for minimum of 3 days by the expert or as instructed at the time of agreement The bidder should take guarantee of the availability of all spare parts for a minimum period of 10 years from the date of installation Genuine equipments and instruments etc should be supplied Tenderers should indicate the source of supply i e name and address of the manufacturers from whom the items are to be imported Packi
6. Such representative must be present with original authority letter issued by the bidder with ID proof in support thereof Opening of bid will be sequential process Bids will be opened in the presence of Bidder s representatives who choose to attend on the specified date and time fixed for opening the bid Envelop D containing envelop A amp B documents will be opened out of which envelop A will be immediately opened online and physically Documents together with contents of envelop A will be subject to scrutiny those bidders whose documents and contents are as per tender conditions will only be deemed qualified for opening of technical bid The date and time of opening of technical bid envelop B will be made available on website within a week of opening of bid and will be communicated simultaneously to those who qualify for opening of bid Technical and Price bid will be submitted online and envelope B will be submitted in hard copy too Technical Bid will be evaluated as per specification and NCB terms and conditions by the Technical Committee Those bidders who qualify for the technical bid will be invited for demonstration of equipment on the day date amp place specified by R C A The bidders will have to demonstrate the equipments on the date day and place specified failing which their bid will be rejected Thereafter Price Bid envelop C will be opened online only for those bidders whose bid will be found technically responsive afte
7. Stores Equipments under the reference by the supplier shall in no event exceed the lowest price at which the suppliers of the Stores Equipments of identical description are made to any other person organization institution during the period and should attach an undertaking duly notarized ee ae 13 16 13 17 14 14 1 14 2 14 3 14 4 14 5 14 6 14 7 14 8 15 15 1 15 2 16 16 1 Equipment should be brand new amp of latest technology along with digital technique wherever applicable The Rate Contracting Authority reserves the right to increase the accessories and their numbers payment will be made only for ordered accessories Payment The method and conditions of payment to be made to the Supplier under the contract shall be specified in the SCC The Supplier s request s for payment shall be made to the Purchaser in writing accompanied by an invoice describing as appropriate the Goods delivered and the service performed and by documents submitted pursuant to GCC Clause 10 and upon fulfillment of other obligations stipulated in the contract Payments shall be made by the Purchaser after submission of the claim by the Supplier All sincere efforts will be made for payment of due amount which has been submitted to the purchaser within 30 days unless the situation being out of control of the purchaser Proforma invoice should also be submitted Payment shall be made in Indian Rupees
8. System must be able to export JPG and AVI file formats The system should be DICOM 3 0 ready with a facility for structured reporting for OB GYN and vascular data ELASTOGRAPHY System shall be equiped to perform elasticity imaging using latest available technology in a variety of application liver breast prostate and on a variety of transducers convex linear and endo cavitary accompanied by necessary quantification package software Mention manual or automated compression available One touch entry into elastography mode Elastogram applied as a region of interest box with user control of size and location through entire field of view Realtime indicator for elastogram quality Single screen 2D with elastogram and side by side display of 2D image and 2D with elastogram Shadow duplication and measurement capability in side by side display Distance and area tools Acquisition rate control for elastogram optimization Elastogram optimization settings to optimize to different tissue compositions The System should be capable of FUSION IMAGING i e Fusion of Ultrasound Images with CT MRI PET CT with navigation Equipment with above features to be offered with the following Broad Bandwidth Probes Broadband Convex Array Transducer 1 5MHz without need for frequency switching Broadband Linear Transducer 5 17MHz without need for frequency switching Broad Band Transvaginal Transrectal Probe with frequency range between 5 to 9 Mhz Broadb
9. Undertaking during the period of the rate contract of Madhya Pradesh under the contract except for the quantity of under sub clause a amp b of the clause 31 3 Jurisdiction In respect of all disputes or claims related with Rate Contracts out of or under this contract Indore Court alone shall have jurisdiction to entertain the same In respect of all disputes or claims related with Supply Payments and any other out of or under this contract the concerned Court of Purchaser s place shall have jurisdiction to entertain the same CHAIRMAN PURCHASE COMMITTEE amp DEAN M G M MEDICAL COLLEGE A B ROAD INDORE M P 44 SECTION IV SPECIAL CONDITIONS OF CONTRACT SCC 45 SECTION IV SPECIAL CONDITIONS OF CONTRACT SCC TABLE OF CLAUSES Clause No Topic Page No 1 Definitions GCC Clause 1 47 2 Performance security GCC Clause 7 47 3 Inspection and tests GCC Clause 8 47 4 Annual Comprehensive Maintenance Contract amp Training 49 5 Packing GCC Clause 9 49 6 Delivery and documents GCC Clause 10 49 7 Insurance GCC Clause 11 50 8 Payments GCC Clause 14 50 9 Prices GCC Clause 15 50 10 Liquidated damages amp deduction in payment GCC Clause 20 51 11 Resolution of disputes GCC Clause 25 51 12 Notices GCC Clause 29 52 13 Supplier Integrity 52 14 Supplier s obligations 52 15 Patent right GCC Clause 6 53 16 Progress of Supply 53 17
10. XI Price Schedule for AMC without spare parts CMC include free labour repair other services amp spare parts and Annexure XII Detail of Service Centre in M P q Annexure XIII Check List OBR Cro rr mo ao op P The Bidder is expected to examine all instructions forms terms specifications and annexure in the Bidding Documents Failure to furnish all information required by the Bidding Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder s risk and may result in rejection of its bid The biding document is not transferable Clarification of Bidding Documents If wishes a prospective Bidder requiring any clarification of the Bidding Documents shall contact the Rate Contracting Authority in writing at the Rate Contracting Authority s mailing address indicated in the invitation for Bids The Rate Contracting Authority will respond in writing to any request for clarification of the Bidding Documents which it receives not later than 15 days prior to the deadline fixed for submission of Bids and prescribed by the Rate Contracting Authority Any 14 7 1 7 2 1 3 8 1 9 1 correspondence with Rate Contracting Authority seeking any clarification regarding any matter contained herein shall not compel the Rate Contracting Authority to suspend the implementation of provision given hereunder or shall not mean a promise to change any provision in
11. accordance with their respective laws the day and year first above written That in token of this agreement both parties have today affixed their signature at Indore Signed Sealed and delivered by the DAI GG accede ane pain eitce eves eeh aan For the RATE CONTRACTING AUTHORITY Inthe presence Of 2 2 c ketiee ereenn aee a e Signed Sealed and Delivered by the Sad cere Mee aah teh RE For the supplier In the presence Of cisne cece eee eee ence nee e neinke 67 ANNEXURE IX Ref Clause No 13 3 j of ITB DETAILS OF MANUFACTURING UNIT AUTHORIZED DISTRIBUTORS Name of the Tenderer amp Full Address Whether manufacturer authorized distributor PAN number Phone Nos Fax No E mail Address Date of Inception Equipments Manufacturing Distribution License No amp Date Issued by Valid upto CST VAT Registration No If bidder is authorized distributor then name address telephone fax of authorized manufacturer Name amp Designation of Authorized Signatory Signature of the Authorized Signatory The details of manufacturing unit authorized distributor shall be for the premises where items quoted are actually manufactured stoked 68 ANNEXURE X Ref Clause No 17 2 of ITB PRICE SCHEDULE Sr Item Name Name Make Rate per Unit Amountof Rate of Rate of No Code of the of amp Landed Transportat Excise CST Equipm Man
12. as closed holiday due date for receipt opening of bid will be post poned online Supporting documents along with original EMD and cost of tender form has to be submitted by tenderer at Chairman Purchase Committee amp Dean office M G M Medical College Indore M P on or before the time amp date of submission as mentioned above Time of Completion of work within 8 weeks from the date of allotment letter CHAIRMAN PURCHASE COMMITTEE amp DEAN M G M MEDICAL COLLEGE A B ROAD INDORE M P 10 SECTION IL INSTRUCTIONS TO BIDDER ITB SECTION Il INSTRUCTIONS TO BIDDER TABLE OF CLAUSES Clause No Topic Number Page Clause Topic Number Page No No No A Introduction D Submission of Bids 1 Scope of work 13 17 Bid stages 20 2 Eligible Bidders 13 18 Deadline for Submission 23 of Bids 3 Eligible Goods and Services 13 19 Late Bids 23 4 Cost of Bidding 14 20 Modification and 24 withdrawal of bids B Bidding Documents E Bid opening and evaluation of Bids 5 Contents of Bidding Documents 14 21 Opening of Bids by the 24 Rate Contracting Authority 6 Clarification of Bidding 14 22 Clarification of Bids 25 Documents 7 Amendment of Bidding 15 23 Preliminary Examination 25 Documents C Preparation of Bids 24 Evaluation and 26 Comparison of Bids 8 Language of Bid 15 25 Contacting the Rate 26 Contracting Auth
13. bidders for supply of Equipments For Radiodiagnosis under Rate Contract Bids may be submitted by the primary manufacturer or their authorized distributor or importer for and on behalf of the primary manufacturer provided the bid is accompanied by a duly notarized letter of authority from the primary manufacturer a Price of bidding document Non refundable DD i Rs 5 000 D D in favour of Dean M G M Medical College Indore payable at Indore b Pre Bid Meeting 06 07 2013 c Last date and time for submission of bids As per online key dates d Date and time of opening of Bid Envelope D amp amp A As per online key dates e Place of opening of bids at http dme mpeprocurement gov in f Address of communication Chairman Purchase Comittee amp Dean M G M Medical College A B Road Indore M P 452 001 Bidders may offer their bid online for any one or more Equipments For Radiadiagnosis Bids will be evaluated for each equipment separately Bid and bid security as specified in the bid document must be delivered as per prescribed format for online and physical submission specified in notice and tender document Bids will be opened online in the presence of Bidder s representatives who choose to attend on the specified date and time fixed for opening the bid Envelop D containing envelop A amp B documents will be opened online as well as physically out of which envelop A will be immediately opened Documents
14. confirm to the controlled price or MRP as the case may be This discretion will be exercised without prejudice to any other action that may be taken against the bidder To ensure sustained supply without any interruption the Rate Contracting Authority reserves the right to split orders for supplying the requirements among more than one bidder provided the prices and other conditions of supply are equal The prices quoted and accepted will be binding on the bidder for the stipulated period as per para I of introduction and any increase in the price will not be entertained till the completion of this tender period or till further orders Cross Conditions such as SUBJECT TO AVAILABILITY SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED etc will not be considered under any circumstances 4 G s 12 12 1 13 13 1 13 2 13 3 and the tenders of those who have given such conditions shall be treated as incomplete and Tender will be summarily rejected The price quoted should be inclusive of service tax as per Govt rules on inspection and testing charges which will be realized in advance from the bidders Bid Currencies Prices shall be quoted in Indian Rupees Documents establishing Bidder s eligibility and qualifications Pursuant to ITB Clause 9 the Bidder shall furnish as part of its bid documents establishing the bidder s eligibility to bid and its qualifications to perform the Contract if its bi
15. of completion of the supplier s satisfactory performance obligations including the warranty obligations under the contract Add as clause 7 5 to the GCC the following In the event of any contract amendment the supplier shall within 07 days of receipt of such amendment furnish the amendment to the performance security rendering the same valid for the duration of the contract as amended for further period of 60 days thereafter Inspection and tests GCC Clause 8 If purchaser wishes A The inspections shall be carried out by the appointed Technical Committee or Inspection Agency at the premises of the suppliers godown or stores of the supplier at point of delivery installation Inspection and testing charges for the above purpose shall be borne by the supplier 47 Inspection note will be issued by the inspection committee verifying the specification performance details of accessories supplied with the machine test certificate issued by the respective authority etc as decided by the purchasing committee The machine will be dispatched only after the inspection procedure has been followed and inspection note issued to accept the consignment The consignee may also draw the sample at random from the consignment within 45 days of their receipts and get them re tested to satisfy whether the lots conform to the laid down specification In the event of the sample failing to conform to specification the consignee shall r
16. protected having focal spot of 0 6 amp 1 2 mm Anode heat storage capacity of the Tube should be 300 KHU or more A very compact H V Tank filled with high dielectric transformer oil Two pairs of 8 meter H V Cable compatible with the X Ray Tube Two nos light beam diaphragm with knobs for adjustment of Exposure Area Tube Stand Floor to Ceiling Stand amp with Counter Balanced Tube Head Rotatable 180 Degree 360 Degree Rotatable mounted on Floor Ceiling Rails for convenient movements Table Motorized Table with Motorized Bucky having Grid ratio 8 1 85 Lines inch and Stainless steel cassette tray The table should move from Trendlenburg position to vertical with Automatic stop at Horizontal Vertical amp Trendlenburg Position Provision should be given to manually move the table in case of Power failure Semi Automatic Spot Film Device capable of doing all routine Spot Filming 4 on 1 2 on 1 1 80 on 1 for use with 8 x 10 10 x 12 14 x14 cassettes Grid with Ratio 6 1 60 lines per inch SFD should have transverse movement Stray radiation lead rubber flaps the table should be provided with longitudinal movement of the table top Table Accessories like Compression band hand grips Foot rest amp foot step should be provided IITV System and Digital Fluoro Memory uote as optional 9 Triple field Image Intensifier High Resolution compact CCD Camera with 752 H x 58
17. should employ the state of the art Transmit Real Time Compound Imaging Technology with Multiple transmitted lines of sight of at least 9 lines wherein Multiple Coplanar Images from different viewing angles are obtained and combined into a single compound Image at real time frame rates for improved visualization amp better Image quality in Abdominal amp Vascular Imaging amp to virtually clean up the Image of artifacts 74 System should have advanced Image Processing algorithms to analyze between targets and artifacts so as to sharpen target anatomy and reduce the speckle amp artifacts for improved Image quality The system should have 256 Grey shades or more The system should offer a scan depth up to 30cm The system shall have three universal transducer ports with electronic switching capability allowing any transducer to be connected to any port The system should support Convex Linear Sector Volume Matrix Array and static transducers It should support volume imaging by freehand mechanical and electronic methods The system should support multiple fully sampled Live Volume Imaging for both adult and paediatric imaging All transducers should have Broad Bandwidth technology for extreme High Resolution 2D Imaging The system should be able to capture all frequencies in a single Probe without the need for user selection The system should have a high dynamic range of 160 dB or more The system
18. should have facility for zoom real time and frozen image and manipulation of Image through pre processing and post processing with Cine loop viewing of Images of all modes System should have Cineloop review facility in individual and mixed modes with memory upto minimum of 2000 images and 100 seconds of M Mode data The system should offer a very high frame rate upto 500 frames per second The system shall be able to perform mechanical 4D acquisitions at 30 Volumes per second Please specify 75 There should not be any reduction or change in pulsed Doppler PRF scale when moving between duplex pulsed wave Doppler and simultaneous triple modes Also system should offer automatic single button optimization of Doppler baseline and scale The system should have Harmonic Imaging for Tissues for hard to image patients The system shall support Tissue Harmonic Imaging capability on phased linear 3D and curved array transducers Tissue Harmonic Imaging should be available in colour flow imaging M Mode and 3D rendering modes System should be able to work in combined mode of Harmonic Imaging and Real time Compound Imaging to get excellent Image quality The system shall offer Tissue Harmonic Imaging in Power Doppler imaging mode for improved sensitivity and specificity in differentiating blood agent from tissue The system should have Contrast Harmonic Imaging and should have optimization settings to detect the Contra
19. supply i e name amp address of the manufacturers from whom the items are to be imported While quoting the rates of Equipments of Radiodiagnosis as enclosed list the name of the manufacturer must be mentioned otherwise the tender is liable to be rejected The rates of every item should be quoted from standard and well reputed firms companies and they should be minimum possible For Equipments for Radiodiagnosis means should bear quality assurance certification like ISO 9002 of CE Mark of ISI standardization Software and Hardware Update Free Digital Up date of software all update upto 5 years Voltage stabilizer amp digital technology should be supplied with the equipments required it Technical specification of equipments work mentioned is basic however equipments of higher specifications may be quoted at no extra cost No change in make manufacturer will be allowed at the time of supply Changes resulting out of technology upgradation of the same manufacturer can be permitted at no extra cost Operator s and service manual must be enclosed along with the equipment Names of the institution in India where quoted equipment work has been supplied installed done during last three years must be attached Also number of units sold in India must be informed in writing 99 3 4 12 4 13 4 14 4 15 5 1 5 2 5 3 7 1 The Bidders are not allowed to quote for equipments components with less t
20. to notification of the Government after the date of submission of tenders and during the tender period the quantum of additional excise duty so levied will be paid extra if the rates of excise duty prevailing at the time of tender has been shown extra and actually paid by the supplier For claiming the additional cost on account of the increase in Excise Duty the supplier should produce a letter from the concerned Excise authorities for having paid additional Excise Duty on the goods supplied to Purchaser and also must claim the same in the invoice separately Suppliers shall be entirely responsible for all taxes duties license fees octroi road permits etc incurred until delivery of the contracted Goods to the Purchaser However Sales tax VAT not surcharge in lieu of Sales Tax VAT in respect of the transaction between the Purchaser and the Supplier shall be payable extra if so stipulated in the supply order Fall Clause Prices charged for supplies under Rate Contract by the supplier should in no event exceed the lowest prices at which he offers to sell or sells the stores of identical description to any other State Government DGS amp D Public Undertaking during the period of the contract If at any time during the period of contract the price of tendered items is reduced or brought down by any law or Act of the Central of State government the supplier shall be bound to inform Rate Contracting Authority immediately about such re
21. walls and roof for the turn key project and installation of the equipment and main electrical supply upto the site The central HVAC system of the adequate capacity to be installed for controlling room temperature and ventilation of the offered equipments its components and complete equipments along with provision of 20 air change The temperature regulation has to be separate for the equipment section and the rest of the section and should be controllable in each room independently The road map for turn key project and equipment should be provided in words and as bar diagram presentation Clearly specify the time to be taken for completion of turnkey project and installation and commissioning of the machines commencing from the date of getting the final order In case of not meeting the final time schedule a penalty will be imposed as per Government Rule The layout plan and other site requirements to be finalized in consultation with the consignee hospital authorities The site earmarked for installations is to be inspected and layout plan prepared in consultation with the user department The exact plan depending upon the area location available has to be got approved from the Medical College authorities The lay out will comprise of various rooms like Reception Waiting Area Gantry Rooms Common Console Room Electrical Equipment and UPS Room Radiologist Room Change Room Toilets 95 etc Civil Works Turn k
22. 2 DICOM 3 0 or higher version Conformance statement to be provided 3 The system should have the facility of integrating all models for printing DICOM ready including the existing laser cameras in the MR section of the Department 14 ACCESSORIES 1 Dual head automatic pressure injector for minimum 200 ml for contrast and 100 ml for saline capacity injector 5 syringes with syringes with tubing with y connector should be provided alternatively an injector system of similar capability with dispensing with disposable syringes should be quoted 87 2 Two desktop single module monitor dell lenovo apple with cordless key board and mouse along with one laptop sony dell lenovo of top model should be provided with LCD projector sony 3000 luminous and motorized project screen 3 Medical grade film digitizer for x ray films of high image quality and resolution 4 UPS 150 kV Power rating compatible to whole machine load including injector camera computer system will stations X ray gantry system etc for 15 minutes UPS must be online with high frequency inverter system and with high amphear capacity maintenance free battery backup 15 DRY VIEW IMAGING CAMERA WITH THE FOLLOWING SPECIFICATIONS 1 Dry chemistry image 2 Resolution 16 bits 500 dpi 3 Support 5 multiple film size one of which must be 17 x14 4 Must have 3 or more online film sizes 5 Throughput of 180 films or more per hour 6 DICOM compa
23. 2 v picture elements 02 nos 17 High Resolution TFT Monitor along with the trolley MEMORY SYSTEM having the following minimum features should be provided LA VULNS AS LALL I RRR RK SS 2 Monitors System for LIH LIVE and Stored Images Permanent Image Storage capacity of Approx 10 000 Images 50 Temporary Image Storage for quick review 32 Bit Image Storage for Excellent Resolution Image Sharpening Real time or Stored Images Image Rotation Colorized Images Negative Images Gray Level Invert Frames Averaging for smoothing of Images Real time 256 frames QUAD view 4 Images on Monitor Cine Loop of 500 frames Multiple Cine Loops can be stored permanently Variably frame Rate of 2 5 10 15 amp 27 frames per second for cine Loop Patient s Name Operator Name Hospital Name Date amp Time display on Monitor ON Screen Measurements Length X amp Y amp Area Contrast enhancement of Area of Interest Facility for Image Printing Automatic capture and storage of cine loop with cine foot switch Printing options in different formats Frames of different loops can be printed on the same sheet Frame rate selection LAN connectivity 81 y DICOM compatible Other Requirements The unit should be approved by AERB The unit should also be CE certified The company should have a Local Service Center The company should have proven track record in Govt sector War
24. And mention the details of cooling system of the 83 tube c Specify the focal spot size as per IEC standard 5 Spiral Acquisition a Scan time should be 0 40 sec or less for full 360 rotation b Specify the time in minutes for warm up from fully off in normal as well as in emergency c Minimum slice thickness should be 0 625 mm or less specify minimum slice thickness in axial spiral and cardiac mode d Specify the pitch factor for general radiological application and its variability However for cardiac scanning pitch 0 2 or less specify all possible pitch selections e Single continuous spiral scan time should be at least 60 sec or more f Should have multiple acquisition facility with no inter slice gap g Mention total single gapless spiral coverage h Mention gapless volume coverage with time taken for single multiple runs i Bolus triggered or bolus chase spiral acquisition should be available j Real time x ray dose reduction which combines both Z axis and angular tube current modulation to adjust the dost size and shape of individual It should be possible to modulate the mA with ECG signals prospective and retrospective 6 Detector System 1 Number of physically independent rows of detectors must be 64 or more please separately quote a system with specifications with dual energy capability OPTIONAL Quote price separately if necessary 2 Detector type solid state detectors it should n
25. Chairman Purchase Committee which is Dean M G M Medical College Indore k Rate Contracting Authority means the Chairman Purchase Committee Q9 The Project Site where applicable means the place or places named in SCC m Day means calendar day Applications These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract saigs 3 1 3 2 3 3 4 1 4 2 4 3 4 4 4 5 4 6 4 7 4 8 4 9 4 10 4 11 Country of Origin All goods and services supplied under the Contract shall be specified their country of origin For purpose of this Clause origin means the place where the Goods are mined grown or product or from which the Services are supplied Goods are produced when through manufacturing processing or substantial and major assembling of components a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components The origin of Goods and Services is distinct from the nationality of the Supplier Standards The Goods supplied under this Contract shall confirm to the standards mentioned in the Technical Specifications and when no applicable standard is mentioned latest standards agreeable to Rate Contracting Authority should be supplied Genuine Equipments For Radiodiagnosis must be supplied Tenderers should indicate the source of
26. E ra earns eee ies Ea Name of Supplier hereinafter called the supplier has undertaken in pursuance of Contract No dated 2009 to supply sssecssccccseesessrrereseee description of goods and related services hereinafter 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 recognized bank for the sum specified therein as security for compliance with the Suppliers performance obligations in accordance with the Contract AND WHEREAS we have agreed to give the Supplier a Guarantee 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 limit of amount of Guarantee as aforesaid without needing to prove or to show grounds or reasons for your demand or the sum specified therein This guarantee is valid until the day Of wei cea 2013 Date ss cesaucnheiseioa 2013 Full Address of the Bank Telephone No Fax No Email Address 64 ANNEXURE VIII Ref Clause No 31 of ITB CONTRACT AGREEMENT FORM Tender N
27. R only 2 The Bidders shall submit their Earnest Money Deposit as usual in a separate physically sealed Envelope and the same should reach the concerned office as stated in the Notice Inviting Tender by post The Bidders have to upload scanned copy of Earnest Money Deposit instrument along with the reference details i Fixed Deposit for 18 Months as bid security which shall be Rs 2 00 Lakh Rs Two Lakh only tendered for as E M D issued by Nationalized bank in the name of the Dean MGM Medical College Indore payable at Indore refundable Any other example D D Cheque will not be accepted e Without submission of E M D the tender will be summarily rejected as per rules e In no case the tender cost fee should be mixed with E M D amount Fee cost is not refundable 20 Envelop B Technical Bid i ii iii iv v vi vii viii ix x xi xii xiii xiv xv xvi xvii xviii xix Technical bid should be submitted online as well as with two additional self certified copies total 3 copies _for the quoted equipments etc should be signed and stamped on each page ANNEXURE VTI The bidder shall submit the specification s compliance deviation report duly filled and signed which clearly bring out the deviation from the specification if any given in Annexure VI Format of technical bid is available in tender document and bidder should provide technical bid i
28. Section V Bid Form 54 46 Special Conditions of Contract The following special conditions of contract shall supplements the general conditions of contract whenever there is a conflict the provisions herein shall prevail over those in the general conditions of contract the corresponding clause numbers of the general conditions is indicated in parentheses 1 2 1 2 2 2 3 Definitions GCC Clause 1 GCC 1 1 g a The Purchaser is concerned Deans Principal Superintendents of various Govt Autonomous Medical Colleges Dental College and Associated Hospitals of Madhya Pradesh which is also Good s Receiving Authority GCC 1 1 i b The Supplier is the individual or firm supplying the Goods and Services under this Contract GCC 1 1 b c The Purchaser Country is India GCC 1 1d d The project site is as per supply order Performance security GCC Clause 7 The supplier shall be required to pay 10 performance security of the order value or maximum Rs 15 lac which ever is less The performance security should be paid upfront in respect of each supply order or before the due date fixed by the Purchaser valid up to the end of guarantee warranty period for performance obligations including warranty obligations Substitute clause 7 4 of the GCC by the following The performance security will be discharged by the Purchaser and returned to the supplier not later than 60 days following the date
29. Six Hundred Ten only and Cost of tender form in the form of DD of Rs 5 000 in the name of Dean M G M Medical College Indore payable at Indore M P should be submitted in a separate Envelope marked Tender Fee along with physical documents failing which the tender will be rejected Email cpc2013mgmmc indore yahoo com GUIDELINES TO BIDDERS FOR IMPLEMENTATION OF e PROCUREMENT SYSTEM IN DEPARTMENT OF MEDICAL EDUCATION GOVERNMENT OF MADHYA PRADESH http dme mpeprocurement gov in Note These conditions will over rule the conditions stated in the tender documents wherever relevant and applicable 1 Registration of Bidders on e Procurement System All the Bidders Contractors Vendors registered intending to register with DEPARTMENT OF MEDICAL EDUCATION are required to register on the e Procurement System on the website http mpeprocurement gov in and get empanelled on http dme mpeprocurement gov in in order to participate in restricted tenders processed by DEPARTMENT OF MEDICAL EDUCATION using the e Procurement System The Bidders Contractors registered with other departments who are also eligible to participate in tenders processed by DEPARTMENT OF MEDICAL EDUCATION are also required to be registered on the e Procurement System on http mpeprocurement gov in Bidders who are already registered on http mpeprocurement gov in can use their existing User Id to login and participate in online tenders floated by DEPAR
30. TENDER DOCUMENT GOVERNMENT OF MADHYA PRADESH DEPARTMENT OF MEDICAL EDUCATION TENDER NO CPC EQP RD 13 14 15 SECOND CALL FOR SUPPLY OF EQUIPMENTS FOR RADIO DIAGNOSIS FOR GOVERNMENT AUTONOMOUS MEDICAL COLLEGES amp ASSOCIATED HOSPITALS UNDER MEDICAL EDUCATION DEPARTMENT GOVT OF M P BHOPAL CONTRACT DOCUMENT CONSISTING OF TENDER NOTICE TENDER FORM RATE SHEET TENDER CONDITIONS SPECIFICATIONS AND TECHNICAL PARTICULARS FORM OF AGREEMENT ETC ISSUING AUTHORITY CHAIRMAN PURCHASE COMMITTEE amp DEAN M G M MEDICAL COLLEGE A B ROAD INDORE M P INDEX Sr Particular Page No Important dates 3 Guideline to bidders for implementation of e 4 procurement system Section I Invitation for bid 9 Section II Instructions to bidder 11 Section III General Conditions of Contract 29 Section IV Special Conditions of Contract 45 Section V Bid Form 54 Table of Annexure 55 Requirement of equipments 73 135 GOVERNMENT OF MADHYA PRADESH DEPARTMENT OF MEDICAL EDUCATION NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF EQUIPMENTS FOR RADIODIAGNOSIS FOR GOVERNMENT AUTONOMOUS MEDICAL COLLEGES amp ASSOCIATED HOSPITALS UNDER MEDICAL EDUCATION DEPARTMENT BHOPAL M P UNDER RATE CONTRACT BID REFERENCE PRE BID MEETING CPC EQP RD 13 14 15 SECOND CALL 06 07 2013 at 11 30 AM Key Dates Single Submission La With Prequalification ia DME Stage Cont
31. TMENT OF MEDICAL EDUCATION Digital Certificates The Bids submitted online should be signed electronically with a Class III Digital Certificate to establish the identity of the Bidder submitting the Bid online The Bidders may obtain Class III Digital Certificates issued by an approved Certifying Authority authorized by the Controller of Certifying Authorities Government of India A Class UI Digital Certificate is issued upon receipt of mandatory identity proofs along with an Application Form Only upon the receipt of the required documents a Digital Certificate can be issued Note It may take up to 4 working days for issuance of Class III Digital Certificate hence the bidders are advised to obtain them at the earliest The Bidders may obtain more information on Digital Certificate from NexTenders India Pvt Ltd A 6 Sahyog Parisar Opp Makhanlal Chaturvedi University E 8 Shahpura Bhopal 462 039 M P Ph No 0755 407 50 10 Email Bhopal nextenders com Important Note Bid for a particular tender can be submitted during the ONLINE BID SUBMISSION stage only using the Digital Certificate that is used to encrypt the data and sign the hash during the ONLINE BID PREPARATION AND HASH SUBMISSION stage In case during the process of a particular tender the bidder looses his Digital Certificate because of any problem such as misplacement virus attack hardware problem operating system problem etc he may not be able to s
32. a Hospital Gwalior 15 Superintendent Mental Hospital Gwalior 16 Superintendent S G M Hospital Rewa 17 Superintendent N S C B Medical College Hospital Jabalpur 18 Superintendent Govt Medical College Hospital Sagar Supplier To be filled at the time of Contract Signature Supplier Integrity The supplier is responsible for and obliged to conduct all contracted activities in accordance with the contract using state of the art methods and economic principles and exercise all means available to achieve the performance as specified in the contract Supplier s obligations The supplier is obliged to work closely with the R C A amp Purchasers staff act within its own authority and abide by directives issued by the Purchaser and implementation activities 52 15 16 The supplier will abide by the job safety measures prevalent in India and will free the purchase from all demands or responsibilities arising from accidents or loss of life the cause of which is the supplier s negligence The supplier will pay all indemnities arising from such incidents and will not hold the Purchaser responsible or obligated The supplier is fully responsible for managing the activities of its personnel or sub contracted personnel and will hold itself responsible for any misdemeanors The Supplier will treat all data and information about the Rate Contracting Authority Purchaser obtained in the execution of his responsibilities in s
33. act in question iv Will declare a firm ineligible either indefinitely or for a stated period of time to be allowed to participate awarded a contract if at any time determines that the firm has engaged in corrupt or fraudulent practice in competing for or in executing a contract Furthermore Bidders shall be aware of the provision stated in sub clause 21 4 of the General Conditions of contract 28 SECTION III GENERAL CONDITIONS OF CONTRACT GCC 29 SECTION II GENERAL CONDITIONS OF CONTRACT GCC TABLE OF CLAUSES i ane Topic Page Number 1 Definitions 31 2 Applications 31 3 Country of Origin 32 4 Standards 32 J Use of Contract documents and information 33 6 Patent Rights 33 7 Performance Security 33 8 Inspection and Tests 34 9 Packing 35 10 Delivery and Documents 35 11 Insurance 35 12 Transportation 35 13 Warranty 36 14 Payment 38 15 Prices 38 16 Change orders 38 17 Contract Amendments 39 18 Assignment 39 19 Delays in the Supplier s Performance 39 20 Liquidated Damages 39 21 Termination for Default 40 22 Force Majeure 41 23 Termination for insolvency 41 24 Termination for Convenience 41 25 Resolution of Disputes 42 26 Limitation of Liability 42 27 Governing Language 42 28 Applicable Law 43 29 Notices 43 30 Taxes and Duties 43 31 Fall Clause 43 32 Jurisdicti
34. acting Authority whether in contract tort or otherwise for any indirect or consequential clause or damage loss of use loss of production or loss of profits or interest costs provided that this exclusion shall not apply to any obligation of the suppliers to pay liquidated damages to the Rate Contracting Authority and ii the aggregate liability of the supplier to the Rate Contracting Authority whether under the contract in tort or otherwise shall not exceed the total ordered price provided that this limitations shall not apply to the cost of replacing sub standard defective goods Governing Language 42 27 1 28 28 1 29 29 1 29 2 30 30 1 30 2 31 31 1 The contract shall be written in English language Subject to GCC Clause 28 English language version of the Contract shall govern its interpretation All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in the same language Applicable Law The Contract shall be interpreted in accordance with the laws of the Union of India Notices Any notices given by one party to the other pursuant to this Contract shall be sent to other party in writing confirmed in writing to the other Party s address specified in SCC A notice shall be effective when delivered or on the notice s effective date whichever is later Taxes and Duties In case of any enhancement in Excise Duty due
35. actors has lapsed the bid round will be closed and the concerned Department Official shall generate a Tender Super Hash which shall be digitally signed by the Department Official Decryption and Re Encryption Bids Bidders have to decrypt the Bid Data with their Digital Certificate and re encrypt the Bid Data and also upload the relevant documents using Online Briefcase feature for which they had generated the Bid Seals Hashes during the Bid Preparation and Hash Submission stage within the specified time as stated in the time schedule Key Dates The encrypted data of only those Bidders who have submitted their Bid Seals Hashes within the stipulated time as per the tender time schedule Key Dates will be accepted by the system A Bidder who has not submitted Bid Seals Hashes within the stipulated time will not be allowed to decrypt and re encrypt his Bid Data or upload the relevant documents Submission of Earnest Money Deposit The Bidders shall submit their Earnest Money Deposit as usual in a physically sealed Earnest Money Deposit Envelope and the same should reach the concerned Office as stated in the Notice Inviting Tender by post The Bidders have to upload scanned copy of Earnest Money Deposit instrument along with the reference details Opening of Tenders The concerned Department Official receiving the tenders or his duly authorized Officer shall first open the online Earnest Money Deposit Envelope of all the Bidders and
36. and Volume Transducer 2 6MHz without need for frequency switching for 4D Applications The system should have the following Documentation Devices 1 Black amp White Thermal Printer 2 On Line UPS of appropriate rating from a reputed brand 3 Colour Laser Printer 78 4 Latest computer system with at least 1 Tb hard disc and 2 GB RAM for image storage Transfer and reporting 1000 DVDs for data storage WARRANTY The complete system including the machine equipments amp all accessories including computer system AC to be under warranty for 5 years Thereafter a comprehensive maintenance contract including repair replacement of the parts of the complete system all accessories computers and printers and all other items supplied installed should be offered for 5 years During warranty AMC period all breakdowns must be attended to within 24 hours and repairs completed within 72 hours of reporting DOWN TIME a Maximum acceptable down time of equipment during the warranty period AMC should not exceed five percent calculated separately for each year b If the down time exceeds the level then the warranty period AMC to be extended by twice the period of downtime exceeding 5 RESPONSIBILITIES During the period of warranty comprehensive maintenance contract the following will be the responsibilities of the firm a Maintenance and replacement of the batteries of the UPS as and when necessary b Air conditio
37. are parts Comprehensive Maintenance Contract include free labour repair other services amp spare parts for the next five years after the expiry of five years warranty gurantee period in Annexure XI AMC should be quoted for equipments costing upto Rs 5 00 Lacs and CMC should be quoted for equipments costing more than Rs 5 00 Lacs The bidder should quote equipments which will have guarantee warranty of atleast 5 years equipments which have less than 5 years warranty will not be entertained and so should not be quoted Bidder should show recurring expenditure of each equipment separately The price bid should be submitted online as prescribed in online form only In case price bid financial bid is submitted manually or in CD than bid will be rejected Deadline for Submission of Bids Bids will not be accepted after the time and date specified in the invitation for Bids Section I The Rate Contracting Authority may as its discretion extend the deadline for submission of bids by amending the Bid Documents in accordance with ITB Clause 7 in which case all right and obligations of the Rate Contracting Authority and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended The Rate Contracting Authority will not be responsible for any delay or non receipt of tender documents Late Bids No Bid can be submitted after the last date and time of submission of bid 23 20 20 1
38. arising under the warranty Upon receipt of such notice the Supplier shall with all reasonable speed replace the sub standard equipments without cost to the Purchaser If the Supplier having been notified fails to remedy the defect s within seven days the Purchaser may proceed to take such remedial actions as may be necessary at the Supplier s risk and expense and will have right to impose penalty without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract The stores supplies shall be strictly in accordance with the Specifications Standards and shall be of the best quality The stores are demanded to carry the Supplier s own guarantee of the items by the consignee If at any time during after the supply if equipment is not found as per specification sub standard or refurbished the bidder shall replace defective equipment at his own cost immediately failing which the total amount is recoverable from him and he will be black listed UPTIME GUARANTEE The firm should provide uptime guarantee of 95 Downtime penalty Clause During the Guarantee Warranty period desired uptime of 95 of 365 days 24 hours if downtime exceeds 5 penalty in the form of extended warranty double the number of days for which the equipment goes out of service will be applied The vendor must undertake to supply all spares for optimal upkeep of the equipments for at least 10 years after handing ove
39. ase if the price bid is sent physically or in CD as a soft copy the bid will be out through rejected Envelop D Main Tender Envelop a Envelop A amp B PRICE BID The Bidder should furnish the following i The rate quoted online only as per unit landed price in Annexure X Suggested sample proforma of price schedule in this tender document is for inspection and not for physical submission or in CD shall be inclusive of Excise Duty Custom Duty freight packing insurance inspection amp testing Brera 18 18 1 19 19 1 ii iii iv v vi vii viii 1x charges etc exclusive of VAT and should be F O R point of installation on turn key basis The rate quoted in column 8 of Annexure X should be filled online Suggested sample proforma of price schedule in this tender document is for inspection and not for physical submission or in CD should be for a unit and given specification The Bidder is not permitted to change alter specification or unit size given in the Annexure X Bidder has to quote rates online only strictly for the items which are mentioned in the tender Rates quoted for items other than mentioned in the tender form then that particular item will not be entertained The rates of each item should be quoted in figures as well as in words also otherwise the tender is liable to be rejected The bidder shall also quote charges for Annual Maintenance Contract without sp
40. at its discretion extend the supplier s time for performance Except as provided under GCC Clause 22 a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 20 unless an extension of time is agreed upon pursuant to GCC Clause 19 2 without the application of liquidated damages Liquidated Damages Subject to GCC Clause 22 if the Supplier fails to deliver any or all the Goods or to perform the services within the period s specified in the supply order the Purchaser shall without prejudice to its other remedies under the Contract deduct from the Contract Price as liquidated damages a sum equivalent to the percentage specified in SCC of the delivered price of the delayed goods or unperformed services for each week or part thereof of delay until actual delivery or performance up to a maximum deduction of percentage specified in SCC Once the maximum is reached the Purchaser may consider termination of the Contract pursuant to GCC Clause 21 39 21 21 1 21 2 21 3 21 4 21 5 Termination for Default Contract may be terminated by the Rate Contract Authority if If the supplier fails to execute the supply within the stipulated time the Purchaser is at liberty to make alternative purchase in the event of making ALTERNATIVE PURCHASE the supplier will be imposed penalty apart from the forfeiture of Performance G
41. ate along with Bid security Specification of equipments supplied should match the specification in catalogue d The instruments such as power of attorney resolution of board etc authorizing an officer person of the bidder should be submitted with the tender and such Authorized officer person of the bidder should sign the tender documents e Authorization letter nominating a responsible person of the bidder to transact the business with the Rate Contracting Authority E ky a The Bidder manufacturer should have atleast three years manufacturing distributorship experience The Bidder should submit a list of user of quoted equipments manufactured by the Principal Manufacturer for last three years These list should also contain the supplies related to the Govt hospital Medical Colleges Public Sector undertaking Undertaking hospital and other institutions of repute Bidder should submit details of installation in Annexure IV The bidder should have at least one service centre in Madhya Pradesh with a team of trained service engineer technical staff the details in this regard as per Annexure XII shall be submitted In case at the time of tender service centre is not available in M P then he shall submit undertaking to establish the service centre before the award of contract It shall be the duty of the seller to collect the equipment for repair service amp to replace it after such repair servicing free of charge during warran
42. bidding document or another acceptable to the purchaser in favour of Purchaser till completion of warranty period The performance security will be discharged by the purchaser and returned to the Supplier not later than 60 days following the date of completion of the Supplier s satisfactory performance obligations including warranty obligations unless specified otherwise in SCC Inspection and Tests If purchaser wishes The purchaser or its representative shall have the right to inspect and or test the Goods to confirm their conformity to the contract The Special Conditions of Contract and or the Technical Specification shall specify what inspections and tests the purchaser requires and where they are to be conducted The purchaser shall notify the Supplier in writing of the identity of any representatives retained for these purposes i The Supplier shall notify the purchaser or its representative at least 10 days prior to the date when Goods are available for inspection ii The Supplier will provide to the purchaser or its representative all reasonable facilities for the conduct of such inspections and tests at no additional cost to the purchaser The Supplier may seek an independent quality test report for batch ready for shipment The cost of such tests will be borne by the Supplier iii Where the Supplier contests the validity of the rejection by the purchaser or his representative whether based on product or packing grounds a
43. ct is to be maintained during the period of warranty to the satisfaction of the Institute a The warranty will start after successful and complete installation of the CT scanner and completion of the Turnkey project b There after a comprehensive maintenance contract including repair replacement of the parts of the complete system including C T tube all accessories computers and printers and all other items supplied installed should be offered for 5 years c All the breakdown calls should be attended within 48 hrs beyond this permissive limit the warranty will be extended by double the number of days for the service d The uptime for the work by the machine is minimum 95 Scope of warranty will include the machines and its accessories including UPS computers printers air conditioner pressure injectors and anesthesia equipment supplied along with the machine and all the items supplied by the company 21 GENERATOR 150kva or more as per requirement of equipment and A C 91 22 Quote as optional P A C S System TECHNICAL SPECIFICATIONS 1 Master server hardware INTEL Server mother board SE7520BD2V e QUAD INTEL XEON PROCESSROS INTEL E7520 CHIPSET e Windows 2003 server OS e 800MHz FSB WITH 2 MB L2 Cache e 10 100 1000 Base T Lan Ethernet interface with WOL e 200GB SCSI hard disk drive e 2GB DDRAM up gradable to 16 GB e 100 1000 Mbps LAN e SCSI SATA Connectivity 52
44. cuments have been properly signed and whether the bids are generally in order The Rate Contracting Authority may waive any minor informality or non conformity or irregularity or omissions in a bid which does not constitute a material deviation provided such a waiver does not prejudice or affect the relative ranking of any Bidder Prior to the detailed evaluation pursuant to ITB Clause 24 the Rate Contracting Authority will determine the substantial responsiveness of each bid to the bidding documents For purposes of these Clauses a substantially responsive bid is one which conforms to all the documents terms conditions and specifications of the bidding documents without material deviations The Rate Contracting Authorities determination of a bid s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence If a bid is substantially responsive the Rate Contracting Authority may request that the bidder submit the necessary information or documentation within a reasonable period of time to rectify nonmaterial nonconformities or omissions in the bid related to documentation requirements Such omissions shall not be related to any aspect of the price of the bid Failure of the bidder to comply with the request within the stipulated time may result in the rejection of its bid If a bid determined as not substantially responsive it will be rejected by the Rate Contracting Authority and may not subs
45. d integrated in the false ceiling All the internal wiring including that of telephone LAN DICOM amp PACS etc will be of concealed variety Cabinets should be made of 19 mm thick water proof commercial board finished with 1mm thick lamination of approved shade with hard wood edging Fire Safety measures A fire alarm system of reputed make with smoke heat detectors indicator panels call boxes electronic sirens and wiring will be installed if needed and not available at the site Audio call bell system with intercom and remote locking unlocking facility to be provided at the main door of the complex A security grill shutters to be put at the main entrance It will be wide enough to permit easy entry 96 of patients on trolleys and wheel chairs The surrounding area to be illuminated for security reasons Music system for all the rooms and waiting areas in the center Closed circuit cameras of reputed company should be provided in the examination room console room and waiting areas to be provided Neon light signboard is to be provided All the rooms in the complex will be signposted Sun film and Venetian blinds will be put up in all windows The entire complex will be made rodent pest proof All windows should have MS grill Aluminum frame and glass sliding window type Pop plaster paint also to be mentioned in each rooms RF Interiors on MR are to be specified Transformer All power line
46. d is accepted The documentary evidence of the Bidder s eligibility to bid shall establish to the Rate Contracting Authority s satisfaction The documentary evidence of the Bidder s qualifications to perform the Contract if its bid is accepted shall establish to the Rate Contracting Authority s satisfactions a Bids may be submitted by the primary manufacturer or their authorized distributor or importer for and on behalf of the primary manufacturer provided the bid is accompanied by a duly notarized letter of authority from the primary manufacturer In case of authorized distributor the bidder should have minimum three years association with manufacturer as per authorization form given in Annexure II b Documentary evidence for the Registration of the company with details of the Name Address Telephone Number Fax Number e mail address of the firm and of the Managing Director Partners Proprietor and Name Address Telephone number fax e mail of primary manufacturer c The bidder shall submit printed original catalogues of primary manufacturer and any other technical documents like data sheet or operational manual of equipment with highlighting the features in portal along with the other documents In catalogue the quoted product no and name should be highlighted and item code should also be written with catalogue against which that product is quoted These documents are also to be submitted in physical form before due d
47. der The supplier shall agree to deposit 10 performance security along with as mentioned at point no 7 above in advance by FDR Bank Guarantee against the value of particular supply order for a period of 18 months The suppliers are not authorized to supply material directly to any state Govt Semi Govt any other organization on the rate lower than the rate contract The supplier shall supply the goods directly to the indentor purchaser at the address given in the supply order The supplier shall raise bills directly in the name of indenting officer purchaser against the supplies made directly by them to the indentor s satisfaction in compliance with the conditions contained in the supply order The supplier shall receive payment against its bill directly from the indenting department purchasing department In case of Non payment for the supplies made by supplier they will demand payment directly from the department indentor concerned and in no case Purchase Committee shall be responsible for the consequence for delayed payment or non payment 66 13 The supplier shall carefully read all the conditions of tender for supply of equipment floated by the Purchase Committee and accept all terms and conditions in the tender document Signing this contract means that the supplier has read all the terms and conditions and abide by it IN WITNESS whereof the parties hereto have caused this agreement to be executed in
48. dies automatic bone sculpting advance vessels analysis dedicated software for lung part evaluation and quantification for inflammatory and malignant disease state ventricular function and stent quantification package can be performed One additional viewing station to be installed in the console room to which viewing recording and filming can be performed 2 All LCD monitors should be flicker free and have diagonal dimension of 18 inches or more 3 Hardware i Minimum number of uncompressed image in 512x512 images 200 000 images or more on main console and 200 000 more on additional work station ii Archive options CD RW combo DVD iii The main console and work station must be DICOM 3 0 or more ready for print send manage query retrieve enabled for their respective functions 4 Image reconstruction rate should be minimum 16 images sec or more on 512x512 matrix 12 IMAGE STORAGE DEVICE 1 Please mention archive image transfer rate to other stations from the main console 2 In case of independent work stations please mention all its specifications like hard disc capacity RAM of CPU transfer rate and various post processing capabilities etc 3 A server of 5 tera bytes expandable to 20 terabytes and connected to existing CT MRI and digital equipments in department 13 IMAGE NETWORKING AND IMAGE STORAGE FACILTY 1 The system should be capable to connect to PACS through RIS HIS and presently to be connected to the existing no extra cost
49. dispute or difference arising between the Rate Contracting Authority Purchaser and supplier relating to any matter arising out of or connected with this agreement such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act 1996 The Next Higher Authority shall be the Arbitrator The Venue of Arbitration shall be at concerned place of next higher authority of R C A Purchaser Sx 12 13 14 Notices GCC Clause 29 For the purpose of all notices the following shall be the address of the Rate Contracting Authority amp Purchaser and supplier Rate Contracting Authority The Chairman Purchase Committee amp Dean M G M Medical College Indore M P Purchaser 1 Dean M G M Medical College A B Road Indore 2 Dean Gandhi Medical College Bhopal 3 Dean Gajra Raja Medical College Gwalior 4 Dean Shyam Shah Medical College Rewa 5 Dean N S C B Medical College Jabalpur 6 Dean Bundelkhand Medical College Sagar 7 Principal Dental College A B Road Indore 8 Jt Director cum Superintendent M Y Hospital MYH Road Indore 9 Superintendent Govt Cancer Hospital Near MY Hospital Indore 10 Superintendent Chacha Nehru Bal Chikitsalaya Avum Anusandhan Kendra Behind MY Hospital Indore 11 Superintendent Mental Hospital Banganga Indore 12 Superintendent Hamidia Hospital Bhopal 13 Superintendent Sultania Zanana Hospital Bhopal 14 Superintendent Jayarogy
50. duction in the contracted prices in case the supplier fails to notify or fails to agree for such reduction of rates the Rate Contracting Authority will revise the rates on lower side If there is a price increase for any product after quoting the rates the bidder will have to supply the item as per quoted rates This office will not accept any higher rates after wards 43 32 32 1 32 2 If at any time during the period of contract the supplier quotes the sale price of such Equipments or sells such Equipments to any other State Govt DGS amp D and Public Undertakings at a price lower than the price chargeable under the rate contract he shall forthwith notify such reduction to Rate Contracting Authority and the prices payable under the rate contract for the Equipments supplied from the date of coming into force of such price stands correspondingly reduced as per above stipulation however reduction shall not apply to a Export by the supplier b For all contracts entered into prior to the date of the tender or for any backlog of pending orders Within six months of the commencement of the rate contract and at the rate contract period a certificate in the following forms will have to be submitted by the supplier I We certify that the stores of description identical to the store supplied to the Govt of M P under the contract herein have not been sold by me us to any other State Govt Central Govt DGS amp D Public
51. e Machine s Anaesthesia ventilator should be electronically controlled electrically driven Machine anaesthesia ventilator should compensate for compliance circuits leak Machine should have attachment to connect Main circuit Machine must be of latest generation having worldwide acceptance and installation Machine should have agent specific flow with temperature controlled vaporizer for Iso sevoFlurane from same manufacture All the components of the anesthesia workstation should be compatible to each other Oy Qe he 90 17 TRAINING 1 Training of two faculty members for minimum Two weeks each at firms equivalent installation site in a prime institute mutually agreed by Department of Radiology and Company 2 Onsite training The application specialist of the company will stay on the site of installation for training the utilisation of the equipment for a total period of Two months for the faculty and radiographers 18 Books Ten latest Text Books in respect of MDCT should be supplied by the company in consultation with the respective Head f the Department 19 MANUALS Operator and technical manuals of main and subsystems cooling chart curve of the x ray tube and all relevant documents about the machine must be supplied 20 WARRANTY 1 The complete system including the machine CT tube equipments amp all accessories including computer system AC to be under warranty for 5 years The entire turnkey proje
52. eject the batch of supply and inform the supplier for arranging replacement of the rejected batches at his own cost When the inspection conducted on the premises of the supplier all reasonable facilities and assistance including access to drawing and production data shall be furnished to the inspectors at no charge to the Purchaser In the event of the sample of EQUIPMENTS failing quality test and found to be not as per specification the Purchaser is at liberty to make alternative purchase of the items of EQUIPMENTS for which the supply orders have been placed from any other sources or in the open market or from any other suppliers who might have quoted higher rate at Bid and the cost of the supplier and in such cases the Purchaser has every right to recover the excess cost from supplier s performance security If any items of equipments supplied by the supplier have been partially or wholly used or consumed after supply and are subsequently found to be in bad order unsound inferior in quality or description or otherwise faulty or unfit for consumption and if payment had already been made to him then the contract price or prices of such articles or things will be recovered from the supplier The supplier will not be entitled to any payment whatsoever for items of equipments found to be NOT OF STANDARD QUALITY whether consumed or not and the purchaser is entitled to deduct the cost of such equipments from any amount payable to the supplier
53. elivery and payment and other issues shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the Contract If after thirty 30 days from the commencement of such informal negotiations the Rate Contracting Authority and the Supplier amp purchaser and the supplier have been unable to resolve amicably a Contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC These mechanisms may include but are not limited to conciliation mediated by a third party adjudication in an agreed national or international forum and or international arbitration i Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this clause shall be finally settled by arbitration Arbitration may be commenced prior to or after delivery of the goods under the contract ii Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in SCC Notwithstanding any reference to arbitration herein the parties shall continue to perform their respective obligations under the contract unless they otherwise agree Limitation of Liability Except in cases of criminal negligence or willful misconduct and in the case of infringement pursuant to Clause 6 i the supplier shall not be liable to the Rate Contr
54. entitled for any compensation whatsoever in respect of such termination If the Supplier in the judgment of the Rate Contracting Authority has engaged in corrupt or fraudulent practices in competing for or in executing the contract For the purpose of this Clause Corrupt practice means offering giving receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution Fraudulent practice means a mis presentation hiding of facts in order to influence a procurement process or the execution of a contract to the detriment of the other bidders and includes collusive practice among Bidders prior to or after bid submission designed to establish bid prices at artificial noncompetitive levels and to deprive the other bidders of the benefits of free and open competition For infringement of the stipulations of the contract or for other justifiable reasons the contract may be terminated by the Rate Contracting Authority and the supplier shall be liable for all losses sustained by the Rate Contracting Authority in consequence of the termination which may be recovered personally from the supplier or from his properties as per rules 40 21 6 21 7 22 22 1 22 2 22 3 23 23 1 24 24 1 24 2 Non performance of any of the contract provisions will disqualify a firm to participate in the tender for the next five years In all t
55. equently be made responsive by the bidder by correction of the non conformity 25 24 24 1 24 2 25 25 1 25 2 26 26 1 26 2 26 3 26 4 26 5 Evaluation and Comparison of Bids The Rate Contracting Authority will evaluate and compare the bids previously determined to be substantially responsive pursuant to Clause 23 Bids will be evaluated with reference to various criteria as specified in bid document and one of such criteria is that the rate per unit of landed price i e rate per item for determining the L rate Lowest rate Purchase will also be made from SC ST firms as per Madhya Pradeh State Government rules Contacting the Rate Contracting Authority Subject to ITB Clause 22 no Bidder shall contact the Rate Contracting Authority on any matter relating to its bid from the time of the bid opening to the time Rate Contract is awarded Any effort by a Bidder to influence the Rate Contracting Authority in its decisions on bid evaluation bid comparison or contract award may result in rejection of the Bidder s bid If the bidder wishes to bring additional information to the notice of the Rate Contracting Authority it should do so in writing F Award of Contract Post Qualification Based on the qualification criteria listed in ITB Clause 13 the Rate Contracting Authority will determine to its satisfaction whether the Bidder selected as having submitted the lowest evaluated responsive bid i
56. ercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components The origin of goods and services is distinct from the nationality of the Bidder ee 4 1 5 1 5 2 5 3 6 1 Cost of Bidding The Bidder shall bear all costs associated with the preparation and submission of its bid and Chairman Purchase Committee amp Dean M G M Medical College Indore hereinafter referred to as The Rate Contracting Authority will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process B The Bidding Documents Contents of Bidding Documents The goods required bidding procedures and contract terms are prescribed in the Bidding Documents In addition to the Invitation for Bids the Bidding Documents include Instructions to Bidders ITB General Conditions of Contract GCC Special Conditions of Contact SCC Bid Form Annexure I Sales Tax Clearance Certificate Annexure IT Manufacturer Authorization Form Annexure III Declaration Undertaking Form Annexure IV Proforma for Performance Statement Annexure V Annual Turnover Statement Annexure VI Specifications of required EQUIPMENTS Annexure VII Performance Security Form Annexure VIII Contract Agreement Form Annexure IX Details of Manufacturing Unit Annexure X Price Schedule should be quoted online only Annexure
57. es Tax Clearance Certificate 56 2 Annexure II Manufacture Authorization Form 58 3 Annexure III Declaration Undertaking Form 59 4 Annexure IV Proforma for Performance Statement 60 5 Annexure V Annual Turnover Statement 61 6 Annexure VI Specification of require Equipments 62 7 Annexure VII Performance Security Form 63 8 Annexure VIII Contract Agreement 64 9 Annexure IX Details of Manufacturing Unit 67 10 Annexure X The Price Schedule 68 11 Annexure XI Price Schedule for AMC CMC 69 12 Annexure XII Details of Service Centre in M P 70 13 Check List 71 14 Requirement of Equipments Departmentwise 73 56 ANNEXURE I Ref Clause No 17 1 g of ITB FORM OF CERTIFICATE OF SALES TAX VAT VERIFICATION TO BE PRODUCED BY AN APPLICANT FROM THE CONTRACT OR OTHER PATRONAGE AT THE DISPOSAL OF THE GOVERNMENT OF MADHYA PRADESH To be filled up by the applicant Ol Name of style in which the applicant is addressed or assessable to sales tax VAT addresses or assessment 02 a Name and address of all companies firms or associations or persons in which the applicant is interested in his individual or fiduciary capacity b Places of business of the applicant all places of business should be mentioned 03 The Districts blocks and division in which the applicant is assessed to sales tax VAT all places of business should be furnished
58. es should quote with their latest model and comparable 1 Doppler high technologies Major or minor deviations from the specifications given below will be evaluated by resolution USG technical committee for keeping the specific equipment in one category which broadly meets the machine requirement Demonstration has to be arranged by the company before the price bid opening at their own cost for their quoted models to the technical committee The system should be State of the art with full Digital Technology with Broadband beamformer amp should be for Whole Body applications including Abdominal Ob Gyn Cardiac Cerebrovascular Peripheral Vascular Musculoskeletal Transcranial amp Small Parts Imaging such as Breast Thyroid Testes Intracavitary applications like Transvaginal amp Transrectal amp Intraoperative applications System should have the capability of Epicardial and contrast imaging The broadband beamformer should be capable of simultaneously processing ultrasound signals from 1 MHz to 17 MHz The system should incorporate facility for High resolution 2D M Mode PW CW Colour Flow Imaging Power Doppler Angio Duplex Triplex Imaging modes Should be capable of Dual Live display of grayscale reference image with colour Doppler image The equipment should have minimum 50 000 Digital Channels or more and should be upgradable on the site to higher number of Channels Higher Number of Channels is preferred The system
59. ey will include the Civil Construction work as under mentioned The walls will be cement plastered with Plaster of Paris finishes Flooring will be flat and stable where CT gantry and table are installed The flooring shall be done with 600 x 600 high density mat finish vitrified ceramic tiles In the CT Gantry room the walls shall be finished with high density vitrified tiles 600 x 600 mm upto ceiling In the toilets necessary modifications to be done The walls will be painted with washable plastic emulsion paint Floor trenches with block board covers will be provided for the cables in the CT scan and Equipment rooms Plumbing operations if needed anywhere including laying of sanitary lines manholes wash basins geysers white vitreous EWC etc will be provided Furniture should be of high quality View boxes should be thin and compact should be flicker free and of high luminous density of at least 6500 cd with shutters and electronic dimmer Arrangement of water supply lines for drinking and general use including hot water will be made if needed The washing units and drainage lines should be resistant to chemicals The entrances to the units to be felt padded at the junction of both the doors to avoid dust and provide insulation False ceiling in all the areas will comprise of metal suspension system perforated fireproof aluminum panels with integrated acoustic lining All fluorescent lights and smoke detectors to be accommodate
60. f Excise Duty Custom Duty transportation packing insurance installation loading unloading warranty service charge inspection and any incidental charges but exclusive of CST VAT should be quoted for each of the required equipments etc separately on door delivery basis according to the unit ordered Tender for the supply of equipments etc with cross conditions like AT CURRENT MARKET RATES shall not be accepted Handling clearing transport charges etc will not be paid The delivery should be made as stipulated in the supply order placed with successful bidders Conditional tenders will not be accepted Please note that Price Bid Financial Proposal is mandate to be online only if submitted in hard copy or in CD bid will be rejected Each bid must contain the unit price of each equipment in digits as well as alphabets Any discrepancy between the figures and words the amount written in words will prevail The tenders should be digitally signed online The tenderers should take care that the rates and amounts are written in such a way that interpolation is not possible no blanks should be left which would otherwise make the tender redundant The price quoted by the bidders shall not in any case exceed the controlled price if any fixed by the Central State Government and the Maximum Retail Price MRP Rate Contracting Authority at its discretion will exercise the right to revise the price at any stage on lower side so as to
61. fficer person of the bidder should sign the tender documents Market Standing Certificate issued by the Licensing Authority as a Manufacturer distributor for each equipment quoted for the last 3 years In case of direct importer evidence for importing the said items for the last three years The bidder should also submit national amp international quality certificates like ISI CE C ISO 9002 IP BP etc mark IEC standard or equivalent certificate of quoted product if available Concern Company have not been debarred blacklisted either by Rate Contracting Authority or by any State Government or Central Government Organization Affidavit to this effect shall be submitted by the concern company Original price Bid and other Form duly digitally signed online by authorized signatory and physical document as per Section V duly sealed and signed by the bidder on each page for acceptance of Terms and Conditions Bidders should have the registration under Commercial Tax Authority Registration should be attached 91 NOTE xx Affidavit that the firm has no vigilance case CBI case pending against him supplier xxi Affidavit that the firm has not supplied the same configuration specification at the lower rate than quoted in the tender to any Govt Semi Govt or any other organization xxii Certificate for being in business or more than 3 years xxiii Certificate for sole ownership partnership and establishment
62. for Bids is open to all eligible bidders Please refer guidelines to bidders for online eligibility mentioned above Bidders should not be associated or have been associated in the past directly or indirectly with a firm or any of its affiliates which have been engaged by the Rate Contracting Authority to provide consulting services for the preparation of the design specifications and other documents to be used for the procurement of the goods to the Rate Contracting Authority under this Invitation of Bids Government owned enterprises in the Rate Contracting Authority s country may participate only if they are legally and financially autonomous if they operate under commercial law and if they are not a dependent agency of the Rate Contracting Authority The tenderers shall clarify state whether he they are manufacturer accredited agent or sole representative indicating principals name amp address The offers of firms who are not manufacturer or direct authorized agent will be summarily rejected Sub distributors will not be accepted Eligible Goods and Services All goods and ancillary services to be supplied under the Contract shall specify their country of origin For purposes of this clause origin means the place where the goods are mined grown or produced or from which the ancillary services are supplied Goods are produced when through manufacturing processing or substantial and major assembling of components a comm
63. gned and stamped on each page Upload 7 9 Annexure IX Details of Manufacturing Unit To be filled 10 Annexure X The Price Schedule online only To be filled 11 Annexure XI Price Schedule for AMC CMC online only Upload 8 12 Annexure XII Details of Service Centre in M P Upload 9 13 Registration Certificate of the company with details of the Name Address Telephone Number Fax Number e mail address of the firm and of the Managing Director Partners Proprietor Upload 10 14 Authorization letter from manufacturer authorizing a person to transact a business with R C A Upload 11 15 The instruments such as power of attorney resolution of board etc authorizing an officer person of the bidder should be submitted with the tender and such Authorized officer person of the bidder should sign the tender documents Upload 12 16 Market Standing Certificate issued by the Licensing Authority as a Manufacturer distributor for each equipment quoted for the last 3 years In case of direct importer evidence for importing the said items for the last three years Upload 13 17 The bidder should also submit national amp international quality certificates like ISI CE C ISO 9002 IP BP etc mark IEC standard or equivalent certificate of quoted product if available To be 18 The bidders have to submit name of the items its submitted code no for which they are quoting in
64. han desire specification Deviation from specification on lower negative side shall not be considered if at any time during evaluation after supply of equipments components are found below specification EMD performance guarantee shall be forfeited and action will be taken for black listing Latest models which fulfills this tender s specifications must be quoted An affidavit of the manufacturer duly notarized on Non Judicial stamp paper must be enclosed to guarantee supply of all spare parts for 5 years beyond guarantee warranty period must be enclosed The manufacturer must submit an authorized price list of genuine spare parts standard parts and must also mention in the above affidavit that they will ensure sending any revised price list in the event of award of contract which requires AMC CMC Tenders of refurbished equipments machineries will not be accepted The bidder must give an affidavit on a duly notarized Non judicial stamp paper that the quoted equipment machine is not refurbished Use of Contract documents and information The supplier shall not without the Rate Contracting Authority s prior written consent disclose the Contract or any provision thereof or any specification plan drawing pattern sample or information furnished by or on behalf of the Rate Contracting Authority in connection therewith to any person other then a person employed by the supplier in performance of the contract Disclosure to a
65. he above conditions the decision of the Rate Contracting Authority shall be final and binding Force Majeure Not with standing the provision of GCC Clause 19 20 21 the Supplier shall not be liable for forfeiture of its performance security liquidated damages penalty or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For purpose of this Clause Force Majeure means an event beyond the control of the Supplier and not involving the Supplier s fault or negligence and not foreseeable Such events may include but are not limited to acts of the Rate Contracting Authority either in its sovereign or contractual capacity wars or revolution fires floods epidemics quarantine restrictions and freight embargoes If a Force Majeure situation arises the Supplier shall promptly notify the Rate Contracting Authority in writing with adequate proof of such conditions and the cause thereof Unless otherwise directed by the Rate Contracting Authority in writing the Supplier continue to perform its obligations under the Contract as far as it is reasonably practical and shall seek all reasonable alternative means for performance not prevented by Force Majeure event Termination for insolvency The Rate Contracting Authority may at any time terminate the contract by giving written notice to the Supplier if the Su
66. ied CHAIRMAN PURCHASE COMMITTEE amp DEAN M G M MEDICAL COLLEGE A B ROAD INDORE M P 53 54 ii iii Vi Vil viii xi xii xiii SECTION V Ref Clause No 17 1 p of ITB BID FORM Date 29 06 2013 Tender No CPC EQP RD 13 14 15 SECOND CALL To Chairman Purchase Committee amp Dean M G M Medical College A B Road Indore M P I We the undersigned declare that I We have examined the bidding documents including Addenda Nos insert numbers the receipt which is hereby acknowledged I We have gone through all terms and conditions of the tender document before submitting the same I We hereby agree to all terms and conditions as stipulated in the tender document and offer to supply and deliver 00 Brief description of equipments in conformity with the bidding documents in accordance with the schedule of prices attached herewith and made part of this bid I We undertake if our bid is accepted to deliver the goods in accordance with delivery period specified in the supply order I We agree to abide by this bid for a period of 180 numbers days after the date fixed for bid opening and shall remain binding upon us and may be accepted at any time before the expiration of that date If our bid is accepted we commit to deposit a performance security in accordance with GCC clause 7 amp SCC clause 2 for the due performance of the contract Until a formal contract is
67. increase or decrease in the cost of or the time required for the Supplier s performance of any provision under the Contract and equitable adjustment shall be made in the Contract Price or delivery schedule or both and the Contract shall accordingly be amended Any claims by the Supplier for adjustment under this clause must be asserted within fifteen 15 days from the date of the Supplier s receipt of the Purchaser s change order The Purchase Orders on approved rates will be placed by the Purchaser Contract Amendments Subject to GCC Clause 16 no variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the parties Assignment The Supplier shall not assign in whole or in part its obligations to perform under the Contract except with the Purchaser s prior written consent Delays in the Supplier s Performance Delivery of the Goods and performance of the Services shall be made by the Supplier in accordance with the time schedule specified by the Purchaser in the Supply order If at any time during performance of the Contract the Supplier should encounter conditions impeding timely delivery of the Goods and performance of the Service the Supplier shall promptly notify the Purchaser in writing of the fact of the delay its likely duration and its cause s As soon as practicable after receipt of the Supplier s notice the Purchaser shall evaluate the situation and may
68. iously deposited performance security and disqualify the firm to participate in the tender for the next five years Placement of Supply Order After finalization of the contract the successful bidders may be asked to submit the delivery schedule as per requirement of the Purchaser While placement of orders the schedule given to the bidders along with the other conditions stated at ITB 27 1 will be considered To ensure sustained supply without any interruption the Purchaser reserves the right to split orders for supplying the requirements among more than one L 1 bidder Corrupt or Fraudulent Practices For the purpose of this provision the terms set forth as follows i Corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and ii Fraudulent practice means a mis presentation hiding of facts in order to influence a procurement process or the execution of a contract to the detriment of the other bidders and includes collusive practice among Bidders prior to or after bid submission designed to establish bid prices at artificial noncompetitive levels and to deprive the other bidders of the benefits of free and open competition iii Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practice in competing for the contr
69. lation and test running in the manner specified in SCC Transportation Where the Supplier is required under the Contract to transport the Goods to project site including insurance as shall be specified in the Contract shall be arranged by the Supplier and the related cost shall be included in the Contract Price 35 12 2 12 3 13 13 1 13 2 13 3 13 8 The loss or damage of material whatsoever whether insured or not during transit shall be made good by bidder free of charge failing which the losses will be deducted from their bill performance security Wharf age demurrages etc on account of incorrect or delayed dispatch of material or documents shall be the responsibility of the supplier and shall be recovered from his bill performance security Warranty The Bidder shall provide on site warranty gurantee of the equipment for the period of five years from the date of installation Warranty will cover services repairs maintenance replacement of spare parts broken damaged worn out spare parts and other services free of cost during the whole warranty period of five years The warranty shall also include on call service which should not exceed 48 hours from the date of lodging of complaint The purchaser shall have the right to get the work done at the cost of bidder s responsibility if machine is not repaired within 48 hours The Purchaser shall promptly notify the Supplier in writing of any claims
70. lume pulsatility index resistivity index peak velocity average value point value area and diameter flow volume etc The system should provide extensive measurement calculation and analysis packages for Abdominal General Vascular Renal Small Parts Thyroid Testicle Breast Ob Gyn Cardiology etc The system should support Intima Media Thickness IMT Quantification with automatic or user assisted tracing of intima media complex and the calculation and display of mean and standard deviation IMT based spatial average of intima media distances from each scan line The system should provide automated real time analysis of peak and mean Doppler spectral waveforms The system should have a flicker free high resolution TFT Flat panel display of a minimum of 19 inch with four way articulation with a provision to adjust the height System should have Fully Articulating Control Panel including Height swivel amp slide adjustments Should have a full alphanumeric keyboard with illuminated keys and status display The system should have a fast Boot up time of less than 150 seconds which switched on from OFF position and also less than 60 seconds from STANDBY position ee iy ee The system should have digital storage atleast 500 GB built in hard disc and retrieval of B w amp Colour image data both frozen and cine loops on built in as well as removable media CD DVD amp Magneto optical Disk
71. made for payment of due amount which has been submitted to the purchaser within 30 days unless the situation being out of control of unforeseen for the purchaser Proforma invoice should also be submitted FALL CLAUSE If at any time during the said period the supplier reduce the said prices of such Stores Equipment or sales such stores to any other person organization at a price lower than the chargeable he shall forthwith notify such reduction or sale to the PURCHASER and the price payable for the Stores supplied after the date of coming into force of such reduction or sale shall stand correspondingly reduced Prices GCC Clause 15 Substitute clause 15 1 of the GCC with the following 50 10 10 1 10 2 10 3 10 4 11 25 4 25 5 Prices payable to the supplier as stated in the contract shall not be subject to adjustment during performance of the contract Liquidated damages amp deduction in payment GCC Clause 20 For delay Substitute GCC clause 20 1 by the following Subject to GCC clause 20 if the supplier fails to deliver any or all the goods or perform the services within the time period s specified in the contract The Purchaser shall without prejudice to its other remedies under the contract deduct from the contract price as liquidated damages as shown below of the delivered price of the delayed goods or unperformed services for each week of delay or part thereof until actual delivery or
72. mit the tender documents online by making online payment of online processing fee of Rs 610 using the service of the secure electronic payments gateway see point 6 below for further details and should print out the system generated receipt for their reference which can be produced whenever required Arrangements have been made for the Bidders to make payments online Rs 610 via Debit Card Internet Banking towards online processing fee Electronic Payment Account As the tender documents shall be available for download only online Bidders are required to pay the online processing fee online using the Online Payments Gateway Service integrated into the e Procurement System For the list of available modes of electronic payments that are presently accepted on the Online Payments Gateway Service please check the link List of e Payments accepted Online on http mpeprocurement gov in 10 11 Preparation of Bids and Submission of Bid Seals Hashes of Online Bids by the Bidders The Bidders have to prepare their Bids online encrypt their Bid Data in the Bid Forms and submit Bid Seals Hashes of all the Envelopes and documents required to be uploaded related to the Tender as per the time schedule mentioned in the key dates of the Notice Inviting Tenders after signing of the same by the Digital Signature of their authorized representative Generation of Super Hash After the time of submission of Bid Seal Hash by the Contr
73. n MS office version 97 in C D and has to be submitted along with the hard copy by the bidder in Envelope B List of name and address where supply of the quoted equipments has been made Literature of original catalogue of the product attached for reference Guarantee warrantee Sales Tax VAT CST Clearance certificate as on 31 03 2010 31 03 11 31 03 12 as per form attached in Annexure I Annexure IT Manufacturer Authorization Form Annexure HI Undertaking Form Declaration Form Annexure IV Proforma for Performance Statement A list of user of quoted equipments by the Principal Manufacturer for last three years These list should also contain the supplies related to the Govt hospital Medical Colleges Public Sector undertaking Undertaking hospital and other institutions of repute Bidder should submit details of installation in Annexure IV Annexure V Annual Turnover Statement Annexure IX Details of Manufacturing Unit Annexure XII Details of Service Centre in M P Registration Certificate of the company with details of the Name Address Telephone Number Fax Number e mail address of the firm and of the Managing Director Partners Proprietor Authorization letter from manufacturer authorizing a person to transact a business with R C A The instruments such as power of attorney resolution of board etc authorizing an officer person of the bidder should be submitted with the tender and such Authorized o
74. n exceptional circumstances the Rate Contracting Authority may solicit the Bidder s consent to an extension of the period of validity The request and the responses thereto shall be made in writing A Bidder may refuse the request without forfeiting its bid security A bidder granting the request will not be required nor permitted to modify its bid No bid may be modified subsequent to the deadline for submission of Bids No Bid may be withdrawn in the interval between the deadline for the submission of Bids and expiration of the period of bid validity specified by the Bidder on the Bid Form Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security pursuant to ITB Sub clause 15 7 D Submission of Bids Bid Stages Bid should be submitted in following system and should furnish the following documents failing which their bid shall not be accepted Envelope A Tender fee and E M D Tender fee in the form of D D only 1 The Bidders shall submit their Tender fee Rs 5 000 in form of a Demand Draft in the name of Dean M G M Medical College Indore payble at Indore in a separate physically sealed Envelope clearly marked Tender Fee and the same should reach the concerned office as stated in the Notice Inviting Tender by post The Bidders have to upload scanned copy of the Tender fee in form of Demand Draft instrument along with the reference details E M D in the form of F D
75. ng GCC Clause 9 Add as clause 9 3 of the GCC of the following Packing Instructions The Supplier will be required to make separate packages for each Consignee Each package will be marked on three sides with proper paint indelible ink the following i Project Gi Contract No iii Country of Origin of Goods iv Supplier s Name and v Packing list reference number Packing should be able to prevent damage or deterioration during transit In the event of items of equipments supplied found to be not as per specifications in respect of their packing the Purchaser is at liberty to make alternative purchase of the items of equipments for which the supply orders have been placed from any other sources or in the open market or from any other bidder who might have quoted higher rates at the risk and the cost of the supplier and in such cases the Purchaser has every right to recover the cost and imposes penalty as mentioned in GCC clause 21 1 Delivery and documents GCC Clause 10 Upon delivery of the goods the supplier shall submit the following documents to the Purchaser i Three copies of the supplier invoice showing Goods description quantity unit price and total amount ii Acknowledgement of receipt of goods from the consignee s iii Installation certificate signed by respective consignee iv Manufacturer s supplier s warranty certificate 49 8 1 8 2 8 3 8 4 8 5 v Inspection ce
76. ning 2 ton split maintaining optimum temperatures in all seasons c To provide refill replace cartridge used for the printer supplied upto maximum of 20 cartridges d Up gradation of software of main equipment workstation servers and supplied computers e Maintenance of the civil structure including all electrical and other fixtures RD8 50KW HIGH FREQUENCY X RAY MACHINE WITH I I TV SPECIFICATIONS OF 80KW HIGH FREQUENCY X RAY MACHINE WITH II TV X Ray Generator A 800mA or more 150 KV 50 KW High Frequency X Ray Generators for General Radiography amp Fluoroscopy KV RANGE Rad 40 to 125 KVP 79 MA RANGE Rad 10 to 800mA or more MAs RANGE Rad 1 to 200 mAs FLUORO KV RANGE 40 to 120 KV FLUORO MA RANGE 1 to 4mA in steps of 0 1mA each FLUORO TIME 5 Minutes cumulative timer CONTROL A very compact Soft Touch Control Panel having following functions amp indications The Panel can be supplied in Floor or Wall mount amp has a Spill Proof design Following features are available on the Control Panel Fluoro Rad Mode Selection Switch Digital Display of KV mA amp mAs 5 step film density control KV amp mAs increase and decrease switches Tube focal spot selection Switch Self diagnostic program with Indicators for Earth fault error KV error filament error amp Tube s Thermal Overload X Ray Tube Two Nos Rotating Anode Dual focus thermally
77. ny such employed person shall be made in confidence and shall extent only so far as may be necessary for purposes of such performance The Supplier shall not without the Rate Contracting Authority s prior written consent make use of any document or information enumerated in GCC Clause 5 1 except for the purposes of performing the Contract Any document other than the Contract itself enumerated in GCC Clause 5 1 shall remain the property of the Rate Contracting Authority and shall be returned in all copies to the Rate Contracting Authority on completion of the Supplier s performance under the contract if so required by the Rate Contracting Authority Patent Rights The Supplier shall indemnify the Rate Contracting Authority against all third party claims of infringement of patent trademark or industrial design rights arising from use of the Goods or any part thereof in India Performance Security The supplier shall furnish performance security in the amount specified in SCC 2 1 to the purchaser as specified in GCC 1 1 g 33 7 2 7 3 74 8 1 The proceeds of the performance security shall be payable to the purchaser as compensation for any loss resulting from the Supplier s failure to complete its obligations under the Contract The Performance Security shall be denominated in Indian Rupees and shall be in the form of FDR Bank Guarantee of Nationalized Bank located in India in the prescribed form provided in
78. o _s d THIS CONTRACT AGREEMENT made the 000065 day of 2013 between Rate Contracting Authority Chairman Purchase Committee and Dean M G M Medical College Indore M P Name of Rate Contracting Authority of India country of Rate Contracting Authority hereinafter called the Rate Contracting Authority of one part and Mh Serena AEE aA name of supplier Of serri iT An AREE VE canes city and country of supplier hereinafter called the supplier of the other part WHEREAS the Rate Contracting Authority invited bids for certain goods and ancillary services viz EQUIPMENTS Brief description of goods and services and has accepted a bid by the supplier for the supply of those goods and services NOW THIS AGREEMENT WITNESSETH AS FOLLOWS 1 In this agreement words and expression shall have the same meaning as are respectively assigned to them in the conditions of contract referred to 2 The following documents shall constitute the contract between the Rate Contracting Authority_and the supplier and each shall be read and construed as an integral part of the contract a This contract agreement b Instructions of contract c General conditions of contract d Special conditions of contract e Technical Specifications f The supplier s bid and original price schedules g The Rate Contracting Authority s notification of rate contract 3 This contract shall prevail all
79. on 44 30 1 1 2 1 General Conditions of Contract Definitions In this Contract the following terms shall be interpreted as indicated a Rate Contract means the agreement entered into between the Rate Contracting Authority and the Supplier as recorded in the Contract Forms signed by the parties including all the attachments and appendices thereto and all documents incorporated by reference therein for supply of material in agreed time period b Price means the price payable to the Supplier for the full and proper performance of its contractual obligations c Goods means all the equipments etc which the supplier is required to supply to the purchaser under the Contract d Services means services ancillary to the supply of the Goods such as transportation and insurance and any other incidental services and other obligations of the Supplier covered under the Contract e GCC means the General Conditions of Contract contained in this section f SCC means the Special Conditions of Contract g The Purchaser means the The Deans of Govt Medical Colleges and Associated Hospitals of Indore Bhopal Gwalior Jabalpur Rewa amp Sagar purchasing the goods as named in SCC h The Purchaser s Country is the country named in SCC i The Supplier means the individual or firm supplying the Goods and Services under this Contract G Chairman PC means
80. ons from this broad specification will be evaluated by technical committee for equivalent and comparable technologies Demonstration has to be arranged by the company before the price bid opening at their own cost for their quoted models to the technical committee 1 Patient table a Load carrying capacity 180 kg or more with positional accuracy of 0 25 mm or less b Metal free scannable range of 150 cm or more c Mention the horizontal movement range and it should be sufficient to cover the patient from head to toe Also specify horizontal speed d Specify vertical range vertical scannable range and elevation speed 2 Gantry a Aperture minimum 70 Cms or higher b Scan field of view in acquisition mode be 50 cm specify minimum and maximum FOV with increment c Tilt 30 degree adjustable from gantry and console is desirable for 64 amp 128 slice d 3 D laser lights for positioning e The gantry should be provided with user control panels on either side for easy positioning f Specify focus to iso center distance and focus to detector distance 3 X ray Generator a High frequency type b Generator Power 70 KW or more for 64 128 slices and 80 KW and more for 256 slices equivalent models c mA range 10 600 mA or more 4 X ray tube a Tube voltage 80 140Kkvp or more b Anode heat storage capacity of at lest 7 5 MHU or more Alternatively the tube should have a high dissipation specify the dissipation rate also
81. ority 9 Documents Comprising the Bid 15 F Award of Contract 10 Bid Form 16 26 Post qualification 26 11 Bid Prices 16 27 Award Criteria 27 12 Bid Currencies 17 28 Purchaser s Right to vary 27 Quantities 13 Documents establishing Bidder s 17 29 Rate Contracting 27 Eligibility and Qualifications Authority s Right to Accept any Bid and to Reject any or all bids 14 Documents establishing Good 19 30 Notification of Rate 27 eligibility and conformity to Contract Bidding Documents 15 Bid Security 19 31 Signing of Rate Contract 27 16 Period of Validity of Bids 19 32 Performance Security amp 28 Inspection Charges 33 Placement of Supply 28 Order 34 Corrupt or Fraudulent 28 Practices Bs 2 1 2 2 2 3 2 4 3 1 3 2 3 3 A Introduction Scope of Work Govt of Madhya Pradesh Medical Education Department requires Equipments For Radiodiagnosis for various Govt Autonomous Medical Colleges Dental College amp Associated Hospitals of Madhya Pradesh Bid is issued for procurement of Equipments For Radiodiagnosis at competitive rates After finalization of the bid the contract will be awarded to successful bidders for supply of the items during one year or till further order on rate contract basis on approved rates Equipments are to be supplied amp installed at various designated places like Indore Bhopal Jabalpur Gwalior Rewa amp Sagar Eligible Bidders This invitation
82. ot require frequent calibration 3 Mention minimum acquired slice thickness in axial and helical mode after reconstruction 4 Specify total number of elements in a row row arrangement thickness and number of channels 5 Cone beam correction scope 7 Contrast Resolution 1 High contrast spatial resolution minimum of 15 or more Ip cm at minimum MTF 2 or less is essential 2 Low contrast resolution The low contrast resolution at 20cm CATPHAN Phantom should be 5mm 3HU All radiographic factors and radiation dose for the above specification Please note that only the lowest available rad factors and radiation dose will be preferred specify algorithm 84 Standard amp High resolution 8 Automatic Exposure control 1 Provision for tube current modulation along 2 axis for different patient size and during rotation 2 Mention the software available for mA modulation to reduce the patient dose 3 Step and shoot or an equivalent algorithm cardiac scanning for dose reduction will be an essential required 4 Paediatric and infant based protocols 5 The system should have the facility to display the total radiation dose to the patient 9 Clinical applications A CARDIAC APPLICATIONS 1 Prospective ECG triggered facility 2 Retrospective ECG gated facility 3 Facility for ECG editing for Removing irregular or ectopic beats 4 Facility for automatic selection of rotation speed according to heart beat
83. other contract documents In the event of any discrepancy or inconsistency with the contract documents then documents shall prevail in the order listed above 4 In consideration of the payments to be made by the Purchaser to the supplier as hereinafter mentioned the supplier hereby covenants with the Purchaser to provide 65 the goods and services and to remedy defects therein in conformity in all respects with the provisions of the contract The Purchaser hereby covenants to pay the supplier in consideration of the provision of the goods and services and the remedying of defects therein the contract price or such as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract Brief particulars of the goods and services which shall be supplied provided by the supplier are as under 10 11 12 Sr No Item Code Item Description Unit F O R Rate per unit Rs The above rates are inclusive of excise duty transportation insurance inspection amp testing charges and any incidental charges but exclusive of CST VAT The prices shall be valid for one year from the date of agreement unless revoked and thereafter for a further period as agreed upon mutually The supplier shall agree to deposit inspection and testing charges and service tax as per tender conditions in advance by cash demand draft against the value of supply or
84. performance up to maximum deduction of 5 of the delayed goods or services contract price Once the maximum is reached the purchaser may consider termination of the contract A First penalty 31 day for indigenous equipment and 121 days for imported equipments from the date of issue of supply order 3 of supply ordered item B Second penalty After additional 45 days for indigenous equipment and 135 days for imported equipments from the date of issue of supply order 5 of supply ordered item C The order will be deemed cancelled after expiry of 60 days for indigenous equipment and 150 days for imported equipments from the issue date Purchaser has every right to receive supply even after expiry of delivery period as mentioned in the supply order and in such case liquidated damages will be levied 3 of the delivery price of the delayed goods or unperformed services for each week of delay or part thereof until actual delivery or performance Supply in damaged condition shall not be accepted In case of damage in the packing the supply will be accepted only after levying penalty or replacement of damaged supply on the total value of supply to that particular other designated place Supply must be in toto i e not in fraction Resolution of disputes GCC Clause 25 Add as GCC clauses 25 4 and 25 5 the following The dispute resolution mechanism to be applied pursuant to GCC clause 25 shall be as follows a In case of
85. ply strictly with such special requirements as shall be provided for in the contract including additional requirements if any specified in SCC Technical specification and in any subsequent instruction ordered by the Purchaser Delivery and Documents The supply should be completed within 30 days for indigenous equipment and 120 days for imported equipments from the date of supply order unless otherwise specified in the supply order Purchaser will place order by fax amp or e mail amp or speed post It shall be the responsibility of the Supplier to make good for any shortage damage at the time of receipt at designated place The details of shipping and or other documents to be furnished by the Supplier are specified in SCC The delivery of Equipments for Radiodiagnosis should be made at the point place specified by the Purchaser in Purchase Order The successful bidders should strictly adhere to the following delivery schedule Supply Installation amp Commissioning on turn key basis should be effected within a fortnight from the date of supply and this clause should be strictly adhere to failing which necessary administrative action as deemed fit under rules will be taken against the defaulter Supply must be toto i e not in fraction Insurance The Goods supplied under the contract shall be fully insured in Indian Rupees against the loss or damage incidental to manufacture acquisition transportation storage delivery instal
86. pment with 5 computer revolving chairs with armrest Cupboard with lockers made up of plywood and sun mica with lock and key Equipment Room Cupboard with lock and key to keep spares and user manual Cupboard for stationary and record made up of ISI mark plywood and sun mica with lock and key Receptionist Chamber Plywood sun mica table for writing purpose drawers cupboard to keep film Folders records and provision for PC CPU UPS and Printer Revolving chair Illumination System Fans 98 Provision for glass counter Microphone and Speakers for giving instructions to patients Plywood sun mica rack to keep reported films Patients Waiting Hall Permanent sitting arrangement for patients in form chairs benches as per the space available Fans Provision of 29 size flat screen Colour television with close cabinet and DTH disc with set top box and CD DVD Player 99 100
87. poses Electrical fitting switches in all above rooms should be provided by Vendor for various purposes Ductable Central A C for gantry and console and Split A C of reputed Company in other rooms The complete area is to be air conditioned optimally except for Toilets Services with split type of Acs All weather AC with cooling heating and humidity control capabilities is to be provided Air flow in various rooms should be adjustable to have some degree of control over temperature in different rooms of the complex The AC unit s should be microprocessor controlled for adequate temperature control The total A C capacity being offered for the complete center to be clearly mentioned The entire turnkey project building and the supplied items should have an underlying colour scheme so that it gives a homogenous aesthetically pleasant and patient friendly appearance Any addition and alteration as and when required during turnkey work will be done by mutual discussion between the supplier and technical committee The whole turn key work has to be done to the fullest satisfaction of the technical committee and engineering department civil amp electrical In case of any difference of opinion the decision of the technical committee shall be final and binding on the supplier Furniture Console Gantry room Trolley for CT and any other furniture required as per need in gantry room is to be provided 4 tables required for console equi
88. pplier becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Supplier provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Rate Contracting Authority Termination for Convenience The Rate Contracting Authority by written notice sent to the Supplier may terminate the Contract in whole or in part at any time for its convenience The notice of termination shall specify that termination is for the Rate Contracting Authority s convenience the extent to which performance of the Supplier under the contract is terminated and the date upon which such termination become effective The Goods that are complete and ready for shipment within 30 days after the Supplier s receipt of notice of termination shall be accepted by the Rate Contracting Authority at the Contract terms and prices For the remaining Goods the Rate Contracting Authority may elect i to have any portion completed and delivered at the Contract terms and prices and or 41 25 25 1 25 2 25 3 26 26 1 27 ii to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and for materials and parts previously procured by the Supplier Resolution of Disputes The Rate Contracting Authority and the Supplier for the rate contracts amp purchaser and supplier for supply order supply d
89. prepared and executed this bid together with your written acceptance thereof and your notification of rate contract shall constitute a binding contract between us I We undertake if at any time it is found that any information furnished by us to the Rate Contracting Authority either in our bid or otherwise is false the Rate Contracting Authority servers the right to terminate the contract without assigning any reasons forfeiting the bid security or performance security and blacklisting us for a period of 5 years I We understand that you are not bound to accept the lowest or any bid you may receive I We hereby submit our tender for the I We now enclosing herewith the E M D No dated I We have noted that overwritten entries shall be deleted unless duly cut amp re written and initialed Tenders are duly signed No thumb impression should be affixed I We undertake to sign the contract agreement if required within 15 fifteen days from the date of issue of the letter of acceptance failing which our my security money deposited may be forfeited and our my name may be removed from the list of suppliers Dated this 008 day of eee 2013 Signature in the capacity of 66 Duly authorized to sign for and on behalf of Witness 1 Witness 2 55 TABLE OF ANNEXURES Sr No Topic Page No 1 Annexure I Sal
90. pto Rs 5 00 Lacs and C M C include free labour repair other services amp spare parts shall be quoted for equipments costing above Rs 5 00 Lacs So the price of AMC CMC should be quoted according to the cost of equipment SPARE PARTS The separate list of all spares and accessories including minor required for maintenance and repairs in future after guarantee warrantee period must be attached enclosed along with the sealed quotation If any spares amp accessories other than the list attached enclosed by the firm are required for future repair it will be borne by the firm only The spare parts should be of standard quality The bidder must take guarantee of availability of supply of spare parts upto 5 years beyond the watranty gurantee period and must submit affidavit as per GCC clause 4 13 TRAINING Training of equipments within the stipulated time should be done by the suppiler at his cost The time amp place of training shall be stipulated by purchaser Training should be of 2 doctors and 2 technicians of user department The Tenderers should clearly indicate the name of the Manufacturers country of origin place of shipment air freightment etc Local agents quoting on behalf of their foreign suppliers must attach authority letter in their favour Successful tenderers will have to furnish performance Bank Guarantee for 10 contract value from any Nationalized Bank valid for the warranty period The rates quoted for the
91. quipment is the latest model of the company matching to the specification of this tender and that it is not refurbished equipment Upload 18 24 Certificate for being in business or more than 3 years Upload 19 25 Certificate for sole ownership partnership Upload 20 26 Statement of good financial standing from bankers To submitted physically only be 27 The printed original catalogues of primary manufacturer and any other technical documents like data sheet or operational manual of equipment with highlighting the features in portal along with the other documents In catalogue the quoted product no and name should be highlighted against which that product is quoted These documents are also to be submitted in physical form before due date along with Bid security Upload 21 28 In case of imported equipment IEC certificate of importer bidder shall be submitted Upload 22 29 A separate price list of all spares and accessories including minor required for maintenance and repairs in future after guarantee warrantee period To submitted physically only be 30 Recurring expenditure on equipments Upload 23 31 Any other document tender document required as per EJA Sr Item Name of Detail Specifications Approx No code Equipment Qty Req 1 RDI 3D 4D color These are broad specifications the compani
92. r demonstration Opening of date of price bid will be communicated online only at 24 21 6 21 7 22 22 1 23 23 1 23 2 23 3 23 4 23 5 http dme mpeprocurement gov in those who qualify and will be displayed on the specified website The Bidders names presence or absence of the requisite bid security will be announced at the opening of Technical Bid Bidders who were found eligible on satisfying the criteria for technical evaluation and inspection by the technical committee can only be invited to be present at the date and time for opening of Price Bid of the tender Clarification of Bids During evaluation of bids the Rate Contracting Authority may at its discretion ask the Bidder for clarification of its Bid Any clarification submitted by a bidder in respect to its bid and that is not in response to a request by the Rate Contracting Authority shall not be considered The request for clarification and the response shall be in writing and no change in prices or substance of the bid shall be sought offered or permitted except to confirm the correction of arithmetic errors discovered by the Rate Contracting Authority in the evaluation of the bids Preliminary Examination The Rate Contracting Authority will examine the bids to determine whether they are complete whether any computational errors have been made whether required sureties have been furnished whether all documents are there whether the do
93. r by Rate Contracting Authority or by any State Government or Central Government Organization for the quoted product or as a whole Affidavit to this effect shall be submitted by the concern company Leaflets literatures should invariably be attached for ready reference clearly marking the item code no 18 14 14 1 15 15 1 15 2 15 3 15 4 15 5 15 6 15 7 16 16 1 r All documents should be self attested and stamped Documents establishing Goods Eligibility and Conformity to Bidding Documents Pursuant to Clause 9 the Bidder shall furnish as part of its bid documents establishing the eligibility and conformity to the Bidding Documents of all goods and services which the Bidder proposes to supply under the Contract Bid Security Pursuant to ITB Clause 9 the Bidder shall furnish as part of its bid the bid security which shall be Rs 2 00 Lakhs Rs Two Lakhs No concession exemption shall be allowed F D R should be attached Scan Copy of same instrument should be uploaded online too The bid security is required to protect the Rate Contracting Authority against risk of Bidder s business conduct which would warrant the security s forfeiture pursuant to ITB clause 15 7 The bid security shall be in Indian Rupees and shall be in form of Fixed Deposit for 18 months in favour of Dean M G M Medical College Indore Any bid not secured in accordance with ITB Clause 15 1 and 15 3 above
94. r the unit to the Institute If accessories other attachment of the system are procured from the third party then the vendor must produce cost of accessory other attachment and the AMC CMC from the third party separately along with the main offer and the third party will have to sign the AMC 36 13 10 13 11 13 12 13 13 13 14 13 15 CMC with the Purchaser if required In no case instrument should remain in non working condition for more than 5 days beyond which a penalty of 0 2 zero point two percent of machine cost will be charged per day The Principals or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to support the uptime guarantee Guarantee Warranty period The tenderers must quote for 5 years warranty from the date of completion of the satisfactory installation The Warranty charges shall not be quoted separately otherwise the offer shall be summarily rejected Also the Bidders should submit their quote for subsequent 5 years AMC without spare parts CMC include free labour repair other services amp spare parts Failure to comply this condition will entail the rejection of the Bids The price comparison shall be made taking into account on basic price and post warranty AMC CMC The Rate Contracting Authority reserves the right to award AMC CMC A M C without spare parts shall be quoted for equipments costing u
95. ractor Stage Start Date amp Time Sahe a OM AJWIN 7 8 Last date for submission of original EMD and other relevant documents is 26 07 2013 upto 17 30 pm All key dates are tentative and subject to be changed as per procurer requirement all the information regarding this Tender Preparation and Release of NIT Close for Bidding Generation of Super Hash Open EMD amp Technical IPQ bid Open Financial Price Bid Tender Purchase Online Tender Download Submit Bid Hash Online Submit Bids Online Re encryption 27 06 2013 10 00 29 06 2013 20 01 29 06 2013 20 01 29 06 2013 20 01 24 07 2013 11 00 24 07 2013 13 01 27 07 2013 11 00 07 08 2013 11 00 will be floated only on http dme mpeprocurement gov in portal PLACE OF OPENING OF BIDS ADDRESS FOR SUBMISSION OF PHYSICAL TENDER DOCUMENTS 29 06 2013 20 00 21 07 2013 20 30 22 07 2013 20 30 23 07 2013 20 30 24 07 2013 13 00 25 07 2013 20 30 07 08 2013 10 00 14 08 2013 17 00 Tender will be open online as per key dates at http dme mpeprocurement gov in Chairman Purchase Committee amp Dean M G M Medical College A B Road Indore 452 001 M P Telephone 0731 2438271 2526112 Fax 0731 2514628 Website http dme mpeprocurement gov in Email cpc2013mgmmc indore yahoo com Note Tender can be downloaded from the website http dme mpeprocurement gov in by making on line payment of Rs 610 Rs
96. ranty including tube 5 years CMC including tube 5 years Demonstration has to be arranged by the company before the price bid opening at their own cost for their quoted models to the technical committee 10 RD13 MULTISLIC E SPIRAL CT SCANNER ON TURN KEY BASIS BROAD BASED SPECIFICATIONS FOR MULTISLICE SPIRAL CT SCANNER ON TURN KEY BASIS 256 SLICE 1 REQUIREMENT Installation of advanced high end multislice spiral CT Scanner with comprehensive whole body imaging on turn key basis These are the broad based specifications For quoting of modern machines three different categories have been made Companies are supposed to quote in each catogaries separetly with respect to modern version A 64 slice C T scanner with 64 rows of detector B C T scanner capable of aquiring minimum 128 slices in one gantry rotation C C T scanner capable of aquiring minimum 256 slices or more in one gantry rotation Detector should be 128 rows or more However companies can quote equivalent or higher comparable technologies to consider them in this category Only the top of the line model version should be quoted The vendor must supply the latest version of the equipment commercially available at time of placing the supply order The quoted model must be FDA approved for clinical use 82 The aim of the government is to buy the latest equipment with good performance The major minor deviati
97. rchaser s Right to vary Quantities The details of the required equipments etc are shown in Annexure VI The quantity mentioned is only the tentative requirement and may increase or decrease as per the decision of the Purchaser The rates quoted should not vary with the quantum of the order or the destination Rate Contracting Authority s Right to Accept any Bid and to Reject any or all bids The Rate Contracting Authority reserves the right to accept or reject the tender for the supply of all items of equipments or for any one or more of the items of equipments tendered for in a tender without assigning any reason without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Rate Contracting Authority s action Notification of Rate Contract Prior to the expiration of the period of bid validity the Rate Contracting Authority will notify the successful Bidder in writing by registered letter or fax or e mail that its bid has been accepted The notification of Rate Contract will constitute the formation of the Contract Upon the successful Bidder s signed Rate Contract pursuant to ITB Clause 31 the Rate Contracting Authority will promptly notify each unsuccessful Bidder and will discharges its bid security pursuant to ITB Clause 15 If after notification of rate contract a Bidder wishes to ascertain the grounds on which its bid was not
98. red database e Image and data archival thro LAN WAN e Immediate download of images from Data Centre e DICOM protocol SCP SCU supported e Customized report formats e System admin controls for assigning users to centres ie giving accesses to radiologists e Monitoring the data upload e Streaming server allows easy and fast downloads of images 56 e Web server allows viewing of images from any location and supports Tele radiology 4 PC Workstation Pentium Duo Core 2 4 or above GHz processor speed system or equivalent with appropriate mother board 93 e Serial 1 parallel amp 4 USB ports e 10 100 Base T LAN Ethernet interface with Wake On Lan WOL e 80 GB minimum or more HDD e 512 MB DD RAM e CD DVD Writer e 17 TFT color monitor for displaying medical data images e Standard windows 101 US key board e Scroll two button mouse with mouse pad e Preferred three spare PCI slots e Windows XP professional software 5 Pro PACS viewer e Authorized users can only login to the system e Supports on any windows operating system e Provides the user with modality worksheet with patient ID modality and status on reporting e Image streaming approach to fetch images in a progressive manner e Viewer supports cut lines and scout display e The specialist can Flip Rotate Zoom ROI and Pan Gray scale invert e Allows the user to use various measuremen
99. relationship xxiv Statement of good financial standing from bankers xxv The printed original catalogues of primary manufacturer and any other technical documents like data sheet or operational manual of equipment with highlighting the features in portal along with the other documents In catalogue the quoted product no and name should be highlighted against which that product is quoted These documents are also to be submitted in physical form before due date along with Bid security xxvi In case of imported equipment IEC certificate of importer bidder shall be submitted xxvii A separate price list of all spares and accessories including minor required for maintenance and repairs in future after guarantee warrantee period xxviii Recurring expenditure on equipments Both envelops sealed in main envelop i e marked ENVELOP D TENDER FOR EQUIPMENTS ETC FOR P C All the envelopes A B D must be Wax sealed using sealing Wax and official seal sealed cello taped moisture free and strong All the enclosures and photocopies should be self certified and stamped i Reference No of the tender ii Tender regarding iii Due date of submission of tender form iv Due date for opening of the tender v Name of the firm TENDER SUBMITTED WITHOUT FOLLOWING THE ABOVE PROCEDURES WILL BE SUMMARILY REJECTED 17 2 Envelop C Financial Bid Financial Bid Price Proposal should be submitted online only in c
100. rice schedule is a sample for the Bidders Price schedule should be submitted online only in the prescribed format and price schedule should not be submitted in physically or in form of CD otherwise bid shall be rej ected 70 ANNEXURE XII Ref Clause No 13 3 g of ITB DETAIL OF SERVICE CENTER IN M P City Name amp Place of Address No of Service Remark Service Center Telephone Fax Engineer with amp email Name Mobile No 1 Indore 2 Bhopal 3 Gwalior 4 Jablapur 5 Rewa 6 Sagar Name amp designation of the authorized Signatory Signature of the authorized signatory 71 CHECK LIST FOR TERMS AND CONDITIONS FOR EQUIPMENTS Check list for Terms and Conditions To be filled by the bidder and submitted along with the bid Page No must be mentioned against each serial All non notarized documents except EMD must be self attested together with official seal Sequence for Documents Check If Yes online upload Yes Page of document No No Upload 1 1 Annexure I Sales Tax Clearance Certificate Upload 2 2 Annexure II Manufacture Authorization Form Upload 3 3 Annexure III Declaration Undertaking Form Upload 4 4 Annexure IV Proforma for Performance Statement Upload 5 5 Annexure V Annual Turnover Statement Upload 6 6 Annexure VI Specification of require Equipments with two additional self certified copies duly si
101. rtificate issued by the nominated inspection agency and the Supplier s factory inspection report and vi Certificate of origin vii Photocopy of all test report of all equipments etc should be submitted with every delivery challan Insurance GCC Clause 11 For delivery of goods at site the insurance shall be obtained by the supplier in an amount equal to the value of the goods from final destinations as specified in the supply order of All Risks basis including war Risks and strike Should any loss or damage occurs the supplier shall a Initiate and pursue claim till settlement and b Promptly make arrangement for replacement of any damaged item s irrespective of settlement of claim by the underwriters Payments GCC Clause 14 Payment for goods and services shall be made in Indian Rupees as follows No advance payments towards cost of equipments etc will be made to the supplier All payments shall be made by way of crossed cheques drawn in favour of the supplier All bills invoices should be raised in triplicate in the name of Concerning Purchaser Payment will be made after completion of supply of goods service on turn key basis as per supply order installation commissioning and successful test running at the site due verification and subsequent satisfactory report of the user department Payments shall be made by the Purchaser after submission of the claim by the Supplier All sincere efforts will be
102. s qualified to satisfactorily perform the Contract The determination will take into account the Bidder s financial technical and production capabilities It will be based upon an examination of the documentary evidence of the Bidder s qualifications submitted by the Bidder Pursuant to ITB Clause 13 as well as such other information as the Rate Contracting Authority deems necessary and appropriate The Rate Contracting Authority shall ask for demonstration whereable applicable of the quoted equipment The cost of demonstration shall be born by the bidder Day date amp place of demonstration shall be decided by Rate Contracting Authority An affirmative determination will be prerequisite for award of the Rate Contract to the Bidder A negative determination will result in rejection of the Bidder s bid in which event the Rate Contracting Authority will proceed to the next bid to make a similar determination of that Bidder s capabilities to perform the contract satisfactorily The tenderers shall demonstrate whereable applicable the quoted model of the equipments during the technical evaluation on the day date amp place specified _ 26 27 27 1 28 28 1 29 29 1 30 30 1 30 2 30 3 30 4 31 Award Criteria Subject to ITB Clause 29 The Rate Contracting Authority will award rate contract to the successful bidders on lowest evaluated prices or the price approved by the Purchase Committee Pu
103. s sssvswisisaseivss To Dear Sir Tender No We an established and reputable Manufacturers of having factories at and do hereby agree to supply confirming to the required specification and required quantity to M s Bidder as offered by them to supply against the above stated Tender This is also certified that M s is our authorized distributor importer since _ month amp year should filled and his performance is satisfactory We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the supply against this invitation for Bid by the above firm Yours faithfully name for and on behalf of M s Name of manufacturers Note This letter should be signed by a person competent and having authority to sign on behalf of manufacturer and should be duly Notarized 59 ANNEXURE III Ref Clause No 17 1 T of ITB DECLARATION UNDERTAKING I We M s represented by its Proprietor Managing Partner Managing Director having its Registered Office at __ and its Factory Premises at do declare that I We have carefully read all the conditions of tender in Ref No for supply of equipment floated by the Purchase Committee and accept all conditions of Tender I We agree that the Purchaser has rights of forfeiting the Bid Security and or Performance Security Deposit and blacklisting me us for a period of 7 years if any information furnished by us proved to be false at the
104. sample drawn by the Inspection Authority will be forwarded for analysis to an independent technical inspection The Finding which will be promptly obtained will be final and biding on both the parties The cost of umpire analysis will be borne by the losing party iv The Purchaser s right to inspect test and where necessary reject the Goods after the Goods arrival in at Site shall in no way be limited or waived by reason of the Goods having previously been inspected tested and passed by the purchaser or its representative prior to the Goods shipment from the country of origin v Nothing in Clause 8 shall in any way release the supplier from any warranty or other obligations under this Contract 34 9 1 9 2 10 10 1 10 2 10 3 10 4 10 5 10 6 11 12 12 1 Packing The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the contract The packing shall be sufficient to withstand without limitation rough handling during transit and exposure to extreme temperatures salt and precipitation during transit and open storage Packing case size and weights shall take into consideration where appropriate the remoteness of the Goods final destination and the absence of heavy handling facilities at all points in transit The packing marking and documentation within and outside the packages shall com
105. selected it should address it s request to the Rate Contracting Authority The Rate Contracting Authority will promptly respond in writing to the unsuccessful Bidder Signing of Rate Contract Agreement At the same time the Rate Contracting Authority will inform to the successful Bidder that its bid has been accepted the Rate Contracting Authority will send the Bidder the Rate Contract Form provided in the bidding document incorporating all agreements between the parties Within 10 days of receipt of the Notification of Rate Contract the successful Bidder shall sign and date the Contract on a non judicial stamp paper of value of Rs 100 stamp duty to be paid by the Bidder and return it to the Rate Contracting Authority 27 32 32 1 32 2 33 33 1 33 2 34 34 1 34 2 The validity of Rate Contract will be one year and may be extended for further period as agreed mutually unless revoked Performance Security amp Inspection Charges Within 15 days of the receipt of firm order from the Rate Contracting Authority or the date specified by the purchaser the successful Bidder shall furnish the performance security and inspection charges in accordance with the Clause 7 amp 8 of General Conditions of Contract Failure of successful bidder to comply with the requirement of ITB Clause 31 or ITB Clause 32 1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security prev
106. st Agents Please specify other advanced Technologies to perform better Contrast Harmonic Imaging System should offer real time extended field of view imaging panoramic imaging up to 60 cm with curved and linear transducers All grayscale imaging must be capable of real time spatial compounding during the panoramic imaging The system shall quantitatively calibrate panoramic images allowing the user to perform area circumference distance and curved linear distance measurements The system shall support simultaneous display of volume and multiplanner reconstructed MPR views The system should have the in built software tool for imaging MPR Thick Slice and slice plane views The system shall support full screen display of all 3D views including individual X Y Z MPR views and simultaneous display of thumbnail views on the same system display monitor gt 76 Full Trim capability must be supported Oblique and linear trimming in the MPRs Freehand trimming of the volume The system should support a utility for the creation of user defined general imaging protocols and the editing of default general imaging protocols Preset controls shall include abdominal carotid lower extremity venous and gynaecological exam guides that follow industry and accreditation guidelines The system should have automatic real time quantification of Doppler parameters like velocity frequency time heart rate slope flow vo
107. t lines e Allows multiple series and studies display e Easy reporting with images and reporting tool on one page 6 Networking 1 OFC cabling for 600 metres 2 LIU 12 port 5 Nos 3 Gigabit switch 5 Nos 57 4 CAT 6 cables 1000 5 Installation amp other costs LS 94 22 TURNKEY PROJECT FOR MDCT SCANNER The turn key mentioned below is basically for Bhopal and at other Institutes the requirement may vary The vendor should visit the sites and prepare the suitable layout plan involving equal construction in terms of square feet approx 1000 sq ft and other infra structural facilicties The units are to be installed on turnkey basis The vendor must visit the site at their own cost before they submit their quotation for the turnkey and give a certificate that the proposed site is suitable for installation of equipments Before submitting their bids the vendor has to submit the proposed layout of the CT section according to the requirements of the department and after getting it approved by the department the final proposal would be added in the bid This project involves installation and commencing of the new equipments with all necessary and ordered accessories all necessary civil mechanical electrical works to facilitate the commissioning of the equipments and the same shall be at the supplier s cost and risk if any The institute however will provide the space flooring
108. the price bid physically only Such names and items code of the items should be submitted along with the technical bid failing which the tenderer s price bid will not be opened The Bidder has to submit Name of Item and its code STAs number Upload 14 Concern Company has a not been debarred blacklisted in the past either by Rate Contracting Authority or by any State Government or Central Government Organization b firm has no vigilance enquiry CBI enquiry pending against him supplier c The firm has not supplied the same item at the lower rate than quoted in the tender to any Govt Semi Govt or any other organization Affidavit to this effect shall be submitted by the concern company and should be duly notarized on 100 Non judicial stamp paper Upload 14 20 Original Bid Form duly signed by authorized signatory as per Section V duly sealed and signed by the bidder on each page for acceptance of Terms and Conditions Upload 15 21 Bidders should have the registration under Commercial Tax Authority Registration should be attached Upload 16 22 An affidavit of the manufacturer on a Non judicial stamp paper on Rs 100 binding itself for supply of genuine spare parts to the purchaser for a period of minimum 5 years beyond warranty period Upload 17 23 An affidavit of the manufacturer on a Non judicial stamp paper on Rs 100 that the quoted e
109. this tender document Amendment of Bidding Documents At any time prior to the deadline fixed for submission of bids the Rate Contracting Authority may for any justifiable reason whether at its own initiative or in response to a clarification requested by a prospective bidder modify the bidding documents by amendment Any addendum issued shall be part of Bidding Documents and all the prospective bidders will be notified of the amendment by post or publication and will be binding on them The same shall be uploaded on the designated website In order to allow reasonable time to prospective bidders in which to take the amendment into account in preparing their bids or for any other reason the Rate Contracting Authority at its discretion may extend the deadline for the submission of bids C Preparation of Bids Language of Bid The Bid prepared by the Bidder as well as all correspondence and documents printed literature and leaflets relating to the bid exchanged by the Bidder and the Rate Contracting Authority shall be written in English Hindi language Documents comprising the Bid The bid prepared by the Bidder shall comprise the following components a A Bid Form and Price Schedule completed in accordance with ITB Clause 10 11 and 12 Price bid form should be filled online only Technical Bid Envelope EMD and cost of tender form instruments should be uploaded online as well as submitting hardcopies thereof b Documentary e
110. tible attach conformance statement 7 Laser printer for high resolution on minimum A4 size printing 8 All standard accessories pertaining to the patient comfort and desired study should be provided and list of optional accessories may be furnished 16 ANAESTHESIA MACHINE 1 Machine should have 3 gas system e Oxygen e Nitrous oxide e Air with double flow tubes for all gases 2 Machine must be with 2 number of oxygen yokes amp 1 number or N2 O yoke beside pipe line connection for gas specific pin indexed yoke e Oxygen e Nitrous oxide 88 e Air 3 Machine must be with mechanical type hypoxic guard to maintain minimum 255 oxygen of total gas flow should be free from any rubber material 4 Para magnetic oxygen analyzer amp control system to monitor concentrations to a degree of accuracy of 1 in either fresh gas flow or breathing system Display oxygen concentration Audible amp visual alarm activated if oxygen concentration strays outside the HIGH amp low alarm set controls Pneumatic device which activate audible alarm when oxygen supply pressure falls to 205 kPa for minimum 7 sec Visual indicator for gas supply 5 Flow meter Color coding of flow meter Height indexed antistatic flow meter tubes Touch coded oxygen flow control knob HIGH LOW dipper switch which is particularly relevant endoscopy proceedings Dual low amp high flow tubes provided for oxygen and nitrous oxide for greater degree of accurac
111. till building to be customer s scope Scope of AC also needs to be clear in the form of ductable units Doors specification should be provided by the Vendor followed by AERB guidelines wherever required Construction and all material should be of top quality ISI Mark and work should be completed within prescribed period Electrical Services The CT Scanner and all connected required equipment for scanning post processing and filming are to be connected to the supplied UPS All the equipments computers along with peripherals light points fire alarm system EPABX and view boxes are to be supplied power through the common or a separate UPS with 30 minutes back up Dimmer controlled incandescent light fixtures are to be provided in the gantry room console room All the electric wiring Copper switches sockets plugs MCBs etc are to be of reputed make and as per ISI standards Different parts of the complex will have separate wiring for light and power circuits through MCBs of suitable capacity Adequate safety measures will be incorporated in the electrical power supply system Dedicated isolated earthling is to be provided for the complex Air Conditioning Dedicated separate transformer of suitable capacity required for CT AC and other auxiliary equipment should be provide by vendor with consultation to CSEB and PWD Required cable and 97 fitting will be responsibility of vendor for various pur
112. time of inspection and not complying to the tender conditions Signature of the Bidder Name amp Address in capital letters with Designation To be duly Notarized 60 ANNEXURE IV Ref Clause No 17 1 e of ITB PROFORMA FOR ITEMWISE LIST OF INSTALLATIONS IN LAST THREE YEARS OF THE MANUFACTURER S Name of the Manufacturer Sl Name of installed machines Name of the Purchaser amp address Date of Quantity No and model with phone number installation 1 2 3 4 1 Signature and seal of the Bidder 261 Annexure V Ref clause No 13 3 1 of ITB ANNUAL TURNOVER STATEMENT The annual Turnover of M s the past three years are given below and certified that the statement is true and correct Turnover in Crore Rs Sr No Year Turnover in Crores Rs 1 2009 10 2 2010 11 3 2011 12 Date Seal 62 Signature of Auditor Chartered Accountant Name in Capital Tender No ANNEXURE VI Ref Clause No 11 1 of ITB SPECIFICATIONS OF EQUIPMENTS Sr Item NameofItem Specification Make amp Specification Compliance No Code Equipment Required by Model as quoted by Deviations Purchaser bidder ce ANNEXURE VII Ref Clause No 7 3 of GCC PERFORMANCE SECURITY FORM TO ks satu cate xeds ATE EE eae Name of Purchase Whereas arrinin osaa e
113. together with contents of envelop A will be subject to scrutiny those bidders whose documents and contents are as per tender conditions will only be deemed qualified for opening of technical bid The date and time of opening of technical bid envelop B will be made available on website within a week of opening of bid and will be communicated online only at http dme mpeprocurement gov in Price bid should be submitted online only In case price bid is submitted manually bid will be out through rejected Cost of tender form Rs 5 000 in the form of DD should be submitted in separate Envelope marked Tender Fee EMD amp Technical Bid will be submitted separately in separate sealed Envelopes Technical Bid will be evaluated as per specification and National Competitive Bidding terms and conditions by the Technical Committee Those bidders who qualify for the technical bid will be invited for demonstration whereable applicable of equipment on the day date amp place specified by R C A The bidders will have to demonstrate the equipments on the date day and place specified Thereafter Price Bid Envelope C will be opened online only for those bidders whose bid will be found technically responsive after demonstration Opening of date of price bid will be communicated online at http dme mpeprocurement gov in hence bidder are advised to visit web portal on day to day basis In the event of the date specified for bid receipt opening being declared
114. trict confidence and will not reveal such information to any other party without the prior written approval of the Rate Contracting Authority Purchaser Patent right GCC Clause 6 In the event of any claim asserted by a third party of infringement of copyright patent trademark or industrial design rights arising from the use of goods or any part thereof in the Purchaser s country the supplier shall act expeditiously to extinguish such claim If the supplier fails to comply and the Purchaser is required to pay compensation to a third party resulting from such infringement the supplier shall be responsible for the compensation including all expenses court cost and lawyers fees The Purchaser will give notice to the supplier of such claim if it is made without delay Progress of Supply Supplier To be filled at the time of Contract Signature Supplier shall regularly at every 7 days interval shall intimate item wise progress of supply in writing to the Purchaser as under Quantity offered for inspection and date Quantity accepted rejected by inspecting agency and date e Quantity dispatched delivered to consignee and date e Quantity where incidental services have been satisfactorily completed with date e Quantity where rectification replacement effected completed on receipt of any communication from consignee Purchaser with date In case of state wise inspection details required may also be specif
115. ty guarantee period and will cover all such costs in the AMC CMC The bidder shall submit the specification s compliance deviation report duly filled and signed which clearly bring out the deviation from the specification if any given in Annexure VI Sales Tax VAT CST Clearance certificate as on 31 03 2010 31 03 2011 31 03 2012 as per form attached in Annexure I Details of Manufacturing Unit I Annexure IX The details containing the name and address of the premises where the items quoted are actually manufactured Documents if any to show that the manufacturing unit importer has been recognized by WHO UNICEF ISO or any other Certificate etc The bidder shall furnish a notarized affidavit in the format given in Annexure IMI declaring that the bidder accepts all terms and conditions of the tender Annual turnover i e turnover for each year separately in the last three financial years shall not be less than Rs One Crore for Manufacturer and Rs Fifty Lacs for the authorized distributor Annual turnover statement for 3 years submitted in the format given in Annexure V certified by the Auditor CA In case of imported equipment IEC certificate of importer bidder shall be submitted The bidder should also submit national and international quality certificates like ISI CE C mark IEC standard or equivalent certificate of quoted product if available Concern Company have not been debarred blacklisted eithe
116. uarantee The excess expenditure over and above contracted prices incurred by the Purchaser in making such purchases from any other sources or in the open market or from any other supplier who has quoted higher rates and other losses sustained in the process shall be recovered from the Performance Security or from any other money due and become due to the Supplier and in the event of such amount being insufficient the balance will be recovered personally from the Supplier The penalty would be as under a First extension 31 day for indigenous equipment and 121 days for imported equipments thereof from the date of issue of supply order 3 of supplied ordered item b Second amp maximum after 45 days for indigenous equipment and 135 days for imported equipments from the date of issue of supply order 5 of supplied ordered item c The order will be deemed cancelled after expiry of 60 days for indigenous equipment and 150 days for imported equipments from the issue date The order may be cancelled after expiry of delivery period as mentioned in the supply order and the supplier shall also suffer forfeiture of the Performance Security and shall invite other penal action like blacklisting disqualification from participating in present and future tenders Rate Contracting Authority will be at liberty to terminate by assigning justifiable reason thereof the contract either wholly or in part on one month notice The Supplier will not be
117. ubmit his bid online Hence the bidders are advised to keep their Digital Certificates in a safe place under proper security to be used whenever required The digital certificate issued to the Authorized User of a Partnership firm Private Limited Company Public Limited Company Joint Venture and used for online bidding will be considered as equivalent to a no objection certificate power of attorney to that user In case of Partnership Firm majority of the Partners have to authorize a specific individual through Authority Letter signed by majority of the Partners of the firm In case of Private Limited Company Public Limited Company the Managing Director any other Person having designated authority to authorize a specific individual has to authorize a specific individual through Authority Letter Unless the certificate is revoked it will be assumed to represent adequate authority of the specific individual to bid on behalf of the Organization for online tenders as per Information Technology Act 2000 This Authorized User will be required to obtain a Digital Certificate The Digital Signature executed through the use of Digital Certificate of this Authorized User will be binding on the firm It shall be the responsibility of Management Partners of the concerned firm to inform the Certifying Authority if the Authorized User changes and apply for a fresh digital certificate for the new Authorized User Set Up of Bidders Computer S
118. ufa Model price ion Custom VAT as ent cturer No Inclusive of Insurance Duty applicable Item excise Service included custom duty charges in quoted transportation Inspection rate per insurance charges unit service included charges in quoted inspection rate per charges and unit any incidental charges etc Gd 2 3 4 5 6 o 8 9 Place Date Signature Name in Capital Letters Designation Note This format of price schedule is a sample for the Bidders Price schedule should be submitted online only in the prescribed format and price schedule should not be submitted in physically or in form of CD otherwise bid shall be rejected 69 ANNEXURE XI Ref Clause No 17 2 vii of ITB PRICE SCHEDULE FOR ANNUAL WITHOUT SPARE PARTS COMPREHENSIVE INCLUDE FREE LABOUR REPAIR OTHER SERVICES amp SPARE PARTS MAINTENANCE CONTRACT A M C C M C AFTER EXPIRY OF WARRANTY RATES SHOULD BE QUOTED IN PERCENTAGE OF THE VALUE OF THE MACHINE Sr SME Name of For first For For third For fourth For fifth No Code the year with second year with year with year with No Equipment spare year with spare parts spare parts spare parts parts amp spare parts amp labour amp labour amp labour labour amp labour Gd 2 3 4 5 6 7 8 Place Date Signature Name in Capital Letters Designation Note This format of p
119. verify the scanned copy of the Earnest Money Deposit uploaded by the Bidders He She shall check for the validity of Earnest Money Deposit as required He She shall also verify the scanned documents uploaded by the Bidders if any as required In case the requirements are incomplete the commercial and other Envelopes of the concerned Bidders received online shall not be opened fies The concerned Official shall then open the other Envelopes submitted online by the Bidders in the presence of the Bidders or their authorized representatives who choose to be present in the order of opening He She will match the Bid Seal Hash of each Envelope and the documents uploaded during the respective opening with the hash submitted by the Bidders during the Bid Preparation and Hash Submission stage In the event of a mismatch the Bid Data in question shall be liable for a due process of verification by the Nodal Officer of e Procurement System of DEPARTMENT OF MEDICAL EDUCATION SECTION I INVITATION FOR BIDS IFB Date 1 10 SECTION I INVITATION FOR BIDS IFB 29 06 2013 IFB No CPC EQP RD 13 14 15 SECOND CALL For the requirement of Indore Bhopal Jabalpur Gwalior Rewa amp Sagar Medical Colleges Dental College amp Associated Hospitals Under Medical Education Department Government of Madhya Pradesh Bhopal Chairman Purchase Committee amp Dean M G M Medical College Indore M P now invite online bids from eligible
120. vidence established in accordance with ITB Clause 13 that the Bidder is eligible to bid and is qualified to perform the contract if its bid is accepted Cc Documentary evidence established in accordance with ITB Clause 14 that the goods and services to be supplied by the Bidder are eligible goods and services and conform to the Bidding Documents and d Bid Security furnished in accordance with ITB Clause 15 The Bidders shall submit their Earnest Money Deposit as usual in a physically sealed Earnest Money Deposit Envelope and the same should reach the concerned office as stated in the Notice Inviting Tender by post gS 10 10 1 11 The Bidders have to upload scanned copy of Earnest Money Deposit instrument along with the reference details Bid Form The Bidder shall complete the Bid Form and shall also submit a hard copy thereof The signing of Bid Form shall commit the Bidder to supply the ordered goods to the purchaser within 30 days of placing such order Bid Prices Bid has been called for the equipments machines given in the specification in Technical Annexure VI The bidder should quote the price online only for the equipments machine offered for The specifications of the equipments machines should be brand new unit as per details given in Annexure VI Any variation found will result in the rejection of the tender In any case if price bid submitted manually or in CD than tender will be rejected Prices inclusive o
121. will be rejected by the Rate Contracting Authority as non responsive pursuant to ITB Clause 23 Unsuccessful Bidder s bid security will be discharged returned as promptly as possible upon the successful Bidders signing the Contract pursuant to ITB Clause 31 or after the expiration of the period of bid validity prescribed by the Rate Contracting Authority pursuant to ITB clause 16 No interest is payable on bid security The successful Bidder s bid security will be discharged upon the Bidders signing the Contract pursuant to ITB Clause 30 and furnishing the performance security pursuant to ITB Clause 31 No interest is payable on bid security The bid security may be forfeited a If a bidder i withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form b In case of a successful Bidder if the Bidder fails i to sign the Contract in accordance with ITB Clause 30 or ii to furnish performance security and Inspection Charges in accordance with ITB Clause 31 Period of Validity of Bids Quoted Prices of Bids shall be valid for 180 One hundred eighty days after the date of bid opening prescribed by the Rate Contracting Authority pursuant to ITB clause 21 A bid valid for a shorter period shall be rejected by the Rate Contracting Authority 19 16 2 16 3 16 4 17 17 1 as non responsive This price on acceptance shall remain fixed till contract period or till further order I
122. xCD ROM Drive e 4 Cooling FANS for ample cooling e 17 color monitor e Standard windows 101 US Key board e Scroll two button mouse with mouse pad e Preferred three spare PCI slots 2 Image Valut NAS Box RAID level 5 storage box with storage capacity of 2 TB From factor 2 U Rack Mount Design Processor Intel RAM 1 GB Disk interface Serial ATA S ATA 150 MB ps Disk channels 8 operating parallel channel Disk type 48 bit LBA mode serial ATA Host interface Dual Ultra 320 LVD SCSI Host channels 2 channels Drive bays 8 bays hot swappable Environment monitor Power fan disk and temperature failure 55 92 Power Dual 300 watts redundant power supplies with load sharing RAID level 0 1 10 3 5 30 50 JBOD Multiple RAID Sets Yes Online capacity expansion Yes Rebuild hot spare drivers Automatically and transparently Drive hot swap Yes Drive insertion or removal Automatically detection and rebuilding Firm ware upgrade Via RS 232 port Management tool LCD panel or RS 232 port Dimensions 31 4 x 39 0 x 17 0 cm 1x hx w Weight 15 kg W O HDD Input voltage 100 240 V AC 3 Pro PACS Sofware 5 Concurrent Users e DICOM 3 0 conformance e Acquires and stores images from DICOM modality e Supports scalable multi user concurrent access e Server performs as a DICOM device on any imaging network e Works on windows server environment e Storage of DICOM 3 0 images in a secu
123. y at low flows 6 Vaporizer inter lock system 7 Pressure gauges High pressure gauges 2 each for O2 and N20 and low pressure gauges 8 Regulators Primary pressure regulators four nos mounted on each yoke Secondary pressure regulators one each in oxygen and nitrous oxide line 9 Monitoring Continuous monitoring of inspiratory O2 concentrations breathing frequency airway pressure Paw Peak Pmean PEEP minute volume and tidal volume Display of measured parameter Airway pressure in graphical form Air entrainment valve operating at 4 cm H20 negative patient effort Colour coded gauges for cylinders and pipe lines 89 Emergency oxygen flush for rapid and direct administration at about 55L min O2 to the breathing system Auxiliary high pressure oxygen outlet with check valves Electrical sockets On off pneumatic switch Tidy tray Multipurpose looks and mounting blocks Cable look Draver unit Roller bearing antistatic castors Lockable front castors Suction system A circle absorbers and circuits Steel structure electrostatically power coated Antiglare stainless steel tray with raised edges 10 Machine must be applicable for adult paediatric 11 Machine s Anaesthesia ventilator should display Tidal volume Minutes Oxygen Frequency e Airway pressure and graphical display Machine s Anaesthesia ventilator should have Cardiac Bypass mode Machine should have CO2 bypass mod
124. y perfusion CT F Angiography package However another pacages which are not mentioned above but are essencial should be mentioned and provided by the company 10 IMAGE EVALUATION AND DISPLAY In addition to the software for all routine functions like measurements annotations windowing image addition and subtraction artifact reduction capability reversal of images filters reference scale and grids the following software also be available 1 Real time MPR curved oblique coronal sagittal 2 Dynamic scanning and cine display specify the frame and umber of images that can be displayed 3 minimum and maximum intensity projections 4 3D shared surface display 5 Advanced 3D volume rendering technique 6 CT angiography with colored facility MIP MPR SSD VR 7 3D Virtual reality CT endoscopy Bronchoscopy colonoscopy colonoraphy and angioscopy 8 Automatic bone sculpting Auto bone 9 Advance vessel analysis including stenosis quantification 10 Latest reconstruction technology software to be provided 11 MAIN CONSOLES WORKSTATIONS AND MONITORS 1 The system should have a main console with two medical grad monitors with fully loaded workstation and one loaded additional identical workstation which is to be installed in the reporting room On both the work stations all processing techniques viz MPR angiography 3D 86 virtual endoscopy bronchoscopy colonoscopy colonography and angioscopy perfusion stu
125. ystem In order for a Bidder to operate on the e Procurement System the Computer System of the Bidder is required to be set up for Operating System Internet Connectivity Utilities Fonts etc A help file on setting up of the Computer System can be obtained from e Procurement Cell Publishing of N I T For the Tenders processed using the e Procurement System only a brief Advertisement related to the Tender shall be published in the newspapers and the Detailed Notice shall be published only on the e Procurement System The contractors can view the Detailed Notice and the time schedule for all the Tenders processed using the e Procurement System on the website http dme mpeprocurement gov in Key Dates The Bidders are strictly advised to follow the time schedule Key Dates of the Tender for their side for tasks and responsibilities to participate in the Tender as all the stages of each Tender are locked before the start time and date and after the end time and date for the relevant stage of the Tender as set by the concerned Department Official However it is advised to complete the required stage well in advance and not to wait for last date and time for processing Online Processing Fee The Tender documents can be downloaded ONLY online The Tender shall be available for download to the concerned eligible bidders immediately after online release of the Tender and upto the scheduled date and time as set in the key dates The Bidders can sub

Download Pdf Manuals

image

Related Search

Related Contents

  UM10712 SSL5511DB1183 100 V 20 W buck-boost converter  idromed - Sudare  Transcend microSD kit  Service Manual    View/Download  Solu-Odeur Extra Mode d`emploi.pub  WH royal - Montage et mode d'emploi  

Copyright © All rights reserved.
Failed to retrieve file