Home
REVISED TENDER CALL NOTICE
Contents
1. 1 Mode of This is a Rate contract Tender the rate of which will be valid for a Procurement period of one year from the date of finalization of rate contract However the approx quantity requirement is mentioned in the Schedule of Requirement Section IV The Dean amp Principal VSS Medical College Burla 2 Purchaser Dean amp Principal VSS Medical College Burla 3 Consignee Dean amp Principal VSS Medical College Burla 4 Delivery Period Within 45 days from issue of the purchase order 5 Mode of Delivery By Air Road Rail 6 Guarantee Comprehensive warranty including all spares maintenance etc for Warranty CMC a period 2 two years from the date of installation amp commissioning and 3 three years AMC after warranty period 7 Tender Document Rs 1 000 Rs 1 000 5 VAT The tender document cost is to Cost be submitted in the shape of bank draft in favour of the Dean amp Principal VSS Medical College Burla from any Nationalised Scheduled Bank payable at Burla 8 Earnest Money Deposit EMD Sl Name of Equipment EMD Rs 1 Automated Cell Counter 5 000 INE appro eaul 2 Electrophorosis 5 000 equipment sS 113 CA oherieme 5 000 mentioned in the Schedule of 4 Anaesthesia work station 5 000 requirement _ Note The bidder may quote for any or all the equipment by submitting the Section IV required EMD for that equipment The Earnest Money Depos
2. insurance packing amp forwarding amp comprehensive warranty for two 2 years but excluding VAT amp ET cost of turnkey cost of accessories if any for Installation amp Commissioning with all taxes for turnkeys amp cost of AMC for next three 3 years after warranty will be added for evaluation The circulars issued by the Finance Department Govt of Odisha from time to time regarding tax matters shall be taken into account for evaluation and shall be binding on the bidders As per the Govt of Odisha Finance Deptt Order No 48317 230 F dt 23 11 2010 in comparing the cost of an article if purchased from within the State with the price of similar article if purchased from outside the State the amount of Odisha Sales Tax OST now VAT shall be deducted from the total cost since it accrues back as revenue to the State If after such deduction the cost of articles to be purchased within the State is not more than the cost of including Central Sales Tax transport and other charges of similar articles from outside the State it would be economical to purchase articles within the State LIQUIDATED DAMAGE 19 1 19 2 The purchaser may allow extension for a maximum period of 4 four weeks 28 days after the stipulated date of supply i e 45days with a penalty of 0 5 which will be deducted from the purchase order value as Liquidated Damage for each week 7 days of delay upto a maximum 2 on the v
3. name and address of the agent is our authorized distributor for sale and service of name of equipment s 2 We confirm that no supplier or firm or individual other than Messrs name of the above distributor is authorized to submit a tender and enter into a contract with you for the above goods manufactured by us 3 We also extend our full warranty 2 years comprehensive warranty and also full back up support for 3 years AMC after the warranty period as required by the purchaser 4 We undertake that we have adequate infrastructure and spare part support to carry out the warranty and AMC services and do accept to provide uptime guarantee of 95 as per this tender clause No 13 1 Yours faithfully Signature with date name and designation For and on behalf of Messrs Name amp address of the manufacturers Seal Note 1 This letter should be on the letterhead of the manufacturer and should be signed by a person having the power of attorney to legally bind the manufacturer 2 Original letter shall be attached to the technical bid To be submitted in Cover A Technical Bid 311Page ANNEXURE VI Refer Clause No 3 8 To be furnished in the letter head of the Auditor Chartered Account ANNUAL TURN OVER STATEMENT The Annual Turnover for the last three financial years of M s who is a Manufacturer
4. NOTICE INVITING TENDER Dated 08 02 2013 TENDERS ARE INVITED FROM ELIGIBLE BIDDERS AS PER THE ELIGIBILITY CRITERIA FOR SUPPLY amp INSTALLATION OF MEDICAL EQUIPMENT 1 Period of Availability of Tender Document Up to 25 04 2013 Downloadable from website www sambalpur nic in In case of any bid amendment and clarification responsibility lies with the bidders to collect the same from the above mentioned website before last date of submission of tender document and the tender inviting authority shall have no responsibility for any delay omission on part of the bidder 3 Last date amp time for submission of Tender Date 25 04 2013 Time 01 00 PM Address of Submission of Bid The Dean amp Principal V S S Medical College Burla Sambalpur Odisha 768017 Through Speed post Registered post Courier 4 Date time and place of opening of Tender a Technical Bid Cover A opening 26 04 2013 12 00 noon at the address mentioned above b Financial Bid Cover B The date of opening of financial bid will be intimated to the firms found successful in the technical bid evaluation Venue is mentioned at the address mentioned above Bidders authorized representative may remain present at the time of opening of bid 31Page Sd Dean amp Principal V S S Medical College Burla SECTION II IMPORTANT INSTRUCTIONS TO BE NOTED CAREFULLY BY THE TENDERERS
5. e Monitor should be upgradeable to Microstream capnography module for low flow studies cardiac Output and AGM with automatic gas identification for O2 CO2 N20 Halothane Desflurance Isoflurance Enflurane and Servoflurane and with facility to display primary and secondary Anesthetic Agent simultaneously along with MAC value e Monitor should be compatible with Central Nurses station meant for connecting monitoring simultaneously 8 or 16 monitors e Unit should be supplied with following accessories 3 lead ECG cable with disposable electrodes 10 nos of disposable electrodes NIBP Cuff Adult amp Paediatric Temp probe Tape on Skin SpO2 Probe One no for adult use Monitor should have built in Electro Surgical Unit amp Defibrillator protection Should work on 220 VAC 10 50 Hz The patient Monitor must be IS CE MARKED and US FDA approved Should submit relevant evidence of compliance to IEC 60601 series Safety standards and US FD Approval e Please quote separately cost of reusable Invasive Blood pressure Transducer with respective cables disposable Invasive Blood pressure Transducer with respective cables EtCO2 upgrade kit and AGM upgrade kit Also separately provide cost of consumables not covered under guarantee period e BIS Monitoring Optional e Nemomuscular Monitoring The complete system including all spare parts should be guaranteed for one year from the date of installation After expiry of the guarantee period
6. hours e Comprehensive annual maintenance contract charges for next 3 years Tender should have local Service facility 02 FULLY AUTOMATED INTERGATED CLINICAL ELECTROPHORESIS SYSTEM WITH BUILT IN DENSITOMETER LCD AND KEY BOARD FOR ESTIMATION OF SERUM PROTINE HEMOGLOBIN LIPOPROTEINS AND URINARY PROTEINS e Automated electrophoretic run drying staining and de staining e System machine should use Cellulose Acetate and Agrose strips and Matrix for Electrophoresis and separate strips and kits for Immunofixation Should have tow sample applicators made of special stainless stell Automated control for voltage time and current Gel temperature control with peltier effect Facility to separate serum proteins haemoglobin lipoprotines CK LDH amp Alkaline phosphatase isoenzymes Facility for immunofixation Facility to store at least 30 application protocols Facility to run serum urine amp CSF samples without prior dilution or conceenmtration Alaram for level sensing timer and doors Samples for one gel should not exceed 10 Equipment must not have any water sources or pumps Migration Chamber should be monobloc with carbonium electrodes and should be able to give uniform distribution of current on the full strip Should have multigreagent at least 7 independent tanks e Process Control System should be guided by electromagnetic heads with optical sensor built in the Head e Densitometer or Gel scanner with the neces
7. CLAUSE During the Guarantee warranty period desired uptime will be 95 of 365 days 24 hour 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 equipment for TWO YEARS from the date of installation at the site If accessories other attachment of the system are procured from the third party then the vendor must produce cost of accessory other attachment and the CMC from the third party separately along with the main offer and the third party will have to sign the CMC with the consignee if required In no case equipment should remain in non working condition for more than 7 working days The manufacturers 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 ANNUAL MAINTENANCE CONTRACT The supplier will provide AMC for 3 three years after the completion of 2 years comprehensive warranty period INSTALLATION AND DEMONSTRATION The installation and demonstration of the equipment shall be done by the Supplier s at free of cost at the installation site of the respective institutions TRAINING Supplier s shall impart adequate training to 2 doctors and 2 technicians at the site his their factory workshop inside outside India as the case may
8. Goods supplied under this contract are new unused of the most recent or current models and they incorporate all recent improvements in design and materials The Supplier shall further warrant that all Goods supplied under this contract shall have no defect arising from design materials or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the place of final destination 121Page 11 4 11 5 11 6 AMC The tenderer shall also commit to provide offer for AMC for the next three 3 years after two 2 years of warranty The selected firm should have a service centre in Odisha All the warranty certificates must be handed over to the consignee after installation TRANINING amp OPERATIONAL MANUAL 12 1 The firm supplier will provide hands on training to two doctors and two technicians of the Medical College amp Hospital at his own cost for operating handling the medical equipment s at the time of installation of equipment 12 2 The supplier firm will provide the operation maintenance manuals of all equipments to the purchaser at the time of installation UPTIME GUARANTEE 13 1 UP TIME BALANCE The Supplier s shall provide guarantee 95 uptime during comprehensive warranty period i e for 2 years from the date of installation amp commissioning Any uptime less than the specified period above will be compensated by the Suppli
9. attached enclosed along with the sealed quotation The tenderers are required to furnish the list of spares along with their cost in the financial Bid separately which will not be taken for evaluation 131Page 15 3 Local agents distributors quoting on behalf of the manufacturer importer must attach the authority letter in their favour LABELLING 16 1 The equipment supplied must be properly labelled with S1 No Model Name Make amp year of Manufacture ACCEPTANCE OF TENDER AND SUPPLY CONDITIONS 17 1 17 2 17 3 17 4 The Purchaser reserves the right to reject the tenders or to accept the tenders for the supply of the item tendered without assigning any reason thereof The Purchaser will be at liberty to terminate the contract either wholly or in part without assigning any reasons thereof The tenderers will not be entitled to any compensation whatsoever for such termination The supply should be completed within 45 days from the date of issue of purchase order unless otherwise specified If no supply is received even after days or 63 days with liquidated damage from the date of issue of the purchase orders such orders will stand cancelled automatically without further notice Penalties shall also thereafter be applied to the tenderer as specified in clause no 21 1 to 21 2 The approved firm shall also suffer forfeiture of the EMD and Performance Security Deposit The tender inviting authority or h
10. documents in support of the manufacturer along with the tender a Valid ISO certificate b CE US FDA IEC certificates of the manufacturer as per technical specification The tenderer have to submit the EMD s as mentioned in Clause 8 of Section II amp the Tender document cost DOCUMENTS TO BE SUBMITTED The following documents should be enclosed in Cover A Technical Bid by the tenderer All the photocopies are to be attested by a Notary Public Gazetted Officer TECHNICAL BID 3 1 3 2 3 3 3 4 Checklist with detail of the documents enclosed in Cover A as per Annexure I with page number The documents should be serially arranged as per this Annexure I and should be securely tied and bound List of Item s Quoted with name of the Make amp Model of the item s Annexure Il Tender document fee of Rs 1 000 in shape of Demand Draft Earnest Money Deposit s as mentioned in the Clause 8 of Section II in shape of Demand Draft Details of EMD and the name of the equipment quoted should be clearly mentioned 7 Page 3 5 3 6 3 7 3 8 3 9 3 11 3 12 3 13 3 14 3 16 3 17 Details name address telephone no Fax e mail of the manufacturer authorized distributor service centre contract person office in Odisha Annexure ITI The declaration form in Annexure IV duly signed by the tenderer before Notary Public Executive Magistrate Manufacturer s Auth
11. equipments mentioned in the schedule of requirement to any Govt Organization Corporate Hospitals PSU Hospitals UN Agencies and certificate in support of that from the user during the last three years Major deviations from the technical specification of the item s as per tender Price bid quoted rate with signature and seal Hard Copy 6 1 6 2 6 3 EARNEST MONEY DEPOSIT The amount of Earnest Money Deposit required is mentioned in the Section II The Earnest Money Deposit will be submitted in the shape of demand Draft only in favour of the Dean amp Principal VSS Medical College Burla Sambalpur 768017 from any Nationalized Scheduled Bank payable at Burla The EMD of the unsuccessful tenderers will be returned back without interest after placement of purchase order to the successful tenderer and EMD of successful tenderer will be returned after submission of performance security ies The EMD will be forfeited if the tenderer withdraws its tender furnish forged documents which is found during bid evaluation OR doesn t sign the contract doesn t furnish performance security doesn t supply the items in case of successful bidder within the stipulated time period PERFORMANCE SECURITY amp AGREEMENT 7 1 7 2 7 3 17 4 The performance Security should be submitted in shape of Bank Draft Bank Gurantee from a Nationalised Scheduled Bank in favour of the Dean amp Principal VSS Medical College Bur
12. of Installation Name of the Consignee Name of the purchaser Sir I we hereby declare that 1 I we am are the manufacturers authorized agents distributors of 2 I we do accept agree for the all clauses including the warranty 2 years followed by 3 years AMC and payment terms and conditions of this tender 3 I we do hereby confirm that the prices rates quoted are fixed and are at par with the prices quoted by me us to any other Govt of India Govt of Odisha Hospitals Medical Institutions I we also offer to supply the stores at the prices and rates not exceeding those mentioned in the price bid 4 I we agree to abide by my our offer for a period of 365 days from the date of approval of the tender 5 I we have necessary infrastructure for the maintenance of the equipment and will provide all the accessories spares as and when required 6 I we also declare that in case of change of Indian Agent or for any other change merger dissolution solvency etc in the organization of our foreign principles we would take care of the Guarantee warranty maintenance of the machinery equipment and have provided written confirmation for the same 7 I we shall provide assistance to the consignee in clearance and delivery of store at consignee s stores premises 8 The demurrage storage charges if any payable to the customs department due to non receipt of required documents in time by the hospital del
13. of Sambalpur District or High Court of Odisha INSPECTION TESTING 22 1 The selected supplier shall have to arrange for demonstration of the equipment at the supply point The purchaser or its nominated representative s shall inspect and test the equipments at the supply point to check their conformity to the specifications and other details incorporated in the contract CONDITIONS APPLICABLE TO LOCAL MSKEs SSIs OF ODISHA The MSE SSI Units of the State of Odisha will be given the following preferences in the tenders provided they produce the following documents as per MSME Development Policy 2009 and IRP 2007 23 1 23 2 Attested copy of valid manufacturing licence P M T Certificate from the Director of Industries Odisha or General Manager District Industries Centre that it is a MSE SSI Units of the State of Odisha provided that MSE SSI units has not been derecognised by the Govt for that specified period 16 Page 23 3 Local Micro amp Small Scale Enterprises MSE and Khadi amp Village industrial units including handloom and handicrafts will enjoy a price preference of 10 vis a vis over local medium and large industries as well as industries outside the State Local Micro amp Small Scale Enterprises having ISO ISI Certification for their product shall get an additional price preference of 3 as per provision of IPR 2007 23 5 Local MSEs registered with respective DICs Khadi Village Cottage and Handi
14. sample manual and capillary mode e Should have capacity to store at least 20000 numeric patient results and 5000 graphic printer e Should have inbuilt graphic printer 19 Page e Should have RS232 serial and parallel port can be connected with LAN and laser printer e Should have a membrane keyboard for routine operations and maintenance with option to attach external key board for patient demographic entry at instrument operation e Should have extended analysis time for cytopenic sample e Should be above to integrate with optional automated slide maker and stainer e Should have zero routine maintenance with automatic electronic aperture cleaning and back flush after each sample e Instrument should accept all types of vacutainer tubes e The instrument should have option for auto sampler bar code reader e Reagent cost per cycle including start up and shutdown if 200 amp 500 samples are processed at a time should be submitted separately in the financial bid e There should be automatic storage of calibration data and extensive quality control programme with LJ plot for at least 8 control loots and at last 25 per lot Basic common necessities Input Voltage 230 volts 50 Hz as per Indian standard Service manual and technical date with all necessary passwards without any obligation Instruction and operational manuals without any obligation UPS preferably sine wave based with maintenance free batteries with duration two
15. submitted in Cover A Technical Bid ANNEXURE IT Refer Clause No 3 5 DETAILS OF THE TENDERER amp LOCAL CONTACT PERSON SERVICE CENTRE Corporate Office The address in which the purchase orders and payment details will be communicated Address of Local Contact Person Branch Office Zonal Office Address of Service Centre if any in Odisha Name amp Full Address Telephone Nos landline Mobile Fax E Mail Date of Inception Copy of Certificate of incorporation of Manufacturer Name of the issuing authority Import License in case of Importer only VAT validity Furnish photocopy of VAT PAN Furnish photocopy of VAT Details of the Service Centre Facilities 29 Page Signature of the Tenderer with seal Date Official Seal ANNEXURE IV Refer Clause No 3 6 To be submitted in Cover A Technical Bid DECLARATION FORM FWE ret tis E E T T de hela iets EE E O yee eas having My our EEEE E TE A T N office Abeceriiena rondan s a s E a a a a aa ed do declare that I We have carefully read all the terms amp conditions of tender of the Odisha for the supply of medical equipments The approved rate will remain valid for a period of one year from the date of approval I will abide with all the terms amp conditions set forth in the Tender Reference no I We do hereby declare I We have not been de recogni
16. DOCUMENT Four 4 copies of the Supplier invoice bills showing purchase order number good s description quantity unit price total amount with stock entry certificate by the consignee Photocopy of the Insurance Certificate if any The Original Certificate is to be given to the Consignee Attested Photocopy of Manufacturer s Supplier s warranty certificate The original warranty certificate is to be submitted to the consignee at installation point INSURANCE For delivery of goods at site the insurance shall be obtained by the Supplier s in an amount equal to 110 of the value of goods from Warehouse final destination on All Risks basis including natural calamities PACKAGING The supplier shall provide such packaging of the goods as is required to prevent their damage or deterioration during transit to their final destination The packaging shall be sufficient to withstand without limitation rough handling during transit and exposure to extreme temperature salt and precipitation during transit and upon storage All primary packaging containers which come in contact with the item should strictly protect the quality and integrity of the Instruments amp Equipments Packing case size and weights should be taken into consideration in case of remoteness of final destination and the absence of heavy handling facilities at all points in transit The packaging marking shall show the description of quantity of con
17. Distributor Importer PI tick whichever is applicable are given below and certified that the statement is true and correct SI No Year Turnover in Rs 1 2009 2019 2 2010 2011 gt 3 2011 2012 Average Annual Turnover for the above three years in Rs Date Signature of Auditor Place Chartered Accountant Name in Capital Seal Membership No Registration No of Firm Note a To be issued in the letter head of the Auditor Chartered Accountant mentioning the Membership no b Separate certificates should be furnished for different manufacturerfiimporter in case the bidder authorized distributor is quoting products of different manufacturers importers The authorized distributor has also to furnish his turnover statement in the above format 321Page Tender Reference No Name of Tenderer Name of Manufacturer To be submitted in Cover A Technical Bid Annexure VII Refer Clause no 3 9 PROFORMA FOR PERFORMANCE STATEMENT For the period of last three years ITEM WISE PI Furnish separate performance statement itemwise if the bidder_quote for more than one item amp attach the order copies alongwith each performance statement Name of the Item ____ S1 Order placed by Address of Order no amp Item Name Make amp Qty Value of Date of Completion Reasons for delay Have the goods been purchaser Date Model Contract Rs if any functioning attach documentar
18. II Item wise v The authorized distributor will submit following vi documents in support of the manufacturer along with the tender Valid ISO certificate Valid ISI CE US FDA IEC certificates of the manufacturer as per technical specification D The Manufacturer or the tenderer if blacklisted either by the Tender inviting authority or by any state Govt or Central Govt organization for the quoted item is not eligible to participate in the tender during the period of blacklisting 5lPage SECTION MI TERMS AND CONDITIONS FOR SUPPLY amp INSTALLATION OF MEDICAL EQUIPMENTS 1 1 Sealed tenders will be received till 25 04 2013 upto 1 00 PM by the office of the Dean amp Principal VSS Medical College Burla Sambalpur 768017 Odisha Any tender received after the due date amp time will be rejected returned to the sender unopened The tenders will be received through Regd Post Courier services Speed Post 12 The bidder s are to submit their tenders in separate sealed covered envelops for technical bid and commercial bid by superscribing Cover A Technical Bid amp Cover B Price Bid and both the sealed covers should be put into a third outer Cover which should be superscribed as amp Tender Reference No 734 MC dt 08 02 2013 1 3 The Sealed tenders Cover A Technical Bid submitted by the tenderers will be opened at the office of the Dean amp Principal VSS Medical College B
19. NS Any amendment to the terms amp conditions and clauses of the agreement if required must be done in writing duly signed by the two parties IN WITNESS WHERE OF the parties herein to have set and subscribed their respective hands the day and year first herein above written Executed by Purchaser s Consignee Executed by Supplier s In presence of Witness In presence of Witness 47 Page ANNEXURE XI Refer Clause No 11 1 to 11 6 13 1 WARRANTY GUARANTEE CMC UNDERTAKING to be submitted on Rs 50 stamp paper Tender ref No Name of the equipment Date of Installation Name of the Consignee Name of the purchaser I we M s hereby declare that i I we do Accept Agree for the warranty guarantee 2 years Warranty followed by 3 years AMC as per this tender clause No 11 1 to 11 6 ii I we will not charge quote any extra price on account of the above said warranty guarantee iii I we do accept agree to provide uptime guarantee 95 as per this tender clause No 13 1 iv The 2 year comprehensive warranty is valid from dt to dt v The 3 year AMC is valid from dt to dt Date Signature of the competent authority Place on behalf of the company firm Seal of the firm N B 1 To be attested by Notary Public es 48 Page ANNEXURE XII Refer Clause No 11 1 to 11 6 amp 13 1 UNDERTAKING to be submitted on Rs 50 stamp paper Tender ref No Name of the equipment Date
20. OFFICE OF THE DEAN amp PRINCIPAL V S S MEDICAL COLLEGE BURLA SAMBALPUR ODISHA 768017 No MC Dated the CORRIGENDUM NOTICE In partial modification of this office this office Tender Call Notice No 734 MC dt 08 02 2013 No 1134 MC dt 06 03 2013 amp No 2488 MC dt 25 03 2013 the last date of receipt of tender papers which is fixed on 10 04 2013 is hereby extended up to 25 04 2013 till 1 00 PM by Regd Post Speed post Courier only duly observing the revised Terms and Conditions along with the list of instruments and equipments are enclosed herewith The tender will be opened on 26 04 2013 at 12 00 Noon in the office chamber of the Dean amp Principal V S S Medical College Burla Sd Dean amp Principal V S S Medical College Burla Memo No 2670 Dated the Q u 2013 Copy to the District Information Officer Sambapur with a request to please upload the corrigendum Notice with all attachments in the District Website of Sambalpur Ce Pik Dean amp Principal Medical College Burla 7 P Eza VSS MEDICAL COLLEGE BURLA Tel 0663 2430768 Fax 0663 2430767 Tender Reference No 734 MC DT 08 02 2013 EXTENDED THE LAST DATE UPTO 25 04 2013 TENDER DOCUMENT FOR SUPPLY amp INSTALLATION OF MEDICAL EQUIPMENTS FOR VSS MEDICAL COLLEGE amp HOSPITAL BURLA DEAN amp PRINCIPAL VSS MEDICAL COLLEGE BURLA SAMBALPUR 768107 e mail vssmcburlaorissa gmail com Tender Reference No 734 MC SECTION I
21. W halogen bulb e 220 240V 0 85 0 45A 50Hz Focusing e Stage height movement by roller guide rock amp pinion e Upper limit stopper e Tension adjustable on coarse focus adjustment knob Revolving nosepiece e Quintuple with inward tilt Observation tube e Tube inclination 30 45 Interpuillary distance adjustment range minimum 50 to 70 mm Stage e Movement range 76mm X direction X 50mm Y direction e Rectangular scratch resistant stage with right hand control with double slide holder and vernier calipers on X Y axis Condenser e Type Abbe condenser e N A 1 2 dry type e Aperture iris diaphragm built in Objectives Plan Achromat 4x 10x 20x 40x amp 100x Minimum working distance for 100X should be 0 13 to 0 2mm Eyepiece e 10X with F N 20 All the necessary adapter and power coards should be provided for functioning of microscope SPECIFICATION FOR ADVANCE ANAESTHESIA WORKSTATION FOR ANAESTHESIOLOGY DEPARTMENT Anaesthesia Machine e Should be of stainless steel body make with large anti static castor wheels e Should have provision to mount two O2 amp one N20 pin indexed cylinder with gauges e Provision to connect central gas pipeline for O2 N2O amp Air with ring indexed should be provided e Should have anti static coated 3 tube rotameter with option of 5 tube rotameter e Should have anti Hypoxic device with lever based mechanism e Should have O2 pressure operated pneumatic N2O cut off system 211Page S
22. ach item s quoted should be mentioned separately by creating separate rows for each item The cost of turnkey shall only be quoted if any specific accessories equipment is required for installation amp commissioning In case of turnkey the details of accessories equipment are to be mentioned Date Place taken for evaluation Signature of the Bidder Name Seal 1 Rates should be quoted both in figures amp words for each item and if there is any discrepancy the quoted rates in words will be 2 The tenderer has to mention the make brand specification warranty of all the items in turn key 40 Page ANNEXURES Agreement Warranty and AMC Undertaking 41 Page ANNEXURE X Refer clause no 7 1 2 AGREEMENT THIS AGREEMENT IS MADE AT THIS THE DAY OF 2013 BETWEEN Name of the Supplier with full address Here in after called the Supplier s _ asl1 Party AND The Dean amp Principal VSS Medical College Burla Health amp F W Department GoO Represented through the eS THE CONSIGNEE Hereinafter called the PURCHASER as 2 Party Relying on the documents and representation of facts connected to the issue of aforesaid parties to undertake the responsibilities of sell and purchase of following equipment s etc with the terms amp conditions hereinafter laid down And whereas the 2 party Purchaser s is willing to purchase Name of the Item Specifications As per specifications l
23. aid down in the Tender terms amp conditions The Supplier s has agreed to sell the equipment s completed in all respects according to the Tender requirements and their his offer dtd and the Supplier s has also agreed to install to make them operative at the destination mentioned in the Tender document with the following descriptions and their cost mentioned against each Description of goods Qty Price Total The price cost of the item also include the followings in addition to above Insurance Freight Transportation Customs duty Excise duty Charges for documents instructions manual tools F O R at the destinations mentioned in the consignee list Training to doctors amp technicians Maintenance of the system includes all accessories supplied and their spare parts required during comprehensive warranty period of two year at free of cost from the date of successful installation and satisfactory functioning of the system at the site 9 Installation and commissioning of the system by the Supplier s engineer at site 10 Any other charges including loading amp unloading packing amp forwarding etc will be paid by the Supplier s till the completion of the installation and turnkey job if any SAN Mi PON AMC cost for next 3 three years after the warranty period shall be paid after completion of the warranty period on a six monthly basis 42 Page TERMS AND CONDITIONS PRICE Only the price quoted by t
24. alue of the goods If the supplier fails to complete the supply within the extended period i e 73days after being allowed by the purchaser no further purchase order will be placed to the firm for the said item including forfeiture of the Performance security and the concerned firm will be blacklisted for two 2 years from the date of issue of letter for the said item TERMS OF PAYMENT 20 1 20 2 20 3 No advance payments towards cost of medical equipments or turnkey job will be made to the tenderer 90 of the cost of the equipment excluding AMC Cost 100 turnkey job 100 tax shall be paid to the supplier on receipt of the stock entry certificate installation and demonstration of the item from the consignee The balance 10 of the payment of equipment will only be made after receipt of certificate on working status of the equipment from the consignee after 6 weeks of installation and commissioning of the equipment for which the supplier has to raise two bills A one for 90 of the cost of the equipment 100 turnkey job 100 taxes B the other for balance 10 of the cost of the equipment Payments as mentioned above will only be made after keeping the performance security deposit from the supplier as per clause no 7 1 if they have not deposited the same before Payment will only be made after ensuring signing of the Agreement undertaking and handing over of warranty papers of equ
25. ar AMC cost amp Sales Tax VAT amp Entry Tax should be mentioned in separate columns The rates quoted should be in Indian Rupees only Rates quoted in any other currency will not be accepted The purchaser shall be responsible only after delivery and due verification installation and commissioning of the equipment 101Page 8 5 8 6 8 7 8 8 8 9 8 14 The rate per unit shall not vary with the quantum of order placed for destination point If there is difference between figures amp words words will be taken into consideration In the event of the date being declared as a holiday by Govt of Odisha the due date of sale submission of bids and opening of bids will be the following working day at the scheduled place amp time The price quoted by the tenderers shall not in any case exceed the controlled price if any fixed by the Central State Government DGS amp D and the Maximum Retail Price MRP The purchaser at his discretion will in such case exercise the right of revising the price at any stage so as to confirm to the controlled price or MRP as the case may be The rate quoted and accepted will be binding on the tenderer for a period of one year from the date of approval of the rate contract and on no account any increase in the price will be entertained till the completion of this tender period No tenderer shall be allowed at any time on any ground whatsoever to claim revision of or modification in the rate quo
26. ay due to incorrect entries mistakes to the documents etc shall be borne by me us 9 I we have carefully read and understood all the terms and conditions of the tender and shall abide by them 10 I we undertake to get the equipment s repaired within 48 hours of receiving of the complaint from the indenting hospital consignee failing which a penalty 1 of the cost may be recovered from the performance security before releasing the same to us after 2 years warranty period Signature of the witness Signature of the Tenderer Name amp address Name amp address Dated Seal of the firm ee 49 Page
27. be at the Supplier s cost INCIDENTAL SERVICES The Supplier s shall abide by the terms and conditions under incidental services amp the installation of Instrument Equipment at the destination point Door Delivery of consignee and demonstrate the machine in working condition to the receiving authority Furnishing of tools required for assembly and or maintenance of the supplied Instruments Equipments Furnishing of detailed operations and maintenance manual literatures for each appropriate unit of supplied Goods 44 Page Performance or supervision or maintenance and or repair of the supplied Goods for a period of two 2 years i e the warranty period provided that this service shall not relieve the Supplier of any warranty obligations under this contract The successful supplier shall replace any part or whole system as may be necessary in the event of damage during transit or found damaged on arrival or during installation of the system or if found not in conformity to the specifications at his their own cost The tenderer should furnish an undertaking to the effect that he they should take responsibility after sales service of the equipments instruments to be supplied by him them and to provide spare parts for up keeping the Equipments Instruments for a minimum period of 10 years from the date of installation The price of the instruments equipments is inclusive of warranty for a period of 2 two years commenci
28. cal College Burla at a date amp time which will be intimated to them later on REJECTION OF TENDER 5 The tender submitted by the bidder will be rejected if any of the following documents are wanting not submitted with the tender i Gi iii iv v vi vii viii ix x 9 Page Import License In case of Importer Manufacturer s authorization in case of distributor importer Earnest Money Deposit EMD Annual average turnover of the firm is Rs 3 Crore or more in the last 3 three financial years Rs 5 Crore or more in last 3 financial years in case of Automated Cell Counter amp Electrophoresis for bidders who are manufacturer importer or annual average turnover of Rs 2 Crores or more in the last 3 three financial years for bidders who are authorized distributors of the manufacturer as per Annexure VI In case of authorized distributor they will have to furnish alongwith their own turnover the Annual Average turnover statement as per Annexure VI from the Manufacture Importer of the item s as mentioned above Valid ISO certificate of Manufacturer Valid ISI CE US FDA certificate of the manufacturer as per Section VI Technical Specification IEC Certificate of the manufacturer as per as per Section VI Technical Specification Proof of supply installation of 50 of the required quantity executed directly by manufacturer or through distributor of the equipment s similar
29. cm H with uprights to adjust for special positioning Small animal surgery trays feeding needles straight amp curved type e12G 14G 16G 18G amp 20G from each type 17 ExPharmPro CAL package Offline version 18 Whole body Plethysmograph for conscious unrestrained amp freely moving animals 19 Different pharmacological charts DEPARTMENT OF PATHOLOGY 01 CELL COUNTER 5 PART DIFFERENTIAL AUTOMATED HAEMATOLOGY ANALYZER WITH RECTIC COUNTER amp IRF e Fully Automated hematology analyzer should include 33 parameters WBC RBC HGB HTC MCV MCH MCHC PLT NEUT LYMPH EOS BASO NEUT LYMPH MONO EOS BASO RET RET RDW SD RDW CV PDW MPV PCT P LCR HFR MFR LFR IRF PLT SPECIAL RESEARCH PARAMETERS IG IG e Should have flow cytometry method using a semi conductor laser principle for counting and photometer for hemoglobin e Itshould read at least 80 samples per hour or more e Should have dual channel measurement e Double dilution chamber e Sample volume less than 20 micro litres in whole blood and pre dilute mode e It should have various types of discrete mode and real time random access analysis to save reagent consumption and analysis time e Sampling needle should have automatic wash from inside and outside e LCD with graphical user interface GUI for easy operation e Large illuminated colored VGA LCD should display the result of all parameters and histogram together e Should have
30. craft Industries OSIC NSIC shall be exempted from payment of earnest money and shall pay 25 of the prescribed performance security deposit 23 6 Clause number 1 to 22 is also applicable to the Small Scale Industry Units of the State of Odisha 17 Page SECTION IV SCHEDULE OF REQUIREMENT Sl Name of the Equipment roll bt ise Time for Installation 1 Soxhlet Apparatus 4 V S S Medical College amp Within 45 days from 2 Milpore Filteration Assembly with Hospital Burla the date of vacuum pump 2 placement of 3 Double Unit Organ Bath 2 purchase order 4 Rota Road Apparatus 4 chamber 1 5 Electro convulsiometer 1 6 Students Kymograph 15 7 _Physiograph single channel 1 8 Semi auto analyser four channel Biochemistry amp Hematology 1 9 Self illuminating Microscope 1 10 Polypropylene Case various sizes for rats mouse guenia pig amp rabbit 20 11 Digital Plethysmometer Rats 1 12 Video Tracing System amp mazes 1 13 Laptop 2 14 ILCD Projector 2 15 mall animal anaesthesia machine amp Vapouriser 1 16 Animal Surgery Equipments 1 set 17 Ex Pharm Pro CAL package 1 18 Whole body Plethysmograph 1 19 Different Pharmacological Chart 1 set 20 Cell Counter 1 21 Clnical Electrophoresis 1 22 Binocular Microscope 1 23 Anaesthesia Work Station 1 N B The quantity of requirement may increase or decrease as per the require
31. equired for installation amp commissioning In case of turnkey the details of accessories equipment are to be mentioned Date Place taken for evaluation Signature of the Bidder Name Seal 1 Rates should be quoted both in figures amp words for each item and if there is any discrepancy the quoted rates in words will be 2 The tenderer has to mention the make brand specification warranty of all the items in turn key 37 Page To be submitted in Cover B Price Bid ANNEXURE IX B1 Refer Clause No 4 1 amp 8 16 For Item Clinical Electrophoresis only Whether depot inside Odisha i e VAT paid to Government of Odisha Yes No If Yes Depot Address Name of the Item Specification Total Cost of CST VAT amp In Case of s the Item Unit ET VAT pl Items mentioned Price with CMC if any on amp Mention in the schedule of amp Turnkey if above the whether VAT requirement any item price is payable to With Make amp Exclusive of mentioned in Govt of Model CST VAT amp 3 Odisha ET Mention Cost in Rs both in words amp whether CST figures VAT and ET the of tax amp it s value in Rs 1 2 3 4 5 6 3 4 5 7 8 Single Puncture 1 year after warranty Laproscope 2 year after warranty 3 year after warranty The Price break up of one set of laparoscope as mentioned in Column 3 above shall be furnished separa
32. er s by extending the warranty period The consignee shall maintain a logbook in the format provided by the Supplier s which will indicate usage of the equipment every day and for calculation of up time DOWNTIME PENALTY CLAUSE 14 1 14 2 During the Guarantee warranty period desired uptime of 95 of 365 days will be ensured 24 hour 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 supplier must undertake to supply all spares for optimal upkeep of the equipment for TWO YEARS after installation If accessories other attachment of the system are procured from the third party then the supplier must produce cost of the accessory other attachment and the AMC from the third party separately along with the main offer and the third party will have to sign the AMC with the purchaser if required In no case equipment should remain in non working condition for more than 7 seven days from the date of complaint beyond which a penalty will be applicable as per Rule 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 SPARE PARTS 15 1 15 2 The spare price list of all spares and accessories including minor required for maintenance and repairs in future after guarantee warrantee period should be
33. he Supplier s in his their financial proposal will be the price for payment and no other price escalation will be allowed at any circumstances SUPPLY The supply should be completed within 45 days from the date of issue of purchase order unless otherwise specified If no supply is received even after 45 days or 73 days with liquidated damage from the date of issue of the purchase orders such orders will stand cancelled automatically without further notice Penalties shall also thereafter be applied to the tenderer as specified under Penalty The approved firm shall also suffer forfeiture of the EMD and Performance Security Deposit LIQUIDATED DAMAGE The Dean amp Principal VSS Medical College Burla may allow extension for a maximum period of 4 four weeks 28 days after the stipulated date of supply i e 45 days with a penalty of 0 5 which will be deducted from the purchase order value as Liquidated Damage for each week 7 days of delay upto a maximum 2 on the value of the goods If the supplier fails to complete the supply within the extended period i e 45 days after being allowed by the purchaser no further purchase order will be placed to the firm for the said item including forfeiture of the Performance security and the concerned firm will be blacklisted for two 2 years from the date of issue of letter for the said item TERMS FOR PAYMENT A The payment s shall be made by purchaser in Indian currencies No ad
34. hould have at least two nos stainless steel drawers Should have pneumatic Audio and Visual alarm for O2 failure Should have at least 2 liters reservoir for storing O2 Should have O2 auxiliary outlet Should have patient block with emergency oxygen flush amp patient safety blow off valve if pressure exceeds 50cm N20 Facility to mount any 2 selectatec type vaporizers with interlocking facility should be provided Two vaporizer be provided Isoflurane and Sevoflurane Should be supplied with adult amp paediatric Bain circuit circuit hoses for O2 N20 amp Air Should have facility for mounting microprocessor controlled ventilator Optional Should have facility of attaching absorber of 1 Kg or 2 Kg Optional Should be MRI compatible Optional Should have facility for active scavenging interface with built in reservoir in the machine frame 3 liter capacity Optional Anaesthesia Ventilator Should be Electrically controlled and pneumatically driven with latex free ascending bellows It should have touch screen display with navigator wheel Should have Adult and Paediatric application Should have option for Paediatric Bellows of 20 to 350 ml Ventilation modes Off Standby Volume Cycle Spontaneous Pressure Controlled ventilation It should have fresh gas compensation Driving gas should be medical grade air or Oxygen Tidal volume 20 ml to 1600 ml Rate 4 100 bpm I E ratio 1 03 to 1 8 PEEP 4 t
35. ical Specification Copy of the up to date VAT clearance certificate The Original Tender Booklet with Conditions and the schedules signed by the tenderer at the bottom of each page with his official seal duly affixed Certificate in support of service center in Odisha or undertaking to set up service center in Odisha within one month from the date of installation if approved for those who have no service centers in Odisha COVER B PRICE BID 4 The price to be quoted for medical equipments should be sent in the prescribed price format in a separate sealed cover hereafter called Cover B Price Bid amp find to be as per technical specification and Product demonstration 8IPage 4 1 The tender format Price Schedule in duplicate in the prescribed form as per Annexure IX must be submitted in Cover B The price of the item should be quoted inclusive of excise duty insurance packing forwarding freight door delivery and warranty for 2 years The price of CMC for 3 years turnkey job accessories if any for installation sales tax VAT and entry tax charges if any should be quoted in a separate column The rate should be quoted for each item both in figures and words In case of difference in words and figures words will be taken into consideration for evaluation 4 2 The Cover B of tenderers who qualifies in their technical bid will only be opened at the office of the Dean amp Principal VSS Medi
36. il specification of the product offered Para wise compliance to the technical specification asked for Leaflets Technical Brocheures of the product offered must be attached in support of the information provided above Signature of the Bidder Name Date Place Seal 35 1Page ANNEXURE To be submitted in COVER B PRICE BID 36 1Page To be submitted in Cover B Price Bid FORMAT PRICE SCHEDULE For items Automated Cell Counter Whether depot inside Odisha i e VAT paid to Government of Odisha Yes No ANNEXURE IX A Refer Clause No 4 1 amp 8 16 If Yes Depot Address CST VAT amp ET Name of the Item Total Cost of Gf any on amp In Case of s the Item Unit above the item VAT pl Items mentioned Specification Price with price mentioned Mention in the schedule of CMC amp in 3 whether VAT requirement Turnkey if any is payable to With Make amp Exclusive of Mention whether Govt of Model Cost in Rs both in words amp b i amp Sees ee Odisha figures amp it s value in Rs 1 2 3 4 5 6 3 4 5 7 8 1 year after warranty 2 year after warranty 3 year after warranty Price of each item s quoted should be mentioned separately by creating separate rows for each item The cost of turnkey shall only be quoted if any specific accessories equipment is r
37. ipment and turnkey jobs by the supplier to the purchaser 15 Page 20 4 20 5 20 6 No claims shall be made against the purchaser in respect of interest on earnest money deposit or performance security deposit or any delayed payment or any other deposit Payments in shape of Draft Pay Order will preferably be despatched to the supplier by Registered post with A D or e payment on line transfer or may be handed over to the authorized person of the supplier The payment of AMC will be made only after completion of warranty period and signing of the AMC agreement PENALTIES 21 1 21 2 21 3 If the successful tenderer fails to deposit the required performance security within the time specified or withdraws his tender after acceptance of his tender owing to any other reasons or unable to undertake the contract his contract will be cancelled and the earnest money deposit performance security deposit shall stand forfeited by the purchaser Violating the tender terms and conditions amp non supply supply which is not as per technical specification will disqualify the firm to participate in the tender for a period of 2 two years from the date of issue of letter and his E M D amp performance security deposit will be forfeited and no further purchase order will be placed to that firm for that item In the event of any dispute arising out of the tender such disputes would be subject to the jurisdiction of the Civil Court
38. is authorised representative s has the right to inspect the factory of those company who have quoted for the tender before accepting the rate quoted by them or before releasing any purchase order s or at any point of time during the validity period of tender and has also the right to reject the tender or terminate cancel the orders issued or not to reorder based on the facts brought out during such inspections EVALUATION 18 1 18 2 18 3 The price bid of the tenders who qualify in the technical bid fulfilling the eligibility criteria and complying to the technical specification shall only be opened The tender inviting authority may ask for demonstration of the equipment by the bidders at the premises of the tender inviting authority as a part of the technical evaluation before opening of price bid in order to verify the compliance to technical specification The rates of the item quoted by the tenderer who qualify technically will be evaluated after taking the following points into consideration a Rate of the medical equipments will be taken after inclusion of the excise duty customs duty transportation insurance packing amp forwarding amp comprehensive warranty for two 2 years cost of turnkey cost of accessories if any for installation commissioning amp AMC for for next three 3 years 141Page c b The cost of the medical equipments excise duty customs duty transportation
39. it will be paid in the shape of demand Draft only in favour of the Dean amp Principal VSS Medical College Burla from any Nationalised Scheduled Bank payable at Burla 9 Performance The selected firm should submit the performance security in shape Security of Bank Draft Bank Guarantee equal to the amount of 10 of the purchase order value excluding the tax amp AMC cost of the items within 21 days of issue of the purchase order amp the same will be returned back after completion of warranty period The performance security shall be furnished to this office after getting the purchase order 4 Page 10 Pre qualification Eligiblity Criteria A Manufacturing units Importers are eligible to participate in the tender provided they have i Import License In case of Importer only ii Valid ISO certificate iii Product must be ISI CE US FDA IEC etc certified as per Technical Specification Section VI iv Tenderer Manufacturer Importer should have proof of supply of 50 of the required quantity executed directly by manufacturer or through distributor of the equipment s similar equipments mentioned in the schedule of requirement to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies as per format at Annexure VII Item wise and purchase order copies in support of that in last 3years v For items other than Automated Cell Counter Clinical Electrophorosis amp A
40. la equal to the amount of 10 of the purchase order value of the item excluding cost of AMC within 21 days of issue of the purchase order The agreement as per Annexure X will be signed between the supplier and the purchaser and will be kept by the purchaser The performance Security Money will be returned back to the tenderer without interest after the expiry of the warranty period i e two years after the date of installation amp signing of the AMC agreement Security money will be forfeited if there is any violation of the tender terms and conditions TENDER CONDITIONS 8 1 8 2 8 3 8 4 The details of the medical equipments with specifications are mentioned in Section VI The firm must clearly mention their specification special features upgraded version if any detail technical catalogue of the offered model in their tender Tenders should be typewritten or computerized and every correction in the tender should invariably be attested with signature by the tenderer with date before submission failing which the tender will be ineligible for further consideration Rates inclusive of excise duty customs duty packing forwarding insurance transportation charges with 2 years onsite comprehensive warranty and exclusive of Sales Tax VAT amp Entry Tax should be quoted for the medical equipments Item wise on door delivery basis The turnkey job cost of accessories if any required for Installation Commissioning 3 ye
41. lier further warrants that all Goods supplied under this contract shall have no defect arising from design materials or workmanship except when the design and or material is required by the Purchaser s Specifications or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the place of final destination The Purchaser consignee shall promptly notify the Supplier in writing Fax Telephone of any claims arising under this warranty Upon receipt of such notice the Supplier shall with all responsible speed will repair or replace the defective goods or parts thereof without cost to the purchaser to maintain its UP TIME offered in the beginning of purchase otherwise penal provisions shall apply if the supplier fails to keep up its UP TIME If the Supplier having been notified fails to remedy the defect s within 10 days the Purchaser may proceed to take such remedial action as may be necessary like forfeiture of EMD or recovery from security deposit the amount of loss which will be decided by Dean amp Principal VSS Medical College Burla incurred by the purchaser GOVERNING LANGUAGE The contract shall be written in English language English language version of the contract shall govern its interpretation All correspondences and other documents pertaining to the contract which are exchanged by the parties shall be written in English 45 Page DELIVERY OF
42. ment during the rate contract period 18 Page NAME OF THE INSTRUMENTS EQUIPMENTS SPECIFICATION DEPARTMENT OF PHARMACOLOGY Sl No Name of the item with technical specification 01 Soxhlet apparatus 6 regulator 1000 ml capacity 02 Milpore filteration assembly with vacuum pump 03 Double unit organ bath 04 Rota Road apparatus 4 chamber 05 Electro convulsiometer 06 Students Kymograph E 8 model 07 Physiograph single channel 08 Semi Auto analyzer four channel Biochemistry amp haematology 09 Self illuminating microscope 10 Polypropylene case various sizes for rats mice guinea pigs amp rabbits 11 Digital plethysmometer Rats 12 Video Tracing System amp mazes water 8 arm radial plus Y amp T types 13 Laptop i5 window7 500GB HD 4 GB RAM 14 LCD Projector 15 Small animal anesthesia machine amp vapourizer 16 Animal surgery equipments Rate surgical kit containing Dissecting forceps Dressing forceps Tissue forceps hemostatic forceps Dumont 5 forceps vessel cannulation forceps iris forceps scissors Blunt fine amp standard straight and angled Twitzers Scalpel with blade sapphire handle with blade Bone rongeurs Needle holder ALM self retaining retractor Blunt probe Blood collection system for rodents microcannnula size 3 6 amp 8 Surgery board size 30 4cm W x 76 2
43. naesthesia work station proof of annual average turnover Manufacturers Importer of Rs 3 Crore or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI vi For the item Automated Cell Counter Clinical Electro phorosis amp Anaesthesia work station proof of annual average turnover Manufacturers Importer of Rs 5 Crore or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI B Authorized distributors on behalf of the manufacturer are eligible to participate in the tender provided i They should have annual average turnover of Rs 2 Crores or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI ii In addition to this the distributor shall also submit the average annual turnover of the manufacturer importer of the item s as mentioned in A v amp vi above iii They should submit manufacturer s authorization to transact business on behalf of the manufacturer as per the format at Annexure V iv Proof of supply of 50 of the required quantity executed directly by manufacturer or through distributor of the equipment s similar equipments mentioned in the schedule of requirement to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies and purchase order copies in support of that in last 3 years as per format at Annexure V
44. ncerned Such damages shall be assessed by the Dean amp Principal VSS Medical College Burla amp the decision is final amp binding in the matter 46 Page If any articles or things supplied by the tenderer 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 are otherwise faulty or unfit for consumption use amp rusted then the contract price or prices of such articles on full will be recovered from the tenderer if payment had already been made to him or the tenderer will not be entitled to any payment for that item amp no further order will be given to him For infringement of the stipulations of the contract or for other justifiable reasons the contract may be terminated by the Dean amp Principal VSS Medical College Burla and the tenderer shall be liable for all losses sustained by the Dean amp Principal VSS Medical College Burla in consequence of the termination which may be recovered from the Security Deposit made by the tenderer or other money due or become due to him Supply of sub standard items or non performance of tender terms amp conditions will disqualify a firm to participate in the tender for the next five years ARBITRATIONS In the event of any dispute out of the contract such dispute should be subject to the Jurisdiction of the Civil Court Dist Samalpur or High Court Odisha CHANGE OF TERMS AND CONDITIO
45. ned separately by creating separate rows for each item The cost of turnkey shall only be quoted if any specific accessories equipment is required for installation amp commissioning In case of turnkey the details of accessories equipment are to be mentioned Date Place taken for evaluation Signature of the Bidder Name Seal 1 Rates should be quoted both in figures amp words for each item and if there is any discrepancy the quoted rates in words will be 2 The tenderer has to mention the make brand specification warranty of all the items in turn key 39 1Page To be submitted in Cover B Price Bid FORMAT PRICE SCHEDULE For items OTHER ITEMS Whether depot inside Odisha i e VAT paid to Government of Odisha Yes No ANNEXURE IX D1 Refer Clause No 4 1 amp 8 16 If Yes Depot Address CST VAT amp ET Name of the Item Total Cost of Gf any on amp In Case of s the Item Unit above the item VAT pl Items mentioned Specification Price with price mentioned Mention in the schedule of CMC amp in 3 whether VAT requirement Turnkey if any is payable to With Make amp Exclusive of Mention whether Govt of Model Cost in Rs both in words amp B 8 ae eee Odisha figures amp it s value in Rs 1 2 3 4 5 6 3 44 5 7 8 1 year after warranty 2 year after warranty 3 year after warranty Price of e
46. ng from the date of installation The tenderers shall submit undertaking for AMC Comprehensive Maintenance Cost for a period of 3 three years from 3 year onwards duly signed by authorised signatories for the execution at appropriate time Annexure X amp XI SPARE PARTS The supplier will provide all the spare parts repairing amp maintenance by its trained personnel after the warranty period 2 years during the AMC period COMPREHENSIVE WARRANTY This warranty shall remain valid for two 2 years from the date of installation amp commissioning of the machine item amp must be submitted at the time of installation to the consignee with a photocopy to the purchaser The warranty will cover all the parts of the machine or item and any replacement or repair required within the warranty period will be provided by the supplier free of cost at the destination point Installation point The supplier will take back the replaced parts goods at the time of their replacement No claim whatsoever shall be on the purchaser for the replaced parts goods thereafter No traveling allowances or transportation cost will be paid by the purchaser during warranty period The Supplier warrants that the Goods supplied under this contract are new unused of the most recent or current models and they incorporate all recent improvements in design and materials even if the advanced facilities are not mentioned in our product specification The Supp
47. o 30 cmH2O Should have facility to display waveform of pressure vs time volume vs time and compliance loop Display for PEEP Tidal Volume Minute Volume and Rate Should have patient support facility in spontaneous mode Should have optional built in sensor for FiO2 measurement Should have Inspiratory pressure monitoring Should have Automatic self test and leak test Auto clavable Latex free bellows should be provided Alarms for low and high O2 Concentration low drive gas pressure high airway pressure low battery mains failure low pressure and low tidal volume Battery backup for minimum 45 min should be provided Patient Monitor Should have the facility of monitoring ECG RR SpO2 NIBP Temp amp Four IBP for Adult Paediatric amp Neonatal applications amp EtCO2 Should have integrated colour TFT display of at least 12 or more Should have facility of viewing at least 7 wave forms simultaneously Should have Arrhythmia detection with alarm facility Must use branded Nellcor or Masimo Pulse oximetry module with facility for display of Plethysmograph Pulse strength amp SpO2 values Should have non volatile Graphical amp Tabular trend facility for at least 50 hrs Should operate independently on both mains and battery Should have alarm limits with alarm levels and alarm indication visual as well as audio 22 1Page e Lead ECG measurement and simultaneous monitoring of two temperatures should be possible
48. orization Format in Annexure V In case the bidder is not the manufacturer Importers are also required to furnish the authorization from the manufacturer Certificate duly filled by the Auditor Chartered Accountant as per Annexure VI that the annual average turnover of the firm is Rs 3 Crore or more in the last 3 three financial years Rs 5 Crore or more in last 3 financial years in case of Automated Cell Counter amp Electrophoresis for bidders who are manufacturer importer OR annual average turnover of Rs 2 Crores or more in the last 3 three financial years for bidders who are authorized distributors of the manufacturer Performance Statement Annexure VII Item wise during the last three years towards proof of supply of similar equipments to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies The copy of Purchase orders and certificate from the user should be furnished in support of the information provided in the performance statement Item wise Deviation No Deviation Statement from Technical Specification amp details of technical specification of the product Annexure VIIIA amp B Leaflet Technical Brochures of the product item offered Copy of Import License by the Importer in case of Importer Copy of Valid ISO certificate Copy of Valid ISI CE US FDA certificate as per Section V Technical Specification Copy of Certificate in support of IEC certificate as per Section V Techn
49. please provide Non Comprehensive annual maintenance contract charges for next 3 years Tender should have local Service facility Dean amp Principal VSS Medical College Burla 231Page SECTION VI ANNEXURES Technical Bid Price Bid Agreement Undertaking for AMC 24 1Page ANNEXURE I Refer Clause No 3 1 CHECK LIST To be submitted in Cover A Technical Bid Note The documents has to be arranged serially as per the order mentioned in the check list Please put 4 in the respective box COVER A TECHNICAL BID DOCUMENTS SUBMITTED OR NOT P Y N 1 List of Item s Annexure II 2 Tender document Fee Page Yes No No No 4 Details of Manufacturing Unit contract person Pee AR Liaisioning agent servicing centre Annexure II No 5 Declaration form Annexure IV signed eel Eg Pid by the Tenderer amp affidavit before No Notary Public Executive Magistrate 6 Manufacturer s Authorization Format Ka No Annexure V for distributor Importer Item wise 7 Proof of avg Annual turnover re et P for preceding 3 financial years for manufacturer No Importer Proof of Annual turnover for preceeding 3 financial years for authorized distributor as well as manufacturer Importer in case of distributor Annexure VI 8 Performance Statement Item wise Page Yes No during the last three years Annexure VII No 9 Copies of Purchase order Item wise Page Yes No in suppor
50. rnover Manufacturers Importer of Rs 5 Crore or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI vii viii 2 2 2 3 Proof of compliance with IEC Certificate As per Section VI technical specification Medical Electrical Equipments Particular requirement for Electrical Safety of the equipments Manufacturing unit who has been blacklisted either by the Tender inviting authority or by any state Govt or Central Govt organization is not eligible to participate in the tender for that item during the period of blacklisting Copies of stay order s if any against the blacklisting should be furnished alongwith the bid Authorized distributors are eligible to participate in the tender provided i They submit manufacturer s authorization from original equipment manufacturer OEM as per the format at Annexure V ii They should have Proof of Average annual turnover of Rs 2 Crores or more in last three 3 financial years in India as per Annexure VI ili Proof of supply of 50 of the required quantity executed directly by manufacturer or through distributor of the equipment s similar equipments mentioned in the schedule of requirement to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies and and purchase order copies in support of that in last 3 years Annexure VII Item wise iv The authorized distributor will submit the following
51. s furnished by the tenderer with the tender papers are found to be misleading or incorrect at any stage the tender of the relevant items in the approved list shall be cancelled and steps will be taken to blacklist the said firm for three 3 years Rate should be quoted in Indian Currency both in words and figures against each item as the payments will be made in Indian currencies only Annexure IX The tenderer shall not quote the rate for any item other than the item specified in the list Section V Schedule of Requirement 111Page 8 18 Both Cover A and Cover B should have an index and page number of all the documents submitted inside that cover The Tax will be charged as per the guidelines given by the Finance Dept Govt of Odisha from time to time Either C S T or V A T as applicable will be paid to the supplier In case of Entry Tax the supplier has to deposit the original receipt to claim it if finished goods are brought from outside the State The Sales Tax amp entry tax components should be shown separately in the Price Schedule The requirement of items may increase or decrease depending on the situation PACKAGING 9 1 All the packaging should be New The supplier shall provide such packaging of the goods as is required to prevent their damage or deterioration during transit to their final destination The packaging shall be sufficient to withstand without any limitation including rough handling during transi
52. sary accessories and software Either of these with the following features to be procured along with electrophoresis system e Scanning amp processing all gels including those specified above facility to store the scanned image if the gel e Facility for curve editing and entry of patient demographics e Availability of qualification and quality control features e Storage of patient data and results up to a minimum 10000 samples Facility to generate a comprehensive report containing patient demographics scanned image of the gel curve and quantification data 201Page e Software upgradation to be provided free of cost up to 5 years e All necessary standard accessories like those required for sample application to be provided along with the instrument e Suitable PC with colour ink jet printer to be provided alongwith the equipment e Online UPS suitable for the entire system with 30 minutes back up e One set of standard Spares Two kits of serum protein electrophoresis one it each of Lipoproteins and isoenzymes of LDH and alkaline phosphates to be provided as starter kits e Comprehensive annual maintenance contract charges for next 3 years Tender should have local Service facility Other item TECHNICAL SPECIFICATION OF BINOCULAR MICROSCOPE Optical System Infinitely corrected optics par focal plan achromatic lenses with anti fungal properties Illumination e Built in transmitted Koehler illumination e 6V 20 to 30
53. sed black listed by any State Govt Union Territory Govt of India Govt Organization Govt Health Institutions for supply of Not of Standard Quality NSQ items non supply I We agree that the Tender Inviting Authority can forfeit the Earnest Money Deposit and or Performance Security Deposit and blacklist me us for a period of 3 years if any information furnished by us proved to be false at the time of inspection verification and not complying with the Tender terms amp conditions LS WG ces he hae er a i E Nek dake Sha hati Aidt het Madde ea eas do hereby declare that I we will supply the as per the terms conditions amp specifications of the tender document I we further declare that I we have a service centre will establish a service centre within one month of installation of the equipment in Odisha Signature of the bidder Seal Date Name amp Address of the Firm Affidavit before Executive Magistrate Notary Public 301Page ANNEXURE V Refer Clause No 2 2 i To be submitted in Cover A Technical Bid MANUFACTURER S AUTHORISATION FORMAT To The Dean amp Principal VSS Medical College Burla Ref Tender No Dated for Dear Sir We are the manufacturers of name of equipment s and have the manufacturing factory at 1 Messrs
54. t exposure to extreme temperature salt and precipitation during transit and upon storage TURNKEY The electrical power supply point will be provided by the purchaser at the room where the equipment will be installed but the wiring and electrical fittings inside the room and accessories if any required for installation amp commissioning of the equipment from the power supply point to the point of actual installation will be provided by the supplier without any extra cost apart from the cost mentioned under turnkey in the Price schedule which should include the cost of all such requirement COMPREHENSIVE WARRANTY amp AMC Undertaking as per Annexure XI amp XID 11 1 The comprehensive warranty will remain valid for 2 years from the date of installation amp commissioning of the equipment The original copy of warranty documents will be submitted to the purchaser at the time of installation The warranty will cover all the parts of the machine or item and any replacement or repair required within the warranty period and will be provided by the supplier free of cost at the destination point installation point The supplier will take back the replaced parts goods at the time of their replacement No claim whatsoever shall be on the purchaser for the replaced parts goods thereafter No traveling allowances or transportation cost will be paid by the purchaser during the warranty period The Supplier shall warrant that the
55. t of the performance statement No 10 Deviation No deviation Statement Item wise amp details of technical specification Annexure VII A amp B Ne 11 Leaflets Technical Brocheures of the eel ela Ber Products offered Item wise No 12 Copy of Import license In case of Importer No 13 Copy of Valid ISO Certificate Pr No 25 Page 14 Attested Photocopy of Up to date Page Yes No CE US FDA BIS Certificate Item wise No As per technical specification 15 Attested Photocopy of Up to date Page Yes No IEC Certificate Item wise No As per technical specification 16 Photocopy of PAN Page Yes No No 17 Photocopy of VAT clerance cerificate el No 18 Copy of original Tender and schedules duly pe signed by the Tenderer No 261Page Annexure II Refer Clause No 3 2 To be submitted in Cover A Technical Bid LIST OF ITEM S QUOTED SI Name of Item s Name of Manufacturer Make Model Name Details of offered product at Page No s Signature of the Tenderer Date Official Seal 27 Page To be submitted in Cover A Technical Bid DETAILS OF EMD S SUBMITTED Annexure ITA SI Name of Item EMD Amount Rs TOTAL Rs Signature of the Tenderer Date Official Seal 281Page To be
56. ted by him Clerical error typographical error etc committed by the tenderers in the tender forms shall not be considered after opening of tenders Conditions such as SUBJECT TO AVAILABILITY SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED etc will not be considered under any circumstance and the tenders of those who have given such conditions shall be treated as incomplete and for that reason shall be rejected If at any time during the period of rate contract the price of tendered item is reduced or brought down by any law or act of the Central or State Government or the tenderer the tenderer shall be morally and statutorily bound to inform the purchaser immediately about such reduction in the contracted price The purchaser is empowered to unilaterally effect such reduction in rate in case the tenderer fails to notify or fails to agree for such reduction of rate Approved rate with terms conditions amp the quoted price of the tender shall remain valid for a period of 12 months from the date of approval of the rate contract or till issue of next rate contract for these items whichever is earlier If the relevant documents certificates which are required to be furnished along with the tender are written in language other than English the tendering firm shall furnish English version of such documents certificates duly attested by a Gazetted Officer Notary with his seal and signature If any information or document
57. tely in Annexure IX B2 The total cost shall be taken into account for evaluation This will exclude the CST VAT amp entry tax if any CST VAT amp ET which will be chargeable on the price 3 shall be mentioned separately in column 7 above The cost of turnkey shall only be quoted if any specific accessories equipment is required for installation amp commissioning In case of turnkey the details of accessories equipment are to be mentioned Date Place 381Page Seal Signature of the Bidder Name To be submitted in Cover B Price Bid FORMAT PRICE SCHEDULE For items ANAESTHESIA WORKS STATION Whether depot inside Odisha i e VAT paid to Government of Odisha Yes No ANNEXURE IX C1 Refer Clause No 4 1 amp 8 16 If Yes Depot Address CST VAT amp ET Name of the Item Total Cost of Gf any on amp In Case of s the Item Unit above the item VAT pl Items mentioned Specificati Price with price mentioned Mention in the schedule of 2P amp tuscation CMC amp in 3 whether VAT requirement Turnkey if any is payable to With Make amp Exclusive of Mention whether Govt of Model Cost in Rs both in words amp E amp ae poe Odisha figures amp it s value in Rs 1 2 3 4 5 6 3 44 5 7 8 1 year after warranty 2 year after warranty 3 year after warranty Price of each item s quoted should be mentio
58. tents the name of the consignee and address the gross weight of the packages the name of the supplier with a distinctive number of mark sufficient for purposes of identification Each package shall contain i a packaging note quoting the name of the purchaser ii the number and date of order iii nomenclature of the goods iv schedule of parts for each complete equipment giving part number with reference to assembly v Name amp address of the consignee vi Name amp address of the supplier TERMS OF CONTRACT The Dean amp Principal VSS Medical College Burla will be at liberty to terminate the contract either wholly or in part without assigning any reason The tenderers will not entitled to any compensation whatsoever in such terminations PENALTIES If the successful tenderer fails to execute the agreement and or deposit the required security within the time specified or withdraws his tender after acceptance of his tender owing to any other reasons he is unable to undertake the contract his contract will be cancelled and the Earnest Money Deposit deposited by him along with his tender shall stand forfeited and he will also be liable for all damages sustained by the Dean amp Principal VSS Medical College Burla by reasons of such breach such as failure to supply delayed supply including the liability to pay any difference between the prices accepted by him and those ultimately paid for the procurement of the articles co
59. urla at 12 00 noon on 26 04 2013 The tenderer or their authorized representatives are allowed to be present during the opening of the tenders if they so like ELIGIBILITY CRITERIA 2 1 Manufacturing units Importers are eligible to participate in the tender provided they fulfill the following conditions i Gi Gii Gv v vi 6 Page Import License In case of Importer only In case of importers they have to furnish the authorization from the manufacturer Valid ISO certificate of the Manufacturer Product must be ISI BIS CE US FDA etc valid ISI BIS CE US FDA certificate certified As per Section VI technical specification Tenderer should have proof of supply of 50 of the required quantity executed directly by manufacturer or through distributor of the equipment s similar equipments mentioned in the schedule of requirement mentioned in the schedule of requirement to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies and purchase order copies in support of that in last 3 years As per format Annexure VII Itemwise For items other than Automated Cell Counter amp Clinical Electrophoresis proof of annual average turnover Manufacturers Importer of Rs 3 Crore or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI For the item Automated Cell Counter amp Clinical Electrophoresis proof of annual average tu
60. vance payments towards cost of Instruments and Equipments etc will be made to the tenderer No payment will be made to the supplier if he has not deposited the unconditional performance security in shape of Bank draft bank gurantee amounting to 10 of the purchase order value which will be deposited with the O o of the concerned CDMO of the district B Before release of payment the supplier has to submit the signed agreement warranty documents of equipment and turnkey job to the consignee The undertaking as per Annexure XI amp XII will also be submitted to the consignee with photocopies to the purchaser C The payment of CMC will be made on six monthly basis after expiry of the warranty period and signing of the CMC agreement 43 Page UP TIME BALANCE The Supplier s shall provide guarantee 95 uptime i e 41610 95 of 43800 Hours during comprehensive warranty period The up time guarantee will be 95 as calculated here under i e 8322 hours per annum 1 year 365 days 24 working hours per day Total working time per annum 365 days x 24 hrs 8760 hrs Up time guarantee 0 95 x 8760 hrs 8322 hrs per annum For 2 years warranty 8322 x2 16644Hours Any uptime less that specified above will be compensated by the Supplier s The consignee shall maintain a log book in the format provided by the Supplier s which will indicate usage of the equipment every day and for calculation of up time DOWNTIME PENALTY
61. y As per Actual satisfactorily proof contract attach documentary lproof 1 2 Total Qty The documentary proof will be copies of the purchase order during the last 3 years indicating Contract No and date along with a notarized certification by the bidder authenticating the correctness of the information furnished Signature and seal of the Tenderer The documentary proof will be certificate from the consignee end user indicating Contract No and date along with a notarized certification by the bidder authenticating the correctness of the information furnished 331Page To be submitted in Cover A Technical Bid Annexure VIIA Refer Clause No 3 10 STATEMENT REGARDING DEVIATIONS FROM TECHNICAL SPECIFICATIONS IF ANY Following are the Technical deviations and variations from the purchaser s Technical Specifications SI Item Name Clause of Technical Specification Statement of Deviations Variations No if any 1 2 In case there is no deviation from technical specification Pl Mention No Deviation Signature of the Bidder Name Date Place Seal 34 Page To be submitted in Cover A Technical Bid Annexure VIII B Refer Clause No 3 10 DETAILS OF TECHNICAL SPECIFICATION OF THE PRODUCT S OFFERED BY THE BIDDER SI Item Name Make Model Detail Specification of the product s offered PI Describe the deta
Download Pdf Manuals
Related Search
Related Contents
Owner`s Manual Manual del usuario Guide de l`utilisateur, Manual do Usuário do fone de ouvido Nokia Bluetooth PDFダウンロード(777Kb) VIZI BEAM 5RX - Amazon Web Services 差動式分布型感知器(熱電対式) 19.3MB Dicota D31014 screen protector TEFAL TT356630 Instruction Manual MANUAL COMPLETO - Biriba`s » Genética de Suínos Copyright © All rights reserved.
Failed to retrieve file