Home
Quotation call notice in respect of Blood bank SDH
Contents
1. Certificate in support of service center in Orissa or undertaking to set up service center in Orissa within one month from the date of installation if approved for those who have no service centers in Orissa COVER B PRICE BID 4 4 1 N B The tender format giving the quoted rate for medical equipments should be sent in a separate sealed cover hereafter called Cover B Price Bid Cover B Price Bid will be opened only of the tenderers who qualify in Technical Bid Cover A and product is as per tender specification The tender format Price Schedule in duplicate in the prescribed form as per Annexure IX both hard copy and soft copy must be submitted in Cover B The price of the item should be quoted inclusive of excise duty insurance packing forwarding freight door delivery 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 the item both in figures and words In case of difference in words and figures words will be taken into consideration for evaluation Valid means the certificate should be valid on or beyond the date of opening of tender Cover A 4 2 The Cover B of tenderers who qualifies in their technical bid will only be opened The date of opening of Cover B Price Bid will be intimated later on REJE
2. 4 Delivery Period Within 30 days from issue of the work order 5 Mode of Delivery By Air Road Rail 6 Guarantee Warranty Guarantee _ __ Comprehensive _ warranty including spares maintenance etc mentioned against each from the date of installation amp commissioning 7 EMD SI Name of Equipment EMD Rs 1 Blood Donor Couch Mentioned 2 Dielectric Tube Sealer Bench Top Model against each 3 Dielectric Tube Sealer Portable Model V r Sechon 4 Centrifuge Machine Stand Type 5 Incubator 6 Generator Note The bidder may quote for any or all the equipment by submitting the required EMD for that equipment The Earnest Money Deposit will be paid in the shape of demand Draft only in favour of Red Cross Blood Bank Balliguda from any Nationalized Scheduled Bank payable at SBI Balliguda 8 Security Deposit The selected firm should submit the performance security in shape Performance of Security Bank Draft Bank Guarantee from a Nationalized Bank in favour of RED CROSS BLOOD BANK BALLIGUDA equal to the amount of 10 of the purchase order value for equipments only of the items within 21 days of issue of the purchase order which will be deposited in Red Cross Blood Bank Balliguda account amp will be returned back after completion of warranty period Pre qualification A Manufacturing units Importers are eligible to participate in the tender provided they have i Valid manufacturing license
3. LL RED CROSS BLOOD BANK SUB DIVISIONAL HOSPITAL BALLIGUDA Letter No __113__ ORCBB SDH Balliguda Dt _01 11 2013_ TENDER CALL NOTICE Sealed tenders Expression of interest are invited from registered manufacturers authorized distributers for supply of Blood Bank Equipments i e Blood Donor Couch Di Electric Tube Sealer Bench top Model Di Electric Tube Sealer Portable Centrifuge Machine Incubator Generator for Red Cross Blood Bank Sub Divisional Hospital Balliguda respectively Details regarding the terms amp condition and Tender Paper may be downloaded from www kandhamal nic in submit in the office of the undersigned The tender should reach to the office of the undersigned by 30 11 2013 Till 2 00 P M through Speed Post Registered Post along with all relevant documents and EMD The tender technical amp financial will be opened on 30 11 2013 at 4 00 P M in presence of the tender or their authorized representatives The undersigned reserves the rights to reject or cancelled any or all the tender without assigning any reason thereof Sd S D M O S D H BALLIGUDA TERMS CONDITIONS amp SPECIFICATION FOR SUPPLY amp INSTALLATION OF MEDICAL EQUIPMENT NAME OF THE DISTRICT HEALTH INSTITUTION RED CROSS BLOOD BANK SUB DIVISIONAL HOSPITAL BALLIGUDA KANDHAMAL Tel 06849 243254 SDMO OFFICE MOBILE 9439595787 Blood Bank Officer I C Balliguda Bid Reference No S D M O SDH BALLIGUDA 2013
4. SECTION II TERMS AND CONDITIONS FOR SUPPLY amp INSTALLATION OF BLOOD BANK EQUIPMENTS TO SUB DIVISIONAL HOSPITAL BALIGUDA 1 1 Sealed tenders will be received by Dated 30 11 2013 up to 4 P M by the Sub Divisional Medical Officer Sub Divisional Hospital Balliguda in the office of the S D M O for the purchase of Blood Bank equipments Any tender received after the due date amp time will be rejected The tenders will be received through Regd Post Speed Post only 1 2 Pre bid conference shall be held in the office chamber of the S D M O Sub Divisional Hospital Balliguda on dt 12 11 2013 at 11 30 A M The prospective bidders may attend and clarify any doubts on the terms and conditions of the bid document 1 3 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 Tender for the supply amp installation of to the Office of S D M O Sub Divisional Hospital Balliguda Orissa amp Tender Reference No _ S D M O SDH BALLIGUDA 2013 2014 BBO 001 1 4 The Sealed tenders Cover A Technical Bid submitted by the tenderers will be opened by the Sub Collector cum President Blood Bank Balliguda and in presence of the Members of Blood Bank Management Committee in Eye ward of Sub Divisi
5. conditions set forth in the Tender Reference no I We do hereby declare I We have not been de recognized 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 Security Deposit and blacklist me us for a period of 5 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 I We further declare that I We possess valid manufacturing license s bearing No s e Ae A E a EA A Valid upton ressanar AW Ee e a ER SS a E a a do hereby declare that I we will supply 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 Orissa Signature of the bidder Seal Date Name amp Address of the Firm Affidavit before Executive Magistrate Notary Public ANNEXURE V Refer Clause No 2 2 1 To be submitted in Cover A Technical Bid MANUFACTURER S AUTHORISATION FORMAT To The Sub Divisional Medical Officer Balliguda Deptt of Health amp Family Welfare Govt of Odisha Ref Tender No Dated for Dear Sir We are th
6. format at Annexure V The authorized distributor may raise bill if specially authorized by the manufacturer The authorized distributor will submit all the documents in support of eligibility of the manufacturer as mentioned in clause No 2 1 along with the tender Proof of annual average turnover distributer of Rs 1 Crore or more in the last three 3 financial years 2010 11 2011 12 2012 13 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 3 5 3 6 oe 3 8 3 9 3 11 3 12 Checklist with detail of the documents enclosed in Cover A as per Annexure I with page number The document 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 M Tender document fee of Rs 1 050 in shape of Demand Draft Earnest Money Deposit of required value in shape of Demand Draft as per Section V mentioned against each Details name address telephone no Fax e mail of the manufacturer authorized distributor service centre contract person office in Orissa Annexure IT The declaration form in Annexure IV duly signed by the tenderer before Notary Public Executive Magistrate Valid authorization certificate of manufacturer
7. s Format in Annexure V In case the bidder is not the manufacturer Certificate duly filled by the Auditor Chartered Accountant as per Annexure VI that the annual average turnover of the manufacturing firm is Rs 2 crore or more and in case of Authorised Distributers Rs 1 crore or more in the last 3 three financial years Performance Statement Annexure VII of the item during the last two years towards proof of supply of the item 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 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 Valid Manufacturing License of the manufacturer s Import License by the Importer also to be submitted by the authorized distributor 3 13 3 14 3 16 3 17 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 Technical Specification Copy of VAT clearance certificate up to 31 03 2013 The Original Tender Book with Conditions and the schedules signed by the tenderer at the bottom of each page with his official seal duly affixed
8. will in such case exercise the right of revising the price at any stage so as to conform 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 placement of purchase order 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 quoted 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 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 S D M O Balliguda immediately about such reduction in the contracted price The S D M O Balliguda 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 quote
9. 2014 BBO 001 2013 14 TENDER DOCUMENT FOR SUPPLY amp INSTALLATION OF MEDICAL EQUIPMENT DATE OF COMMENCEMENT OF SALE OF THE BID DOCUMENT Dt 01 11 2013 from 11 A M to 4 P M PRE BID CONFERENCE Dt 12 11 2013 at 11 30 AM LAST DATE amp TIME FOR SALE OF BID DOCUMENTS Dt 25 11 2013 up to 4 PM LAST DATE amp TIME OF RECEIPT OF BID DOCUMENTS Dt 30 11 2013 up to 2 PM DATE amp TIME OF OPENING OF TENDER Dt 30 11 2013 at 4 P M PLACE OF OPENING OF BID DOCUMENTS AND Sub Divisional Medical Officer ADDRESS FOR COMMUNICATION F O o Sub Divisional Medical Officer AND Balliguda RECEIPT OF BID DOCUMENTS Tel 06849 243254 Email orcbloodbank sdhballiguda gmail com OFFICE OF THE SUB DIVISIONAL MEDICAL OFFICER SUB DIVISIONAL HOSPITAL BALLIGUDA SECTION I A complete set of bidding documents may be purchased by prospective bidders on payment of a non refundable fee as indicated below in the form of a Demand Draft in favour of RED CROSS BLOOD BANK BALLIGUDA payable at S B I BALLIGUDA from any Nationalized Scheduled Bank at the office of the Sub Divisional Medical Officer SDH Balliguda during office hours from 11 A M to 4 P M on all working days as mentioned in the tender document either in person or by post The Bidders may download the Tender Documents directly from the WEBSITE available at kandhamal nic in The Tender cost fee of Rs 1 000 one thousand Plus VAT 5 Non refundable amp non refundable by way of se
10. Annual Turnover for the above three years in Crores 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 b Separate certificates should be furnished for different manufacturer in case the bidder is quoting products of different manufacturers Tender Reference No Name of Tenderer Name of Manufacturer Order placed by Address of purchaser attach documentary proof 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 Order no amp Date Item Name Make amp Model Qty Name of the Item s Value of Contract Rs Date of Completion Reasons for delay As per Actual if any contract Have the goods been functioning satisfactorily attach documentary proof Signature and seal of the Tenderer with a notarized certification by the bidder authenticating the correctness of the information furnished The documentary proof will be copies of the purchase order during the last 3 years indicating Contract No and date along 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 co
11. The tenderer has to mention the make brand specification warranty of the items in turn key ANNEXURES Agreement Warranty and CMC Undertaking ANNEXURE X Refer clause no 7 1 2 AGREEMENT THIS AGREEMENT IS MADE AT THIS THE DAY OF 201 BETWEEN Name of the Supplier with full address Here in after called the Supplier s as 1 Party AND The SDMO SDH Balliguda Health amp F W Department Represented through the THE CONSIGNEE Hereinafter called the PURCHASER as 2 4 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 laid 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 Offered Price Total The price cost of the item also include the followings in addition to above 9 Oo AO eS Insurance Freight Transportation Cus
12. after submission of performance security 6 3 The EMD will be forfeited if the tenderer withdraws the tender or doesn t sign the contract doesn t supply the items in case of successful bidder within the stipulated time period SECURITY DEPOSIT Performance Security 7 1 1 T 2 7 3 The performance Security should be submitted in shape of Bank Draft Bank Guarantee from a Nationalized Bank in favour of Red Cross Blood Bank Balliguda equal to the amount of 10 of the purchase order value of the item within 21 days of issue of the purchase order The agreement as per Annexure X will be signed between the supplier and the consignee purchaser and will be kept by the consignee A copy of the agreement will be kept by the purchasing authority The agreement must be submitted before the payment is released The 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 CMC 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 V The firm must clearly mention their specification special features upgraded version if any in their tender Tenders should be typewritten or computerized and every correction in the tender sh
13. be a Radio frequency sealing 2 No warm up time required 3 Should be Easy separation of tube segments after sealing 4 Produces hermetic seal hence no contamination 5 Should be Equipped with SMPS Switch Mode Power Supply to withstand wide voltage fluctuations 176 264V 6 Sealing time Less than 2 sec 7 Weight 5 25 kg 8 Automatic Trigger sealing with the help of optical sensor 9 Indication Lamps Ready indicates system is ready for the seal Seal When the sealing is going on Power On Indicates that the system power is ON Warranty gt Comprehensive warranty for 2 years and 3 years CMC after warranty including UP Documentation o User Technical Maintenance manuals to be supplied in English o List of important spare parts and accessories with their part number and costing EMD 1 of the cost of the equipment 3 DIELECTRIC TUBE SEALER PORTABLE MODEL and Description of Function Blood Bag Tube Sealer is a compact equipment to seal the Blood Bag pilot tube by radio frequency sealing system The system should be heavy duty and be able to seal the blood bag etc quickly effectively gt Should be simple to handle gt System should gently seal the tubing with no haemolysis Eligibility Criteria Should be FDA CE ISO approved product Manufacturer should be ISO certified for quality standards iii Technical Specifications 1 Should be a Radio frequency sealing No warm up time r
14. days upto a maximum 2 on the value of the goods If the supplier fails to complete the supply within the extended period i e 44 days after being allowed by the SDMO Balliguda no further purchase order will be placed to the firm for the said item 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 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 CMC Cost 100 turnkey job 100 tax shall be paid to the supplier on receipt of the stock entry certificate 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 20 3 20 4 20 5 20 6 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 1 if they have not deposited the same before Payment will only be made after handing over the Agreement undertaking warranty papers of equipment and turnkey jobs to the consignee and a letter to this effect should be submitted to the payment authority
15. 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 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 CMC The tenderer shall also commit to provide offer for CMC Labour all spare for the next three 3 years after two 2 years of warranty No extra cost will be paid other than the CMC cost for functioning of the item during this period The supplier will provide two 2 preventive maintenance in every six months during the period of CMC and submit a certificate that the equipment is in proper working condition The selected firm should have a service centre in Orissa All the warranty certificates must be handed over to the consignee after installation TRANINING am
16. provided by the supplier without any extra cost This cost is to be included in the cost of turnkey 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 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 t
17. 0 1992 Particular requirements for laboratory centrifuges Should comply with IEC 61010 1 Safety requirements for electrical equipment for measurement control and laboratory use Part 1 General requirements 7 Documentation a User Technical Service manual in English to be supplied b Certificate of calibration and inspection from factory c List of Equipments available for providing calibration and routine maintenance support as per manufacturer documentation in service technical manual d List of important spare parts and accessories with their part number and costing e Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out 8 Warranty a Comprehensive warranty for 2 years and 3 years CMC after warranty including UP 9 EMD a 1 of the cost of the equipment b 5 INCUBATOR Description of Function The incubators are used in laboratories to provide constant temperature and other necessary atmospheric condition for necessary growth of bacteriological culture ro roy 5 ro Ss Product Eligibility Criteria Should be ISO CE BIS US FDA approved product Manufacturer Supplier should have ISO certification for quality standards Technical Specification Temperature range should be from 5 C above ambient temp to 90 C with sensitivity of 0 5 C The co
18. 100 to 6000 rpm and above accuracy 1 rpm 3 System Configuration Accessories spares and consumables a b Centrifuge complete with Swig and basic rotors and four buckets 01 set Tube Holders as appropriate 4 Environmental factors a Shall meet IEC 60601 1 2 2001 Or Equivalent BIS General Requirements of Safety for Electromagnetic Compatibility The unit shall be capable of being stored continuously in ambient temperature of 0 50 deg C and relative humidity of 15 90 The unit shall be capable of operating continuously in ambient temperature of 10 40 deg C and relative humidity of 80 5 Power Supply a b C Power input to be 220 240VAC 50Hz as appropriate fitted with Indian plug Suitable Servo controlled Stabilizer CVT Resettable over current breaker shall be fitted for protection 6 Standards and Safety a b C The supplier should be ISO certified for quality standards Product should be FDA CE or ISI approved Attach original manufacturer s product catalogue and specification sheet Photocopy computer print will not be accepted All technical data to be supported with original product data sheet Please quote page number on compliance sheet as well as on technical bid corresponding to technical specifications Should comply with IEC TR 61010 3 020 Safety requirements for electrical equipment for measurement control and laboratory use Part 3 020 Conformity verification report for IEC 61010 2 02
19. 2cm Length of Back rest Approximately 90 100 or 2cm Width Approximately 60 70 or 2cm Length of arm rest Approximately 60 or 1cm Width or arm rest Minimum 15 or 1cm Vaso vagal attack position height Minimum 60 or 2cm Max height of Back rest Approximately 100 110 or 2cm 12 Interface for connection of Blood Collection monitor 13 In case of Vasovagal attack the donor position can be quickly changed from Head high Foot low to Head low Foot high position by operating a simple switch 14 The firm should give at least 80 proof documents of supply of same items during last three conjugate years 15 And the firm should mention about the authorized dealer for Odisha in detail along with authorization letter copy of the dealer Warranty gt Comprehensive warranty for 2 years and 3 years CMC after warranty including UP Documentation gt User Technical Maintenance manuals to be supplied in English gt List of important spare parts and accessories with their part number and costing EMD 1 of the cost of the_equipment 2 DIELECTRIC TUBE SEALER BENCH TOP MODEL i Eligibility Criteria Should be FDA CE approved product Manufacturer should be ISO certified for quality standards ii Description of Function Blood Bag Tube Sealer is a compact equipment to seal the Blood Bag pilot tube by radio frequency sealing system iii Technical Specifications 1 Should
20. CTION OF TENDER 5 The tender paper will be rejected if any of the following documents are wanting not submitted with the tender 1 Manufacturing authorization in case of distributor importer ii Earnest Money Deposit EMD iii Annual Average Turnover of Rs 2 crore or more of Manufacturer Importer in the last 3 financial years iv In case of distributer the Proof of annual average turnover of Rs 1 Crore or more in the last three 3 financial years 2010 11 2011 12 2012 13 along with their manufacturer importer as mentioned above 5 iii v Valid ISO certificate vi Valid ISI CE US FDA certificate as per Section V Technical Specification vii Proof of supply installation of 5nos of the equipments to any Govt Organization Corporate Hospitals PSU Hospitals UN Agencies and certificate in support of that from the user during the last two years viii Major deviations from the technical specification of the item s as per tender ix Price bid quoted rate with signature and seal Hard Copy EARNEST MONEY DEPOSIT 6 1 The Earnest Money Deposit will be submitted in the shape of demand Draft only in favour of Red Cross Blood Bank Balliguda from any Nationalized Scheduled Bank payable at SBI Balliguda 6 2 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
21. E BIS US FDA approved product Manufacturer Supplier should have ISO certification for quality standards Maximum rated output is more that 5500 VA Self start at the time of power failure Audio Visual alarm for oil alert Documentation User Technical Service manual in English to be supplied Certificate of calibration and inspection from factory List of Equipments available for providing calibration and routine maintenance support as per manufacturer documentation in service technical manual List of important spare parts and accessories with their part number and costing Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out Warranty a Comprehensive warranty for 2 years and 3 years CMC after warranty including UP EMD a 1 of the cost of the equipment SECTION VI ANNEXURES Technical Bid Price Bid Agreement Undertaking for CMC ANNEXURE I Refer Clause No 3 1 CHECK LIST Note The documents has to be arranged serially as per the order mentioned in the check list Please put Tick Mark in the respective box COVER A TECHNICAL BID DOCUMENTS SUBMITTED OR NOT 1 List of Item s Annexure II No 2 Tender document Fee Tai va No No 3 Earnest Money Deposit No 4 Details of Manufacturing Unit contract person be ELET Liaisioning agent servicing c
22. Import License ii Valid ISO certificate iii Product must be ISI CE US FDA etc certified as per Technical Specification Section V iv Tenderer Manufacturer Importer should have proof of supply of 5nos of the equipment s to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies and certificate in support of that from the user in last 2 years v Proof of annual average turnover Manufacturers of Rs 2 Crore or more in the last three 3 financial years 2010 11 2011 12 2012 13 vi Manufacturing unit who has been 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 IB Authorised distributors on behalf of the manufacturer are eligible to participate in the tender provided i They submit valid authorization certificate of manufacturer s and power of attorney to transact business on behalf of the manufacturer as per the format at Annexure V The authorized distributor may raise bill if specially authorized by the manufacturer ii The authorized distributor will submit all the documents in support of eligibility of the manufacturer as mentioned above in clause No A along with the tender iii Proof of annual average turnover distributer of Rs 1 Crore or more in the last three 3 financial years 2010 11 2011 12 2012 13
23. bide by my our offer for a period of 365 days from the date of approval of the tender I we have necessary infrastructure for the maintenance of the equipment and will provide all the accessories spares as and when required 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 I we shall provide assistance to the consignee in clearance and delivery of store at consignee s stores premises The storage charges if any payable to the customs department due to non receipt of required documents in time by the hospital delay due to incorrect entries mistakes to the documents etc shall be borne by me us I we have carefully read and understood all the terms and conditions of the tender and shall abide by them 10 1 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 5 years Signature of the witness Signature of the Tenderer Name amp address Name amp address Dated Seal of the firm N B 1 To be attested by Notary Public 2 Only to be submitted by the a
24. d 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 contents 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 A packaging note quoting the name of the purchaser The number and date of order Nomenclature of the goods Schedule of parts for each complete equipment giving part number with reference to assembly Name amp address of the consignee Name amp address of the supplier mepnose TERMS OF CONTRACT The S D M O will be at lib
25. d price of the tender shall remain valid for a period of 12 months from the date of issue of the purchase order 8 14 8 18 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 documents 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 five 5 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 his own rate for any item other than the item specified in the list Section IV Schedule of Requirement 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 Orissa 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 sho
26. e manufacturers of name of equipment s having factories at 1 Messrs name and address of the agent is our authorized agent for sale and service of name ofequipment s 2 We confirm that Messrs name of the above agent is authorized to submit a tender and enter into a contract with for the above goods manufactured by us 3 We also extend our full guarantee warranty and also full back up support for AMC CMC as required by the purchaser 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 ANNEXURE VI Refer Clause No 3 11 To be furnished in the letter head of the Auditor ANNUAL TURN OVER STATEMENT The Annual Turnover for Equipment products of M s who is a manufacturing unit for the last years are given below and certified that the statement is true and correct SI No Year Turnover in Crores Rs l 2010 2011 2 2011 2012 3 2012 2013 Average
27. ears after ys Item Unit Price item price mentioned the schedule of Specification y p D S tion V transportation door delivery with expiry of two years installation amp with CMC amp in 3 ection With Make 2 two years onsite warranty amp warranty period aceite r Turnkey if any Model excludes VAT sales tax entry tax please mention on yearly turnke ihe baer Exclusive of Mention whether CST P Cost in Rs both in words amp basis delivery amp installation CST VAT amp ET VAT and ET the olf figures tax amp it s value in Rs 1 2 3 4 5 6 3 4 5 7 1 year nd 2 year rd 3 year Total Price of each item s quoted should be mentioned separately by creating separate rows for each item The total cost of each item mentioned at 6 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 Signature of the Bidder Name Date Place Seal 1 Rates should be quoted both in figures amp words for the item and if there is any discrepancy the quoted rates in words will be taken for evaluation 2
28. echnical Bid Name of Item s LIST OF ITEM S QUOTED Name of Manufacturer Make Model Name Signature of the Tenderer Date Official Seal ANNEXURE IMI Refer Clause No 3 5 To be submitted in Cover A Technical Bid DETAILS OF THE TENDERER amp LOCAL CONTACT PERSON Name amp Full Address Telephone Nos landline Mobile Fax E Mail Corporate Office The address in which the purchase orders and payment details will be communicated Local Contact Person Branch Office Zonal Office Service Centre if any in Orissa Date of Inception Copy of Certificate of incorporation of Manufacturer Manufacturing License Nos amp Date Copy of manufacturing license of Manufacturer Name of the issuing authority License valid up to 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 LY WG aaaea a n E E ESAN having My OUr cceeeeee eee eee ee eeees biel batat emia EEA EENS hata AT N reliant EA OMGE Abs ear TE e EI E ET do declare that I We have carefully read all the terms amp conditions of tender of the Orissa 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
29. empted from payment of earnest money and shall pay 25 of the prescribed security deposit Clause number to 22 is also applicable to the Small Scale Industry Units of the State of Orissa SECTION IV SCHEDULE OF REQUIREMENTS Quantity Place of Supply Delivery amp al Name aft te Mems Specitication Consignee List Installation Time o 30 days from the Blood Donor Couch Details as per Technical Sub Divisional award of purchase 1 Specification at Section V Hospital Balligud order Dielectric Tube Sealer Bench Top Do 2 Model 3 Dielectric Tube Sealer Portable Model Do D 4 Centrifuge Machine Stand Type 5 Incubator Do 6 Generator Do N B The quantity of requirement may increase as per the requirement SECTION V TECHNICAL SPECIFICATIONS 1 DONOR COUCH SPECIFICATION Should have ISO 9001 2008 Certification Should have CE certification Lifting Capacity 150kg Donor weight Power source 230 10 VAC 110 10 VAC 50 60Hz Single Phase Movement actuation DC Motor and Torque multiplier Motor movement by operating the rocker switch Arm rest should both swivelable amp height adjustment Soft upholstery for 2 inch thickness Provided with castor wheels 10 Provision for Blood Collection Monitor tray BP apparatus Tray Tray for SOO A GR a a accessories and Telescopic IV stand 11 Dimension Length of seat Approximately 100 110 or
30. entre Annexure III 5 Declaration form Annexure IV signed ca Pe by the Tenderer amp affidavit before Notary Public Executive Magistrate 6 Valid Authorization certificate of Manufacturer s Annexure V No 7 Proof of avg Annual turnover of Manufacturers is Rs 2 Crore or more and in case of Authorised No distributers Rs 1 crore or more for preceding 3 financial years Annexure VI 8 Performance Statement Item wise Page Yes No during the last two year Annexure VII No 9 Copies of Purchase order Item wise in support of the performance statement No 10 Deviation No deviation Statement Item wise amp details Page Yes No of technical specification Annexure VII A amp B No 11 Leaflets Technical Brochures of the Page Yes Products offered Item wise No 12 Copy of Manufacturing License import license Page Yes No No 13 Copy of Valid ISO Certificate 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 clearance certificate Page Yes No No 18 Copy of original Tender and schedules Page Yes No duly signed by the Tenderer No SI Annexure II Refer Clause No 3 2 To be submitted in Cover A T
31. equired Should be Easy separation of tube segments after sealing Produces hermetic seal hence no contamination Should be battery operated Sealing time Less than 2 sec Weight 3 kg Automatic Trigger sealing with the help of optical sensor Indication Lamps Charging Battery Low Calibration Battery Level Sealing Indication in the sealing head 10 Should have 1000 seals for fully charged battery 11 Should have sealing gun along with cable length at least 2mtr iv Warranty v gt gt gt Comprehensive warranty for 2 years and 3 years CMC after warranty including UP Documentation User Technical Maintenance manuals to be supplied in English List of important spare parts and accessories with their part number and costing EMD i 1 of the cost of the equipment 4 CENTRIFUGE MACHINE 1 Operational Requirements a b Aerodynamic compact construction for vibration free performance Table top version 2 Technical Specifications a b C d Tube Capacity No 24 36 Size 5 15 ml Should have a digital timer with RPM digital display Body should be made of strong fabricated amp corrosion resistant steel Control panel for start stop switch dynamic brakes step less speed regulator with zero start switch amp speed indicator with timer and protective fuses Door interlock Maintenance free brushless drive motor with exact speed pre selection and display Speed range
32. er 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 institute 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 14 2 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 The spare price list of all spares and accessories including minor required for maintenance and repairs in future after guarantee warrantee period should be attached enclosed along with the sealed quotation 15 2 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 15 3 Local agents distributors quoting on behalf of the manufacturer importer must attach the authority letter in their favour LOGOGRAMS AND LABELLING 16 1 Tenderer for the supply of medical equipments shall give an undertaking in his tender that he will print RED CROSS BLOOD BANK SUPPLY NOT FOR SALE in bold letters in inedible ink on the equipment ACCEPTANCE OF TENDER AND SUPPLY CONDITIONS 17 1 17 4 17 5 The Blood Bank Managing Committee reserves the right to reject the tenders or to accept the tenders for the supp
33. erty 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 S D M O 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 concerned Such damages shall be assessed by the S D M O whose decision is final amp binding in the matter 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 o
34. f he has not deposited the unconditional performance security in shape of Bank draft amounting to 10 of the purchase order value which will be deposited in fund of with the warranty for 2 years agreement to the consignee 90 of the cost of the equipment excluding CMC Cost 100 turnkey 100 tax shall be released to the supplier on receipt of stock entry certificate and installation certificate that it is working from the consignee The remaining ten percent 10 will be released after satisfactory working certificate received from the consignee after 6 weeks of installation subject to submission of performance security 10 of P O Value For this purpose the supplier will submit two bills one 90 of the cost of the equipment 100 turnkey 100 tax and the other for the remaining ten percent 10 of the cost of the equipment 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 TURNKEY JOB The external power supply will be provided by the purchaser but the internal wiring and electrical fittings inside the room for installation amp commissioning of the equipment and accessories will be
35. f the stipulations of the contract or for other justifiable reasons the contract may be terminated by the S D M O and the tenderer shall be liable for all losses sustained by the S D M O 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 Balliguda only CHANGE OF TERMS AND CONDITIONS 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 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 CMC Spares Labour as per this
36. from the consignee No claims shall be made against the SDMO Balliguda in respect of interest on earnest money deposit or security deposit or any delayed payment or any other deposit Payments in shape of Draft Pay Order will preferably be dispatched 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 CMC will be made on a six monthly basis after completion of warranty period and signing of the CMC agreement PENALTIES 21 1 21 3 If the successful tenderer fails to deposit the required 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 amp security deposit submitted by him along with his tender shall stand forfeited by the SDMO Balliguda by reasons of such breach such as failure to supply delayed supply Violating the tender terms and conditions amp non supply supply of Not of Standard Quality equipment 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 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 Ball
37. g 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 S D M O 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 DELIVERY OF 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 obtaine
38. he 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 COMPREHENSSIVE MAINTENANCE CONTRACT The supplier will provide CMC 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 be at the Supplier s cost PERT CHART Failure to stick to the pert chart will attract penal charges like forfeiture of performance security 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 suppl
39. ht out during such inspections EVALUATION 18 1 a b c The rates of the item quoted by the tenderer who qualify technically will be evaluated after taking the following points into consideration 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 CMC for for next three 3 years but excluding VAT amp ET The cost of the medical equipments excise duty customs duty transportation 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 CMC for next three 3 years after warranty will be added and the lowest responsive bidder will be selected The circulars issued by the Finance Department Govt of Orissa from time to time regarding tax matters shall be taken into account for evaluation and shall be binding on the bidders LIQUIDATED DAMAGE 19 1 19 2 The SDMO Balliguda may allow extension for a maximum period of 2 two weeks 14 days after the stipulated date of supply i e 30 days with a penalty of 0 5 which will be deducted from the purchase order value as Liquidated Damage for each week 7
40. ied Goods Performance or supervision or maintenance and or repair of the supplied Goods for a period of two 2 years 1 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 tenderers shall clearly mention the price of the instruments equipments inclusive of warranty for a period of 2 two years commencing from the date of installation The tenderers shall submit undertaking for C M C 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 CMC period COMPREHENSIVE WARRANTY This warranty shall rema
41. iguda only 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 ORISSA The MSE SSI Units of the State of Orissa 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 23 3 235 23 6 Attested copy of valid manufacturing license P M T Certificate from the Director of Industries Orissa or General Manager District Industries Centre that it is a MSE SSI Units of the State of Orissa provided that MSE SSI units has not been derecognised by the Govt for that specified period 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 Local MSEs registered with respective DICs Khadi Village Cottage and Handicraft Industries OSIC NSIC shall be ex
42. in 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 Supplier 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 arisin
43. ly of the item tendered without assigning any reason thereof The SDMO Balliguda 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 30 days from the date of issue of purchase order unless otherwise specified If no supply is received even after 14 days or 28 days with liquidated damage 0 5 per week up to max of 2 of the purchase order price from the date of issue of the purchase orders from the SDMO Balliguda 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 Security Deposit If the approved supplier fails to execute the supply within the stipulated time the SDMO Balliguda is empowered to purchase the same items from L or L tenderer if they match the L rate The SDMO Balliguda or his authorized representative s has the right to inspect the factory of the 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 broug
44. ntrol panel should have digital indication of chamber temp with visual indication of heating process and ergonomically designed controlled panel The temperature should be set by microcontroller based dedicated button switch The inner chamber should be made from SS 316 grade or higher stainless steel with outer chamber of mild steel having duly primer coated for rust proofing and powder coated The heating coils should be placed inside inner stainless steel chamber to provide uniform temp inside the chamber The inner chamber should be provided with air circulatory system to maintain contact chamber temp The inner and outer chambers should be well insulated with glass wool and should have appropriate air gap to maintain minimum heat loss and maximum heat retention capacity The door must be well insulated and provided with thermal resistant glass to visualize inside of chamber during heating process The control panel should have alarm audio visual for abnormal increment of chamber temp than setting and door opening Should be provided with 2 3 detachable perforated steel rack for placement of samples The chamber volume should not less than 3 5cubic feet External dimension should not exceed 500x500x600 Lx WH mm Power Supply oS pins EMD Should work with 220 240V AC 50Hz power supply having Indian plug 1 of the cost of the_equipment 7 GENERATOR VI VII VIII IX Should be ISO C
45. onal Hospital Balliguda at 4 00 PM on 30 11 2013 The tenderer or their duly authorized representatives are allowed to be present during the opening of the tenders if they so like ELIGIBILITY CRITERIA 21 2 2 Manufacturing units Importers are eligible to participate in the tender provided they have 1 Valid manufacturing license Import License Importers have to furnish the authorization from the manufacturer ii Valid ISO certificate iii Product must be BIS CE US FDA etc Certified As per Section V technical specification iv Tenderer should have proof of supply of at least 5nos the item s 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 in last 2 years Annexure VII v Proof of Average annual turnover of the manufacturing firm of Rs 2 crore or more in the last three 3 financial years in India Annexure VI vi 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 Authorized distributors are eligible to participate in the tender provided i ii iii They submit valid authorization certificate of manufacturer s and power of attorney to transact business on behalf of the manufacturer as per the
46. ould 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 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 year CMC 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 8 5 8 6 8 7 8 8 8 9 The rate per unit packing 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 Orissa the due date of sale submission of bids and opening of bids will be the following working day at the appointed 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
47. p OPERATIONAL MANUAL 12 1 12 2 The firm supplier will provide hands on training to two doctors and two technicians in his own cost for operating handling the medical equipments within 15 days of installation of equipment The supplier firm will provide the operational maintenance manuals and tools if required of all items equipments amp turnkey to the consignee 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 Supplier 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 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 vendor must undertake to supply all spares for optimal upkeep of the equipment for TWO YEARS after installing the unit in the institute If accessories other attachment of the system are procured from the third party then the vendor must produce cost of the accessory oth
48. parate Demand Draft drawn in favour RED CROSS BLOOD BANK BALLIGUDA should be enclosed along with the Technical Bid The Bidders should specifically superscribe DOWNLOADED FROM THE WEBSITE on the top left corner of the outer envelope containing Technical Bid and Price Bid separately The Tender cost fee and the EMD amount should be submitted separately in shape of demand drafts in the technical bid In case of any bid amendment and clarification related to pre bid conference responsibility lies with the bidders to collect the same from the website or the office notice board before last date of purchase of tender document and the S D M O shall have no responsibility for any delay omission on part of the bidder a Price of bid document Rs 1 050 00 Rs 1 000 00 plus VAT 5 Non refundable b Postal charges inland Rs 300 00 Extra The tender paper will be rejected if the bidder changes any clause or Annexure of the bid document downloaded from the website ABBREVIATIONS S D M O Sub Divisional Medical Officer M O I c Medical Officer In charge B B O Blood Bank Officer M O I ORCBB Medical Officer In charge Red Cross Blood Bank SECTION II IMPORTANT INSTRUCTIONS TO BE NOTED CAREFULLY BY THE TENDERERS 1 Purchaser Red Cross Blood Bank Sub Divisional Hospital Balliguda 2 Indenter S D M O 3 Consignee Red Cross Blood Bank Sub Divisional Hospital Balliguda
49. pproved supplier tenderer to the consignee and a copy to the purchaser before release of payment
50. rrectness of the information furnished Annexure VIHA Refer Clause No 3 10 To be submitted in Cover A Technical Bid Following are the Technical deviations and variations from the purchaser s Technical Specifications Sl Item Name Clause of Technical Specification Statement of Deviations Variations if any In case there is no deviation from technical specification Pl Mention No Deviation Signature of the Bidder Name Date Place Seal To be submitted in Cover A Technical Bid Annexure VIII B Refer Clause No 3 10 DETAILS OF TECHNICAL SPECIFICATION OF THE PRODUCT OFFERED BY THE BIDDER SI Item Name Make Model Detail Specification of the product No offered PI Describe the detail specification of the product offered 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 ANNEXURE To be submitted in COVER B PRICE BID To be submitted in Cover B Price Bid ANNEXURE IX Refer Clause No 4 1 amp 8 16 MODEL TENDER FORMAT PRICE SCHEDULE Nine oiie int Unit Price which includes excise eco E TT CST VAT amp ET ienisimantionad in duty customs duty packing CMC excluding Service sny all eee Total Cost of the if any on amp above the insurance forwarding Tax for three y
51. 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 2year comprehensive warranty is valid from dt to dt v The 3 year CMC 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 2 Only to be submitted by the approved supplier tenderer to the consignee and a copy to the purchaser before release of payment 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 of Installation Name of the Consignee Name of the purchaser Sir I we _ hereby declare that 1 2 9 I we am are the manufacturers authorized agents distributors of _ I we do accept agree for the all clauses including the warranty 2 years followed by 3 years CMC and payment terms and conditions of this tender 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 Orissa Hospitals Medical Institutions I we also offer to supply the stores at the prices and rates not exceeding those mentioned in the price bid I we agree to a
52. toms 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 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 CMC cost for next 3 three years after the warranty period shall be paid after completion of the warranty period on a six monthly basis TERMS AND CONDITIONS Delivery The delivery should be completed within 30days from the date of purchase order Liquidated Damage 0 5 per week for the delayed period up to a maximum of 2 of the purchase order value PRICE Only the price quoted by the Supplier s in his their financial proposal will be the price for payment and no other price escalation will be allowed at any circumstances TERMS FOR PAYMENT A The payment s shall be made by purchaser in Indian currencies No advance payments towards cost of Instruments and Equipments etc will be made to the tenderer No payment will be made to the supplier i
53. uld 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 primary 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 limitation rough handling during transit and exposure to extreme temperature salt and precipitation during transit and upon storage TURNKEY 10 1 The external power supply will be provided by the purchaser but the internal wiring and electrical fittings inside the room and accessories if any required for installation amp commissioning of the equipment required for installation amp commissioning will be provided by the supplier without any extra cost apart from the cost mentioned under turnkey in the Price schedule COMPREHENSIVE WARRANTY amp CMC Undertaking as per Annexure XI amp XII 11 1 11 2 11 3 11 4 11 5 11 6 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 consignee and photocopy of that to the Sub Divisional Medical Officer Balliguda after installation The warranty will cover all the parts of the machine and any replacement or repair required within the warranty
Download Pdf Manuals
Related Search
Related Contents
PowerPlex® 1.2 System Medusa 5.1 USB Headset Assessment Form Epson EB-1935 Grundig KM 6280 Tannoy C702 Cell Phone User Manual CFI 300 -500 Kanaleinbauventilator 1.取扱説明書 [PDF形式] User Guide Copyright © All rights reserved.
Failed to retrieve file