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