Home
        Tender Call Notice for Medical Equipments of Capital Hospital
         Contents
1.    OUR a a aa aaa a AN AA GAAN OR office  Ab beccdvan eee Seater onihw staan Weide TANGA NA 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  conditions set forth in the Tender Reference no     I We do hereby declare I We have not been de recognised   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   AAEE EEEE Valid upto EENT I   We  nye bine val G NG BEAN PNG nhs Cassano TALABA PALANG TNE EEUNA do hereby declare  that I   we will supply the as per the terms  conditions  amp  specifications of  the tender document  I   we further declare that I   we have a service centre   will establish a    service centre within one month of installation of the equipment in Orissa     Signature of the bidder  Seal Date  Name  amp  Address of the
2.    provided above     Signature of the Bidder    Name     Date     Place     Seal    41 Page       ANNEXURE     To be submitted in COVER B   PRICE BID     42 Page          To be submitted in Cover B   Price Bid    ANNEXURE IX   Refer Clause No  4 1  amp  8 16                    Name of the Item  s  l CST VAT  amp  ET   Items mentioned in  Total Cost of the Gf any  on  amp  above the  the schedule of Specification Item  Unit Price item price mentioned  requirement  with CMC  amp  in  3    With Make  amp  Turnkey if any   Model   Exclusive of  Mention whether CST    Cost in Rs   both in words  amp  CST VAT  amp  ET  VAT and ET  the   of  figures  tax  amp  it   s value in Rs     1   2   3   4   5  6 3 4 5 7  1  year   9rd a  year   ard    year                             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 4 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 dis
3.   01 ea   3 0 12 0 MHz Linear Array Probe for Vascular applications  01 ea   Multiplane TEE Probe   Optionally quoted    4 8 MHz for Adult as well as Paediatric echocardiography    3 8 MHz Electronic phased array probe for Paediatric cardiology  OPTIONALY quoted   DVD CD Recorder with 100 CDs and 100 DVDs   Color Printer   01   B W Video Thermal Printer  01   Colour Print Paper  78 500 sheets   B W Thermal Paper   10 rolls   ECG Cable   02   Electrical safety conforms to standards for electrical safety IEC 60601   IS 13450    The product shall comply to IEC 60601 2 37 ed1  Medical Electrical Equipment   Part 2 37   Particular Requirements for the Safety of Ultrasonic Medical Diagnostic and Monitoring  Equipment    Type of protection against electric shocks    Class I  Degree of protection against   electric shocks for ultrasound probes Type  BF    For ECG electrodes Type  CF     Power supply      gt  Power input to be 220 240VAC  50Hz  fitted with Indian plug   gt  UPS of suitable rating shall be supplied     gt  Constant Voltage Stabiliser shall be supplied    Documentation     User manual in English    Service manual in English    301Page    SECTION  VI  ANNEXURES     Technical Bid  Price Bid  Agreement   Undertaking for CMC      311Page    ANNEXURE  I   Refer Clause No  3 1   CHECK LIST   To be submitted in Cover A Technical Bid     Note   The documents has to be arranged serially as per the order mentioned in the  check list       Please put VA in the respective box    CO
4.   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    Govt  of Orissa Supply   Not For Sale    in bold letters in  inedible ink on the equipment     ACCEPTANCE OF TENDER AND SUPPLY CONDITIONS     17 1 The C M O Bhubaneswar  Orissa reserves the right to reject the tenders or to  accept the tenders for the supply of the item tendered without assigning any reason  thereof    17 2 The C M O Bhubaneswar  Orissa 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     17 3 The supply should be completed within 60 days from the date of
5.   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 arising under this warranty     Upon receipt of such notice  the Supplier shall with all responsible speed will repair or replace  the defective goods or parts thereof without cost to the purchaser to maintain its UP TIME offered in  the beginning of purchase otherwise penal provisions shall apply if the supplier fails to keep up its UP  TIME     If the Supplier  having been notified  fails to remedy the defect s  within 10 days  the Purchaser  may proceed to take such remedial action as may be necessary  like forfeiture of EMD or recovery  from security deposit the amount of loss  which will be decided by C 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 corresp
6.  CLAUSE     During the Guarantee   warranty period  desired uptime will be 95  of 365 days  24 hour  if  downtime exceeds 5   penalty in the form of extended warranty  double the number of days  for which the equipment goes out of service will be applied  The vendor must undertake to  supply all spares for optimal upkeep of the equipment for TWO YEARS from the date of  installation at the site  If accessories   other attachment of the system are procured from the  third party  then the vendor must produce cost of accessory   other attachment and the CMC  from the third party separately along with the main offer and the third party will have to sign  the CMC with the consignee if required     In no case equipment should remain in non working condition for more than 7 working days     The manufacturers or their agents are required to submit a certificate that they have  satisfactory service arrangements and fully trained staff available to support the uptime  guarantee    COMPREHENSSIVE MAINTENANCE CONTRACT     The supplier will provide CMC for 3  three  years after the completion of 2 years  comprehensive warranty period     47 Page    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   outsid
7.  Firm     Affidavit before Executive Magistrate   Notary Public     361Page    ANNEXURE   V   Refer Clause No  2 2 i       To be submitted in Cover A  Technical Bid   MANUFACTURER   S AUTHORISATION FORMAT    To  The CMO Capital Hospital  Bhubaneswar  Deptt  of Health  amp  Family Welfare  Govt  of Orissa   Ref  Tender No  Dated for  Dear Sir   We                                             are the 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 of  equipment 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  Te
8.  at 11 30AM  LAST DATE   TIME FOR SALE OF BID DOCUMENTS   Dt23 09 2012 upto 4 P M  LAST DATE  amp  TIME OF RECEIPT OF BID DOCUMENTS  Dt24 09 2012 upto 11 30 A M  DATE  amp  TIME OF OPENING OF COVER A  Technical Bid    Dt 24 09 2012 at IPM    DATE OF OPENING OF COVER B  Price Bid    will be intimated later on     PLACE OF OPENING OF BID DOCUMENTS  AND Chief Medical Officer   ADDRESS FOR COMMUNICATION   O o Chief Medical Officer  AND  RECEIPT OF BID DOCUMENTS  Tel  0674 2391983 2397440   Fax   Email  cmochb  gmail com    OFFICE OF THE CHIEF MEDICAL OFFICER CAPITAL HOSPITAL BHUBANES WAR       2 1Page    SECTION  I  SALE OF TENDER   BID DOCUMENT    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 C M O Capital Hospital Bhubaneswar payable at Bhubaneswar from any  Nationalised  Scheduled Bank at the office of the C M O Capital Hospital Bhubaneswar  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 www capitalhospital in www odisha gov in  all tenders   The Tender cost fee  of Rs 2 000   Two thousand  Plus VAT   4   Non refundable  amp  non refundable  by  way of separate Demand Draft drawn in favour C M O Capital hospital  Bhubaneswar  should be enclosed along with the Technical Bid  The Bi
9.  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 TV   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 should be shown separately in the Price Schedule     The requirement of items may increase or decrease depending on the situation     PACKAGING      9 1    All the packaging should be primary  New   The supplier shall provide such  packaging of the goods as is required to prevent their damage or 
10.  issue of purchase  order unless otherwise specified  If no supply is received even after 30 days or 58  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 C M O   Bhubaneswar  such orders will stand cancelled automatically without further    notice  Penalties shall also thereafter be applied to the tenderer as specified in    17 Page    17 4    17 5    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  C M O Bhubaneswar  is empowered to purchase the same items from L  or L   tenderer if they match the L  rate    The C M O  Dist Bhubaneswar  Orissa or his authorised 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 brought out during such inspections     EVALUATION     18 1    The rates of the item quoted by the tenderer who qualify technically will be    evaluated after taking the following points into consideration     a  Rate of the medical equipments will be taken after inclusion of the excise  duty   customs duty  tran
11. VER   A  TECHNICAL BID  DOCUMENTS   SUBMITTED OR NOT    1  List of Item  s    Annexure II p kag Yes No  o  2  Tender document Fee Page Yes No  No  3  Earnest Money Deposit  No     4  Details of Manufacturing Unit   contract person  Liaisioning agent   servicing centre  Annexure III  No   5  Declaration form  Annexure  IV  signed Page Yes No  by the Tenderer  amp  affidavit before No     Notary Public   Executive Magistrate                Z    o    6  Manufacturer    s Authorization Format   Annexure     V  No L     7  Proof of avg  Annual turnover of Rs  1 Crore or more  Page Yes No   for preceding 3 financial years  Annexure   VI   No    8  Performance Statement  Item wise  Page Yes No  during the last two year  Annexure  VII   No    9  Copies of Purchase order  Item wise  Page Yes No  in support of the performance statement No    10  Deviation No deviation Statement  Item wise   amp  details   Page Yes No  of technical specification  Annexure  VIU A  amp B   Ng   11  Leaflets Technical Brocheures of the No    Products offered  Item wise  No     32 1Page                               12  Copy of Manufacturing License   import license Pa vh Ng  No     13  Copy of Valid ISO Certificate       No  14  Attested Photocopy of Up to date Pagg 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 er       il
12. articipate in the tender provided     they have    1  Valid manufacturing license   Import License  Importers have to furnish the  authorization from the manufacturer    Gi  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 10 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     2 2 Authorised distributors are eligible to participate in the tender provided      i      ii      iii     8IPage    They submit manufacturer   s authorization and power of attorney to transact  business on behalf of the manufacturer as per the format at Annexure   V   The authorised distributor may raise bill  if specially authorised by the  manufacturer     The authorised distributor will submit all the documents in support of  eligibility of the manufacturer as mentioned in clause No  2 1 along with  the tender     Proo
13. aveling  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    The selected firm should have a service centre in Orissa    All the warranty certificates must be handed over to the consignee after    installation     15 Page    TRANINING  amp  OPERATIONAL MANUAL     12 1 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    12 2 The supplier   firm will provide the operational   maintenance manuals and tools   if required  of all items  equipment
14. ce provider should have the necessary  equipments recommended by the manufacturer to carry out preventive maintenance test  as per guidelines provided in the service maintenance manual     Technical Specifications     Fully automated fluorescence flow cytometry based 5 part differential hematology  analysis     Automatic blood cell counter that measures 18 parameters including 5 part differential of  WBC is required complete with printer     Parameters to be measured are  WBC  NEUT  LYMP  MON  EOS  BAS   MON   GRA   GRA  RBC  HGB  HCT  MCV  MCH MCHC RDW PLT  MC    Histogram WBC 5 part diff distribution  RBC distribution  PLT distribution  HC  RDW   PLT  MPV  PCT  PDW     The instrument should have cyanide free SLS Hb Colorimetric method for Hb  measurement     Measurement Principle Electrical impedance method  WBC  RBC  HCT  PLT   Cyanmethemoglobin colorimetric method  HGB     Sample volume   Whole blood upto 150 uL  It should also be able to give all parameters  with a finger prick volume of app 20 uL    Throughput  gt  40 samples per hour     Built in LCD screen with comprehensive information processing system memory   500   patients     Linearity Ranges WBC 0 5 80 0   103 uL  RBC 0 20 7 50   106 uL  HGB 2 0 25 0 g dL    241Page    HCT 10 0  70 0   PLT 10 999   103 uL    Reproducibility  CV  WBC  RBC   HGB   HCT   PLT   LYM    MON    GRA     The sampling probe should be automatically cleaned off  so that any blood stack doesn   t  occur     It should take only 60 80seconds 
15. chnical Bid     37 Page    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    1  2009   2010    2  2010   2011    3  2011     2012            Average 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     381Page     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     Tender Reference No     Name of Tenderer                  Name of Manufacturer   Name of the Item  s      SI   Order placed by  Address  Order no   amp   Item Name Make  amp  Qty Value of Date of Completion Reasons for delay Have the good  of purchaser  Date Model Contract  Rs   if any been functioni   attach documentary As per Actual satisfactorily  proof   contract  attach docum   proof     1  2                                              Signature and seal of the Tender
16. crepancy  the quoted rates in words will be taken for  evaluation   2  The tenderer has to mention the make   brand  specification  warranty of the items in turn key     43 Page    ANNEXURES     Agreement  Warranty and CMC Undertaking     44 Page    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 C M O Capital Hospital Bhubaneswar  Health  amp  F W  Department  Represented through the  eo  THE CONSIGNEE  Hereinafter called the    PURCHASER    as 2    Party     Relying on the documents and representation of facts connected to the issue of aforesaid parties to  undertake the responsibilities of sell and purchase of following equipment s  etc  with the terms  amp  conditions  hereinafter laid down     And whereas the 2     party    Purchaser s     is willing to purchase  Name of the Item     Specifications  As per specifications 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 follo
17. d loop with memory for pre and post image comparison of any procedure     c  Memory  256 frames or more in quad loop  M Mode  amp  Doppler Scroll Memory 40    seconds or more     d  Frame grabber facility for post analysis     Various maps for pre and post processing   ECG trigger facility   User defined system and application presets for multi user department     Machine should have In build CD DVD writer for image storage and transfer   standard  with system   Dedicated integrated dynamic stress echo package for flexible user defined protocols    with stacked sub loops facility and contrast stress protocol    Tissue movement colorization with quantification possibility for IHD CAD patients   Three transducer ports will be preferred    Color Map resolution up to 128 levels    Study Manager   gt  1 5 GB  for on cart digital acquisition  review and editing of complete  patient studies    Facility of Real time perfusion studies    SYSTEM PERIPHERALS should include    a  CD Writer with calculation facility on playback   b  Color inbuilt Printer    c  B W Thermal Printer    d  Colour M Mode    291Page    System Configuration Accessories  spares and consumables    Color Doppler System with all application packages   Quad loop for serial studies with High frame rate review    Harmonic imaging capability in all modes     Tissue  Contrast  Anglo  Integrated Stress Echo Package quoted optionally   Digital Storage and Retrieval   01   1 0 3 0 MHz Adult Cardiac probe Phased Array probe 
18. dders 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 C M O    shall have no responsibility for any delay   omission on part of the bidder     a  Price of bid document Rs 2 080 00  Rs 2 000 00 plus VAT   4     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     31Page    ABBREVIATIONS     C M O C M O    Chief Medical Officer  M O  I c   Medical Officer In charge  RKS H Rogi Kalyan Samiti   ZSS   Zilla Swasthya Samiti    4lPage    SECTION  II    IMPORTANT INSTRUCTIONS TO BE NOTED CAREFULLY BY THE TENDERERS                                                             1    Purchaser Health  amp  F W  Department   2    Indenter C M O    3    Consignee CMO Capital Hospital Bhubaneswar   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  includin
19. 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    14 Page    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 C M O   Capital Hospital Bhubaneswar after installation    The warranty will cover all the parts of the machine and any replacement or  repair required within the warranty period and will be provided by the supplier  free of cost at the destination point  installation point   The supplier will take back  the replaced parts   goods at the time of their replacement  No claim whatsoever  shall be on the purchaser for the replaced parts   goods thereafter  No tr
20. dical 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     121Page    8 5    8 6    8 7    8 8    8 9    8 10    8 11    8 12    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  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 ent
21. e 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  supplied Goods     Performance or supervision or maintenance and   or repair of the supplied Goods  for a period of  two  2  years i e  the warranty period  provided that this service shall not relieve the Supplier of any  warranty obligations under this contract     The successful supplier shall replace any part or whole system as may be necessary in the event of  damage during transit or found damaged on arrival or during installation of the system or if found not  in conformity to the specifications at his   their own cost     The tenderer should furnish an undertaking to the effect that he   they should take responsibility  after sales service of the equipments   instruments to be supplied by him   them and to provide spare  parts for up keeping the Equipments   Instruments for a minimum period of 10 years 
22. e No  No     18  Copy of original Tender and schedules  duly Page Yes No  signed by the Tenderer No           17  Photocopy of VAT clrance cerificate Page Yes    No                      No          331Page    Annexure II   Refer Clause No  3 2      To be submitted in Cover A  Technical Bid     LIST OF ITEM S  QUOTED       SI     Name of Item s     Name of  Manufacturer    Make    Model Name                                                                         Signature of the Tenderer      Date      Official Seal     34IPage       ANNEXURE   III   Refer Clause No  3 5      To be submitted in Cover A  Technical Bid     DETAILS OF THE TENDERER  amp  LOCAL CONTACT PERSON       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        Name  amp  Full Address       Telephone Nos   landline       Mobile       Fax       E     Mail       Date of Inception    Copy of Certificate of incorporation       of Manufacturer   Manufacturing License Copy of manufacturing licence of  Nos   amp  Date Manufacturer        Name of the issuing  authority          License valid up to             35IPage    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  Werra NANA SAGANA TANAN Pe PANAO KNA Sa mee els Mata having My 
23. ed 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     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     101Page    REJECTION OF TENDER    5     The tender paper will be rejected  if any of the following documents are wanting   not    submitted with the tender      i  Manufacturing authorization in case of distributor importer    ii  Earnest Money Deposit  EMD     Gii  Annual Average Turnover of Rs 10 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 2 Crore or more in  the las
24. er      The documentary proof will be copies of the purchase order  during the last 3 years  indicating Contract No  and  date along with a notarized certification  by the bidder  authenticating the correctness of the information furnished        The documentary proof will be certificate from the consignee end user indicating Contract No  and date along with a  notarized certification by the bidder  authenticating the correctness of the information furnished     39 Page     To be submitted in Cover A  Technical Bid     Annexure VIIIA   Refer Clause No  3 10     STATEMENT REGARDING DEVIATIONS FROM TECHNICAL SPECIFICATIONS  IF ANY     Following are the Technical deviations and variations from the purchaser   s Technical    Specifications        SI  Item Name    Clause of Technical Specification    Statement of Deviations    Variations if any                                  In case there is no deviation from technical specification  PI  Mention No Deviation     Signature of the Bidder    Name     Date     Place     Seal    40 Page        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 offered   No   PI  Describe the detail specification of the  product offered   1  2                                    Leaflets Technical Brocheures of the product offered must be attached in support of the information 
25. ertained 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 C M O   Bhubaneswar  Orissa immediately about such reduction in the contracted price   The C M O  Orissa is empowered to unilaterally effect such reduction in rate in  case the tenderer fails to notify or fails to agree for such reduction of rate   Approved rate with terms  conditions  amp  the quoted price of the tender shall remain    valid for a period of 12 months from the date of issue of the purchase order      13 Page    8 13    8 14    8 15    8 16    8 17    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
26. f Bank Draft  Bank  Guarantee from a Nationalised Bank in favour of C M O Capital Hospital   Bhubaneswar 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  should invariably be attested with signature by the tenderer with date before  submission  failing which the tender will be ineligible for further consideration   Rates inclusive of excise duty   customs duty  packing  forwarding  insurance   transportation charges with 2 years onsite warranty and exclusive of Sales  Tax VAT  amp  Entry Tax should be quoted for the me
27. f of annual average turnover  distributer  of Rs 2 Crore or more in the last three  3     financial years  2009 10  2010 11  2011 12     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    3 7    3 8    3 9    3 10    3 11    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   IT    Tender document fee of Rs 2 080   in shape of Demand Draft   Original Money  Receipt    Earnest Money Deposit of required value in shape of Demand Draft as per  Section II S1 7    Details name  address  telephone no   Fax  e mail of the manufacturer   authorized  distributor   service centre   contract person   office in Orissa  Annexure   ITI    The declaration form in Annexure   IV duly signed by the tenderer before Notary  Public   Executive Magistrate    Manufacturer   s Authorization Format in Annexure  V  In case the bidder is not  the manufacturer    Certificate duly filled by the Auditor   Chartered Accountant  as per Annexure      VD  that the annual average turnover of the manufacturing firm is Rs  2 Crore or  more in the last 3  three  financial years    Perfo
28. 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     48 Page    COMPREHENSIVE WARRANTY     This warranty shall remain valid for two  2  years from the date of installation  amp   commissioning of the machine   item  amp  must be submitted at the time of installation to the consignee  with a photocopy to the purchaser    The warranty will cover all the parts of the machine or item and any replacement or repair  required within the warranty period will be provided by the supplier free of cost at the destination  point  installation point   The supplier will take back the replaced parts   goods at the time of their  replacement  No claim whatsoever shall be on the purchaser for the replaced parts   goods thereafter   No traveling allowances or transportation cost will be paid by the purchaser during warranty period     The Supplier warrants that the Goods supplied under this contract are new  unused  of the most
29. g spares    maintenance etc  for a period 2 two  years from the date of  installation  amp  commissioning  3 three  years CMC after warranty  period    7    EMD SL  Name of Equipment EMD  Rs     1 Blood Gas Analyser 10 000     2   CBC Five   Part Differential Count Machine 20 000     3    Colour Doppler Ultrasound Scanner 24 000     4    Colour Doppler 2D Echocardiography 30 000     System    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 C M O capital Hospital Bhubaneswar from any  Nationalised   Scheduled Bank payable at Bhubaneswar    8    Security Deposit The selected firm should submit the performance security in shape of   Performance Bank Draft Bank Guarantee from a Nationalised Bank in favour of  Security  C M O Capital hospital Bhubaneswar  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 RKS  account  amp  will be returned back after completion of warranty period    9    Pre qualification A  Manufacturing units   Importers are eligible to participate in the       5 1Page       tender provided  they have     i  Valid manufacturing license   Import License     ii  Valid ISO certificate     iii  Product must be CE   US FDA etc certified as per Technical  Specification  Section V     iv  Tenderer  Manufacture
30. l be borne by me   us    9  I   we have carefully read and understood all the terms and conditions of the tender and  shall abide by them    10  I   we undertake to get the equipment s repaired within 48 hours of receiving of the  complaint from the indenting hospital   consignee failing which a penalty   1  of the cost  may be recovered from the performance security before releasing the same to us after 5  years    Signature of the witness Signature of the Tenderer   Name  amp  address Name  amp  address   Dated    Seal of the firm     54 Page    
31. lish    e Service manual in English    27 Page    4 TECHNICAL SPECIFICATIONS FOR COLOR DOPPLER 2D  ECHOCARDIOGRAPHY SYSTEM    Description of function     Color Doppler Echocardiography System is required to study the anatomical  abnormalities and blood flow in the heart and associated vessels     Operational requirements    Latest generation Electronic Phased array Color Doppler system with Minimum  8000 DSP    Electronic independent channels    System should be DICOM ready and capable of being interfaced with HIS RIS PACS    Should be field up gradable to next generation system on site     Frequency compounding or better technology for better resolution and penetration    Eligibility Criteria    gt  Should be US FDA and CE  93 42 IEE  approved product     gt  Electrical safety conforms to standards for electrical safety IEC 60601   IS 13450   gt  Manufacturer should be ISO certified     Technical Specifications     Latest generation Electronic Phased array Color Doppler system with Minimum 8000  Electronic independent channels    256 gray shades for sharp contrast resolutions   Multi dimensional Beam former for generating two images simultaneously one at low  end of bandwidth and one at high end then selectively retrieves and mixes the  components together for finely textured 2 D or B mode image with superior contrast  resolution    System Should have Tissue Harmonic Imaging   Harmonic imaging capability in Adult Cardiac  Paediatric Cardiac and linear Probe    Gain control i
32. llPage       X CAPITAL HOSPITAL  BHUBANESWAR   2      UNIT 6  BHUBANESWAR  751001    Letter No 7450 Dt 28 08 2012    EXPRESSION OF INTEREST    Expression of interest is invited from interested suppliers  manufacturing  units having relevant experience in respective field for supply of Medical Equipments  to Capital Hospital  Bhubaneswar  Interested suppliers   manufacturing units should    submit their bids in prescribed format  technical as well as financial bids  along with all  supporting documents in sealed envelope to the office of the Chief Medical Officer   Bhubaneswar by Dt 24 09 2012 at 11 30a m  positively through Regd  Post  Courier  only  amp  will be opened  Technical Bid  at 1 00 same day  The pre bid discussion will be  held on dt 04 09 2012 at 11 30AM in Seminar hall of Capital Hospital  Bhubaneswar   The authority reserves the right of accepting   rejecting any application without  assigning any reason thereof  For details visit Website   www capitalhospital in   amp   www odisha gov in Sd   Chief Medical Office   Capital Hospital  Bhubaneswar    Name of the District   Health Institution  CAPITAL HOSPITAL  BHUBANESWAR   HEALTH  amp  F W  DEPTT   GOVT  OF ORISSA     Tel  0674 2391983  0674 2397440   Fax  06742 391983    Bid Reference No    C M O   CAPITAL HOSPITAL  2012   2013   ME 001    TENDER DOCUMENT FOR SUPPLY  amp  INSTALLATION  OF    DATE OF COMMENCEMENT OF SALE OF THE BID DOCUMENT  dt28 08 2012   from 11 A M to 4 P M  PRE BID CONFERENCE   dt 04 09 2012
33. n two dimensions for additional level of flexibility to image quality control   Real time high frequency 2D for higher resolution and low frequency Doppler for higher  sensitivity in all probes   Frame rate should be 300 FPS or more   Steerable PW CW in all Phased Array probes    High definition acoustic zoom for enlarging sections of 2D and Color flow images with  more acoustic information for greater clarity and detail while maintaining an optimal    frame rate     281Page    Modes   2D  M Mode  Steerable PW CW Doppler  Color Doppler  and High Definition  Color flow with capability of automatically picking up color flow as a function of focal  depth Monitor should be 15  or more  high resolution color Monitor    Tilt and Swivel monitor should be able to view in all angles and all light conditions   Color Flow Imaging for    a  Increased lateral  amp  spatial resolution    b  Detection of even subtle areas of turbulence  displaying a more physiological blood  flow appearance without loss of frame rate    c  Color flow with capability of automatically picking up color flow as a function of focal  depth   Tissue Colorization  B Color  for improved contrast resolution    Application software for Adult  Pediatric  Fetal and Peripheral Vascular and  Transesophageal applications   All application package should be built into the system     Cine loop memory  more than 120MB of memory     a  High Frame rate review for better clarity of playback images study in slow motion     b  Qua
34. nation 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     aoe    oa o    TERMS OF CONTRACT      The C M O will be at liberty to terminate the contract either wholly or in part without assigning  any reason  The tenderers will not entitled to any compensation whatsoever in such terminations     PENALTIES      If the successful tenderer fails to execute the agreement and   or deposit the required security  within the time specified or withdraws his tender after acceptance of his tender owing to any other  reasons  he is unable to undertake the contract  his contract will be cancelled and the Earnest Money  Deposit deposited by him along with his tender shall stand forfeited and he will also be liable for all  damages sustained by the C 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 
35. nge 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 MSEs   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    Attested copy of valid manufacturing licence     201Page    23 2    23 3    23 5    23 6    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 exempted from payment of earnest  money and shall pay 25  of the pre
36. nsducer port    e Upto 4 selectable frequencies in each probe   e Tissue harmonic imaging with phase inversion  pulse inversion  or wide bandwidth  imaging technology    e Inbuilt 3D imaging with hand acquisition and auto sweep    e Must have minimum of 4 rendering modes with measurements      Machine should have cine facility    e Should automatically equalize gain and brightness with touch of one button    e Ability to enhance 2D and tissue harmonic penetration and colour sensitivity  momentarily to improve visualization in difficult patients    e Imaging with multiple line of sight combined to a single line of sight to imrove  resolution    e Should provide for vascular imaging enhancing by by using power Doppler to enhance B  Mode image    e Machine should have thermal printer     e Appropriate technology to provide uniform and thick slice thickness     26 1Page    e Software for various applications including Vascular  Abdomen  Foetal echo   Transcranial and cardiac studies should be available    e System Should be Supplied with the following    se 2 5 MHz Convex Array probe    3 4 10 MHz Endocavity probe       5 13 MHz Linear Array Probe optionally quoted         PC Based Image management system       Black and white laserjet printer for reporting    Power supply    gt  Power input to be 220 240VAC  50Hz  fitted with Indian plug     gt  UPS of suitable rating shall be supplied   gt  Constant Voltage Stabiliser shall be supplied    Documentation        User manual in Eng
37. ondences 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 obtained by the Supplier s  in an amount  equal to 110  of the value of goods from    Warehouse     final destination  on    All Risks    basis  including natural calamities     49 Page    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  desti
38. r Importer  should have proof of  supply of Snos 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 10  Crore or more in the last three  3  financial years  2009 10   2010 11  2011 12     vi  Manufacturing unit who has been blacklisted either by the  Tender inviting authority or by any state Govt  or Central                    ii      iii     Govt  organization for the quoted item is not eligible to  participate in the tender during the period of blacklisting     Authorised distributors on behalf of the manufacturer are  eligible to participate in the tender provided     They submit manufacturer   s authorization and power of  attorney to transact business on behalf of the manufacturer as  per the format at Annexure   V  The authorised distributor  may raise bill  if specially authorised by the manufacturer   The authorised distributor will submit all the documents in  support of eligibility of the manufacturer as mentioned above  in clause No     A    along with the tender    Proof of annual average turnover  distributer  of Rs 2 Crore    or more in the last three  3  financial years  2008 09  2009   10  2010 11        6 Page       SECTION  IHI    TERMS AND CONDITIONS FOR SUPPLY  amp  INSTALLATION OF  SEMIAUTO ANALYSER    1 1    12    1 3    1 4    Sealed tenders will be received by Dated 23 09 2012 
39. rmance 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     9 Page    3 13  3 14    3 16  3 17    Copy of Valid Manufacturing License of the manufacturer  s    Import License by  the Importer  also to be submitted by the authorized distributor    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 upto 31 03 2012    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     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     The tender format giving the quoted rate for medical equipments should be sent in  a separate seal
40. rom the date of issue of letter for the said item     TERMS OF PAYMENT      20 1    20 2    20 3    20 4    20 5    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     installation and demonstration of the item from the consignee  The balance 10  of       the payment of equipment will only be made after receipt of certificate on working       status of the equipment from the consignee after 6 weeks of installation and    commissioning of the equipment for which  the supplier has to raise two bills  A     one for 90  of the cost of the equipment   100  turnkey job   100  taxes  B        the other for balance 10  of the cost of the equipment    Payments as mentioned above will only be made after keeping the performance  security deposit from the supplier as per clause no  7 1 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    from the consignee     No claims shall be made against the C M O Capital Hospital BhubaneswarDist    Bhubaneswar Orissa in respect of interest on earnest money deposit or security    deposit or any delayed payment or any other deposit     Pa
41. s  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   other attachment and the CMC  from the third party separately along with the main offer and the third party will  have to sign the CMC with the 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     161Page  
42. scribed security deposit    Clause number 1 to 22 is also applicable to the Small Scale Industry Units of the    State of Orissa     211Page    SECTION  IV    SCHEDULE OF REQUIREMENTS                   ee Quantity Place of Supply Delivery  amp   SI  Name of the Items Specification  Consignee List  Installation Time  1 Blood Gas Analyser Details as per Technical   Capital hospital  30 days from the  Specification at Section   V award of purchase  order  2 Do      Automated Cell Counter 5part 1  Do  Colour Doppler Ultrasound  3 Scanner 1  do    4 Colour Doppler 2D  Echocardiography System                            N B  The quantity of requirement may increase as per the requirement     22 Page    SECTION  V  TECHNICAL SPECIFICATIONS    1 ARTERIAL BLOOD GAS ANALYSER    System Description     level     The machine is used to determine blood pH  partial pressure of O   CO   amp  Bicarbonate    Operational Requirement     Fully automatic  upgradeable  fast electrolyte analyzer     Eligibility Criteria     a  Should be US FDA or CE  93 42 IEE  approved product   b  Manufacturer should be ISO 13584 certified for quality standards   c  Should have local service facility  The service provider should have the necessary    equipments recommended by the manufacturer to carry out preventive maintenance test  as per guidelines provided in the service maintenance manual     Technical Specification     Essential Measured parameters  pH  pCO2  pO2  Barometric Pressure  Na   K   Ca     Cl  Lac
43. sportation  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        b  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   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        c  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    The C M O may allow extension for a maximum period of 4  four  weeks  28    days   after the stipulated date of supply  i e  60 days  with a penalty of 0 5     18 Page    19 2    which will be deducted from the purchase order value as    Liquidated Damage      for each week  7 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  88 days  after being allowed by the C M O  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    f
44. t 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     511Page    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 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     52 Page    ANNEXURE   XII   Refer Clause No  11 1 to 11 6  amp  13 1     UNDERTAKING   to be submitted on Rs 50   stamp paper     Tender ref  No        Name of the equipment     Date of Installation     Name of the Consignee     Name of the purchaser     Sir     I   we hereb
45. t of Instruments and Equipments etc  will be made to the tenderer  No payment will be made to the  supplier if he has not deposited the unconditional performance security in shape of Bank draft  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        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     46 Page    AA wanes    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
46. t three  3  financial years  2008 09  2009 10  2010 11  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 Snos 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    6 2    6 3    The Earnest Money Deposit referred to at para 3 4 shall be only per tender  The  Earnest Money Deposit will be submitted in the shape of demand Draft only in  favour of C M O Capital Hospital Bhubaneswarfrom any Nationalised    Scheduled Bank payable at Bhubaneswar    The EMD of the unsuccessful tenderers will be returned back without interest after  placement of purchase order to the successful tenderer and EMD of successful  tenderer will be returned after submission of performance security    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     11 Page    SECURITY DEPOSIT    Performance Security     7 1 1    1 2    7 3    The performance Security should be submitted in shape o
47. tic Acid H6  BUN urea Creatinin Glucose    All these parameters should be measured simultaneously    Calculated parameters should include BE  BE ecf  HCO3  Anion Gap etc    Sample volume should be less than 100ul  Fast analysis time should be around 80 sec    It should be cartridge based with long expiry interval    It should have self calibration facility inbuilt with regular intervals or when needed    Data display on well illuminated  adequate size LCD color touch screen display with  memory backup of last 100 ME or 30 days    Data print out on built in graphic printer  Built in auto Quality control facility     Suitable UPS with 30 min backup     Power Supply     Should work on 230V     10   50Hz AC as well as batteries having Indian plug   Documentation     231P    User manual in English  Service manual in English  Certificate of calibration and inspection     Compliance Report to be submitted in a tabulated and point wise manner clearly  mentioning the page para number of original catalogue data sheet  Any point  if not  substantiated with authenticated catalogue manual  will not be considered     age    2 Automated Cell Counter 5part    Fligibility Criteria     Should be US FDA and CE approved product     Should be compliant to ISO 13485  Quality systems   Medical devices   Particular  requirements for the application of ISO 9001 applicable to manufacturers and service  providers that perform their own design activities     Should have local service facility  The servi
48. to acquire the measurement result    Various sensors should check the condition of the instrument  If any abnormality is  detected  an error message be displayed so that occurrence of trouble is prevented    Integrated thermal printer   On board memory for about 200 250 tests records   Monitoring and flagging functions     Automatic start up   Electronic self checks  rinsing and background count check and  automatic cleaning in case of blockage in capillary  bubble in fluid     Reagents and printer paper for at least 1000 test should be provided    Power Supply    Power input to be 180 270VAC  50Hz and UPS of suitable rating with voltage  regulation and spike protection for 30 minutes back up     25 Page    3 COLOUR DOPPLER ULTRASOUND SCANNER    Description of function   For whole body Ultrasound Anatomical studies  Blood Flow Studies and 3D studies    Eligibility Criteria    gt  Should be US FDA and CE  93 42 IEE  approved product     gt  Electrical safety conforms to standards for electrical safety IEC 60601   IS 13450     gt  Manufacturer should be ISO certified   Operational requirements     e Digital Ultrasound system platform for excellent 2D   Colour  amp  Power Doppler and 3D   Imaging capability   Technical Specification    e Must have minimum 1000 digital channels   e Should have 15    or more high resolution LCD monitor with tilt and swivel    e Line density 512 lines   e Dynamic range gt 160dB   e Penetration upto 30 cms   e Shold be provided with three active tra
49. ultimately  paid for the procurement of the articles concerned  Such damages shall be assessed by the C 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 of the stipulations of the contract or for other justifiable reasons  the contract  may be terminated by the C M O and the tenderer shall be liable for all losses sustained by the C 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     501Page    ARBITRATIONS      In the event of any dispute out of the contract  such dispute should be subject to the Jurisdiction  of the Civil Court  Dist  Khurda or High Court  Orissa     CHANGE OF TERMS AND CONDITIONS      Any amendment to the terms  amp  conditions and clauses of the agreemen
50. upto 11 30 AM by the  C M O Capital Hospital Bhubaneswarin the office of the C M O for the purchase  of medical equipment  Any tender received after the due date  amp  time will be rejected    returned to the sender unopened  The tenders will be received through Regd  Post    Courier services   Speed Post only    Pre bid conference shall be held in the office chamber of the C M O Capital  Hospital Bhubaneswar on dt 04 09 2012 at 11 30 A M  The prospective bidders  may attend and clarify any doubts on the terms and conditions of the bid  document    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 Medical Equipments to the Office of C M 0 Capital Hospital   Bhubaneswar  Orissa     amp  Tender Reference No  C M O Capital hospital   Bhubaneswar 2012 2013 ME      The Sealed tenders    Cover A     Technical Bid  submitted by the tenderers will be  opened by the C M O Bhubaneswar  in the office chamber of the C M O Capital  hospital  Bhubaneswar at 12 Noon on 24 09 2012  The tenderer or their duly  authorized representatives are allowed to be present during the opening of the    tenders if they so like     7lPage    ELIGIBILITY CRITERIA    2 1 Manufacturing units   Importers are eligible to p
51. wings in addition to above   Insurance   Freight   Transportation   Customs duty   Excise duty   Charges for documents  instructions manual  tools   F O R  at the destinations mentioned in the consignee list   Training to doctors  amp  technicians     SION EG Bo    45 Page    8  Maintenance of the system includes all accessories supplied and their spare parts required during  comprehensive warranty period of two year at free of cost from the date of successful installation and  satisfactory functioning of the system at the site    9  Installation and commissioning of the system by the Supplier   s engineer at site    10  Any other charges including loading  amp  unloading  packing  amp  forwarding etc  will be paid by the  Supplier s  till the completion of the installation and turnkey job if any     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  cos
52. y       declare that    1     531Page       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 abide 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     7  I   we shall provide assistance to the consignee in clearance and delivery of store at  consignee   s stores   premises    8  The demurrage   storage charges  if any  payable to the customs department  due to non   receipt of required documents in time by the hospital   delay due to incorrect entries   mistakes to the documents etc  shal
53. yments 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     19 Page    20 6    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 2    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 C M O  Capital Hospital Dist  Bhubaneswar Orissa 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 Civil Court Dist  Bhubaneswar or High Court of Orissa     Inspection  Testing      22 1    The selected supplier shall have to arra
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
E - Mopar International  Page catalogue stickers la ferme  Aton CL115/CLT115  Marmon-Herrington MT-22 Parts Manual    Copyright © All rights reserved. 
   Failed to retrieve file