Home
        TENDER DOCUMENT Section I
         Contents
1.                             Name  amp  address  amp  seal of the Tenderer     Page 27 of 46    Annexure 8    Additional Information     To be submitted on the letter head     Tender Enquiry No Due for Opening On    1  Name  Address  Telephone nos   amp  e mail Id of the Tenderer Contractor Manufacturer   Authorised Supplier     2  Brand of Stores offered   e Make   e Model   3  Station of Tenderer Contractor Manufacturer Authorised Supplier   4  Name  Address  Telephone nos  amp  e mail ID of Local Delhi New Delhi NCR  Service Station   5  Name  Address  Telephone nos  amp  e mail ID of Indian Agent  if duly appointed   6  Permanent Income Tax  PAN  No   7  Name  address  Telephone nos   amp  e mail ID of your Bankers   8  Details of Equipment Quality Control  QC Test report etc   etc      9  Business Name and constitution of the Tenderer Contractor Manufacturer Authorised  Supplier  The firm company is registered under      i  The Indian Companies Act  1956    ii  The Indian Partnership Act 1932    iii  Any Other Act  if not Indian  Please give full details like Name  Address   Telephone nos   amp  e mail ID etc  of the registering authority     10  Stock in hand at the time of bidding      a  Held by you against this enquiry    b  Held by M s over which you have a pre tender agreement    11 Do you agree to sole arbitration by an officer in the Department of Law  amp  Justice  Govt  of  NCT of Delhi to be appointed as Arbitrator by the Secretary  Health  amp  Family Welfare 
2.     19 3 No tender should be withdrawn after the deadline for submission of tender and before the  expiry of the tender validity period  If a tenderer withdraws the tender during this period  it will  result in forfeiture of the EMD furnished by the tenderer     20  OPENING OF BIDS    Page 8 of 46    20 1    20 2    20 3    20 4    20 5    20 6    20 7    21    21 1    21 2    21 3    22     23     24     25     Director  Rajiv Gandhi Super Specialty Hospital will appoint a tender opening committee for  opening the on line tenders as specified under Section l  In case the specified date of tender  opening falls on   is subsequently declared a holiday or closed day  tenders will be opened on  the appointed time and place on the next working day    The tenders will be opened in the Purchase branch  Rajiv Gandhi Super Specialty Hospital   Tahirpur  Near Dilshad Garden  Delhi 110093  Tel no 2231 2244     Authorized representatives of the tenderers  who have submitted tenders in time  may attend  the tender opening process  provided they bring with them letters of authority from the  concerned tenderers    During the tender opening  the tender opening committee will inform authorized  representatives regarding number of uploaded tenders  name of the companies and any other  special features  as deemed fit    Prequalification bids  cover 1  are opened first  These bids shall be scrutinized and evaluated  by the competent committee authority with reference to the parameters prescrib
3.     Page 30 of 46    Annexure 10    Authorization Letter to siqn the tender document   To be submitted on the letterhead     Yours faithfully     Yay ae ae ae ae ee ae ae ee    Yan ae ae ae ae ee ae ee ee                           Signature with date  name and designation    for and on behalf Of M s                                                       Name  amp  address  amp  seal of the Tenderer     Page 31 of 46    Annexure 11    Bank Guarantee Form for Performance Security  in Indian Rupees only      insert  Bank   Name  and Address of Issuing Branch  or Office   Beneficiary   insert  Name and Address of the Dept    Date     PERFORMANCE GUARANTEE No      ay ae ae ae ee ae ee ee ee ee ee ae ee ee ee ee ae ee ae ae ae ae ee ae ae ee eee    Do Mh BOD LL BS LER BS BR DE BE acs Sg DEE PE BD     herein after called fhe contractd     AND WHEREAS it has been stipulated by you in the contract that the contractor shall furnish you with  a bank guarantee by a scheduled commercial bank recognized by you for the sum specified therein  as security for compliance with its obligations in accordance with the contract     AND WHEREAS we have agreed to give the contractor such a bank guarantee     NOW THEREFORE we hereby affirm that we are guarantors and responsible to you  on behalf of the  and figures   and we undertake to pay you  upon your first written demand declaring the contractor to  be in default under the contract and without cavil or argument  any sum or sums within the limits o
4.     Tenderers should submit technical bid containing complete details of the required equipment  as given under the Section VII    flist of requirements    amp  Section VIII   GTechnical  Specifications  amp  Compliance Statement   through e procurement site  cover 2 for Technical  Bid     Tenderers should quote one model per tender  To submit tenders for more than one model   say for example  for two models  two separate tenders with separate EMD amp  will have to be  submitted    In case the equipment is to be purchased on turnkey basis as given under Section VII fList of  requirementsO amp  Section VIII i Afechnical specifications  amp  compliance statementQ Tenderers  should furnish detailed scope of turnkey works offered by them    Tenderers should furnish a detailed write up on the complete technical details of the  equipment offered by them clearly indicating special features etc  Tenderers should submit a  detailed scope of supply of the required equipment    Tenderers should upload copies of detailed brochures  literature and catalogues   leaflets  related to the equipment quoted by them     Page 6 of 46    13 6    13 7    13 8    13 9    13 10    13 11    13 12    13 13    13 14    13    14 1    14 2    14 3    14 4    14 5    14 6    14 7    A list of all required accessories   spares   consumables for running  maintenance   repair of  the equipment be prepared in detail and uploaded    Tenderers should first ensure that their product is able to meet the technical 
5.    It  should be noted that omission to answer the above question will be deemed as an  acceptance of the clause      12  For partnership firms  state whether they are registered or not registered under Indian  Partnership Act  1932  whether by the partnership agreement authority to refer disputes  concerning the business of the partnership to arbitration has been conferred on the partner  who has agreed to sign the tender     Page 28 of 46    13  Whether you posses the requisite license for manufacturer supply of the stores and   or for the  procurement for raw materials belonging to any controlled category required for the  manufacturer of the stores  In the absence of any reply it would be assured that it has the  requisite license     14  State whether business dealing with you has not been banned by any Govt of India   Indian  State Government organizations or any other Governments     Yours faithfully     Yay OUR SY GUY RY GY OY AY A A                           Signature with date  name and designation   for and on behalf of M s     Name  amp  address  amp  seal of the Tenderer     Page 29 of 46    Annexure 9  Manufacturer   s Authorization Letter     To be submitted on the manufacturer   s letterhead     Yours faithfully     Lee eg ee eg LL LI    Ya ae ae ae ae ee ae ee ee                           Signature with date  name and designation   for and on behalf of M s                                                      Name  amp  address  amp  seal of the  Manufacturer 
6.   Delhi 110093 and duly discharged in his her favour    EMD should be valid for a period of six months from the date of opening of Tenders    No interest shall be payable by the purchaser on the Earnest Money Deposit    EMD will be returned to the successful tenderer after 30 days from the date of issue of  contract     Page 5 of 46    8 9  8 10    8 11    9   9 1    9 2    9 3  9 4  10   10 1  10 2  10 3  11   11 1  11 2  11 3  12     12 1  12 2    13   13 1    13 2  13 3  13 4    13 5    EMD of unsuccessful tenders will be returned after issue of notification of award of contract   EMD will be forfeited in case the Tenderer withdraws its tender within the period of validity of  tenderers    EMD will be forfeited in case the successful tenderer fails to furnish the required performance  security as per Section lV of this tender document     Income Tax Return     Tenderers should submit a copy of latest Income Tax Return  ITR  along with  acknowledgement of receipt from the Income Tax department  as prescribed under the section  Il    Permanent Income Tax Account Number  PAN number  of the Tenderer written on the ITR  should be clearly visible and if not so  tenderer should submit a copy of their PAN number  issued by the Income Tax department    The Income Tax Return  ITR  should be in the name of the Tenderer or in the name of  proprietor s  in case of firms registered on proprietorship basis    Govt of India   State Government departments   undertakings are exempted from s
7.   by written notice  of default sent to the contractor  terminate the contract in whole or in part  if the contractor fails to  deliver any or all of the goods or fails to perform any other contractual obligation s  within the  time period specified in the contract  or within any extension thereof granted by the Hospital     Page 15 of 46    18 2 In the event the Hospital terminates the contract in whole or in part  it may procure goods  and or services similar to those cancelled  with such terms and conditions and in such manner as  it deems fit at the Misk and Costdof the contractor and the contractor shall be liable to the  Hospital  for the extra expenditure  if any  incurred by the Hospital for arranging such  procurement    18 3 Unless otherwise instructed by the Hospital  the contractor shall continue to perform the  contract to the extent not terminated     19 Termination for Insolvency  If the contractor becomes bankrupt or otherwise insolvent  the Director  Rajiv Gandhi Super    Specialty Hospital  reserves the right to terminate the contract at any time  by serving written  notice to the contractor without any compensation  whatsoever  to the contractor  subject to  further condition that such termination will not prejudice or affect the rights and remedies which  have been accrued and   or will accrue thereafter to the Hospital      20 Force Majeure  In the event of any unforeseen circumstances directly interfering with the supply of stores arising    during the c
8.  100     Original to be submitted in the tender box placed in the  office of Medical Superintendent  Rajiv Gandhi Super  Speciality Hospital  Tahirpur  Delhi on the date and time  mentioned at SI  No  5 at 1 6    Schedule of Tenders    in  Section I        6 Manufacturer amp  Authorization Letter  if any  to be submitted as per  Annexure 9        7 Copy of the tender document duly signed  amp  stamped by the  tenderer  Tenderers will have to put page numbers on all  documents        8 Tenderers will have to upload a covering letter indicating the  details and total number of documents uploaded with each bid        9 Authorization letter to sign and submit the tenders as prescribed  under Section lll as per Annexure 10        10   Scanned copy of a certificate  indicating annual turnover for the  preceding three consecutive financial years i e  for 2009 10  2010   11  amp  2011 12 duly audited and certified by approved Chartered  Accountant  The average annual turnover should be as per  Annexure    13                       2  Technical Bid Cover  2        1 Undertaking related to service original centre etc  to be submitted  in the format given at Annexure 5 on non judicial stamp paper of  Rs 100    Original to be submitted in the tender box placed in  the office of Medical Superintendent  Rajiv Gandhi Super  Speciality Hospital  Tahirpur  Delhi on the date and time  mentioned at SI  No  5 at 1 6    Schedule of Tenders    in  Section I                       Page 20 of 46      
9.  No  Due for Opening on  Sir   We hereby declare that      I we am are the manufacturers   authorized suppliers of the stores required as per the above  mentioned NIT    I we have carefully read and understood all terms and conditions instructions elaborated in  various sections of this Tender and I we shall abide by them    I we do accept   agree for the all clauses including the standard comprehensive warranty  period of 2 Years  Comprehensive Maintenance Contract  CMC  at the year wise rates  quoted in the financial bid for a period of  5  five years after the expiry of standard  comprehensive warranty and payment Terms  amp  Conditions of this Tender Enquiry    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 department of Govt  of India Govt  of NCT of Delhi 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 150 days from the date of opening of the  Tender    I we have necessary infrastructure for maintenance  amp  repair of the equipment and will provide  all 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  amp  repair of the equipment    I we unde
10.  Tenderers will have to upload a covering letter indicating the  details and total number of documents uploaded with each bid        Technical Compliance Statement to be submitted as per Section  Il and in the format given at Annexure 6 on letter head       Additional information to be submitted as per Annexure 8 on letter  head       List of successful installations  amp  commissions executed by them  for similar equipment  preferably from Govt  Hospitals   Institutions  in India  in the last three years        Technical offer   Bid       Brochures  literature and catalogues etc        A list of all required accessories   spares   consumables for  running  maintenance   repair of the equipment              The tenderer should submit documentary proof that he she is  manufacturer of the quoted equipment and he will be responsible  for supply  installation  amp  maintenance of the equipment duly  signed by the manufacturers authorized person on the letter head  of the manufacturer                 Whether all required documents are submitted or not     Whether all documents submitted are in order or not     Yay ae A ae ee ae ee ee t    Yay ae ae ae ae ee ee ee ee    eeeeeeeeee     Signature with date  name and designation     for and on behalf of M S                               Name  amp  address  amp  seal of the Tenderer     Page 21 of 46    Annexure 2       Page 22 of 46    Annexure 3    Undertaking   To be submitted on non judicial stamp paper of Rs 100     Tender Enquiry
11.  Water proof Rubber mattress    Specifications     e Positions electrically powered in Electronic 1  e Elevation      Flex  amp  reflex      Lateral tilt      Trendlenburg  amp  Rev  Trendelenburg   e Floor locking  amp  unlocking    Page 39 of 46    Standard Accessories     wo     gt  EPO OU ES    Anesthetic screen   Arm boards with pads  Material support with pad  Knee crutches Goepel type    Water proof rubber mattress    17  Technical specifications of Infrared Thermometer       Should have 1 second measurement or continuous mode  Should be able to take ear temperature   Should have fever alarm   Should have more than 6 memories   C   F    switchable   Should have plug and secure type probe cover   Auto shut off   Should have indicator for low battery   Should be highly accurate   Should perform self diagnosis when device is abnormal  Should be clinically accurate according to EN12470 5 2003 regulatory standard    18  SPECIFICATIONS FOR TRANSPORT PATIENT MONITOR    Monitors should have modular  amp  multi measurement server design   Monitor should be color coded to avoid inserting wrong cables  leads    The monitors should have bright  highly visible minimum 10 12 inch flat screen medical grade color TFT  display with preference of high resolution for easy viewing from a distance     Monitor should have Adult  Pediatric and Neonatal application    It should be user friendly    The monitor should be light weight and portable with a handle for carrying it    It should have 
12.  amp  function test  Capacity   200 kg   Graduation   100g   Tare  amp  Hold Function   Automatic switch Off   Low Battery Indicator   BMI   Body Mass Index   Function  RJ 11 Interface   Mains adaptor and batteries operation  Mechanical Height Rod   Measuring Range   600 to 2100mm  Graduation   1 mm    7  Technical specifications for Electro Hydraulic Operating Table  Page 36 of 46       FOUR SECTION TABLE TOP SHOULD BE RADIO TRANSLUCENT WITH BUILT IN TABLE  TOP SLIDING MECHANISM TO FACILITATE C  ARM    OPERATING POSITIONS  HEIGHT ADJUSTMENT  LONGITUDINAL SLIDE  LATERAL TILT    TRENDELENBURG  REVERSE TRENDELENBURG AND BACK SECTION SHOULD BE PRECISELY  AND SMOOTHLY CONTROLLED BY REMOTE SWITCH WITH FEATHER TOUCH CONTROLS  THROUGH IMPORTED EXPLOSION PROOF ELECTRO HYDRAULIC SYSTEM    OPERATING POSITIONS SHOULD ALSO BE OPERATED HYDRAULICALLY WITH THE HELP OF  FOOT PEDAL BY SELECTING THE DESIRED POSITION FROM REMOTE SWITCH SUPPLIED WITH  BATTERY BACK UP   SHOULD HAVE IMPORTED MINIATURE SOLENOID VALVE AND IMPORTED ELECTRIC MOTOR  HEAD  amp  FOOT SECTION SHOUD BE MANUALLY OPERATED BY THE MEANS OF RATCHET  SYSTEM    STAINLESS STEEL COVERED BASE AND CYLINDER COVERS FOR EASY CLEANING AND  HYGIENE    COMPLETE WITH STAINLESS STEEL SIDE RAILS  CLAMPS AND STANDARD  ACCESSORIES    IS O CERTIFIED AND C E CERTIFIED    8  Technical specifications for Fowler Bed  ABS Panels        Frame work made of rectangular M S  Tube   4 Section top made of perforated MS Sheet   Backrest  Knee Rest Positions
13.  comprehensive warranty of two years at the year  wise rates quoted in the financial bid as per stipulated in this NIT  for the complete  equipment including consumables  parts having limited life and non consumable  parts like probes  metal   plastic   rubber   glass pants  expendable   non expandable    disposable   non disposable items   electrical circuits   electrical parts etc  The  Comprehensive Warranty  amp  CMC should cover each and every part of the  equipment  We agree on the clause that the hospital will not pay any charges on  any account during the standard comprehensive warranty period of 2 two  years  amp   CMC period of  5  five years except the year wise CMC Charges for continuous  running of the equipment     We further confirm that  if our tender is accepted  we shall provide you with a performance  security of required amount in an acceptable form in terms of this tender for due performance of the  contract     We agree to keep our tender valid for acceptance for a period up to 150 days  as required in  this tender for due performance of the contract     We further confirm that  until a formal contract is executed  this tender read with your written  acceptance thereof within the aforesaid period shall constitute a binding contract between us     Dated this day of  Yours faithfully     Lee eg ee eg LL TZ    Yay ae ae ae ee ee ae ee ee                           Signature with date  name and designation    for and on behalf of M s                          
14.  details to establish in accordance with GIT that the goods and  allied services to be supplied by the tenderer conform to the requirement of the tender  documents along with list of deviations if any    d  Earnest Money Deposit furnished in accordance with the GIT clause no 8    e  Additional information as per Annexure 8    f  Manufacturers Authorization Form as per Annexure 9 must be submitted by those who  would like to appoint one Indian Agent    g  Tenderers should also upload technical literature  brochures and other documents in  support of suitability of the goods quoted by them    h  Tenderer who does not fulfill any of the above requirements and   or gives evasive  information reply against any such requirement shall be liable to be ignored and rejected     Tender currencies    Tenderers should quote prices in Indian Rupees only    Tenderers should quotes price on F O R   destination  basis    If the goods are to be imported  the contractor will import the same  The contractor will pay all  incidental charges  amp  duties  customs duty etc   and supply the goods to the indenter   However  applicable local taxes will be paid by the indenter  if quoted    The Tenderer will declare whether Customs Duty is payable for import of this equipment or  not    If customs duty is payable  the Tenderer will indicate the amount of customs duty payable  in  the relevant column of the Price Schedule   column no 6     The Tenderer will seek Customs Duty Exemption Certificate  CDEC 
15.  display of time  battery   electrode type  text instructions   charging energy level  ECG waveform    Facility of ECG pickup from disposable pads connected    Adult and paediatric application should be integrated    Standard energy settings  Adults  50 90 120 J Pediatric  automatic switch when the  pediatric electrodes are plugged in   15 30 50 J   Should have speaker for voice prompts as well as visual indication for the same while  following a protocol    The internal Safety discharge interval should be 20 seconds or less after full charge   Battery type  Li    MnO2 cell    Battery Capacity should be having 50 shocks of 120 Joules    Auto shutdown on low battery charge  Safety switch for transportation   Weight should not be more than 500 grams  inclusive battery     Page 45 of 46    NES     M       D FOOT  700    29  Specifications for Fully Automated Cardiac Analysis System       It should be a Desktop system for the Quantitative measurement of Significant critical care  markers such as high sensitive Cardiac Troponin l   cTnl   NT proBNP  hsCRP  D Dimer  CK   MB mass  Myoglobin and HCG  cTnl assay should have a CV of  lt 10  at the 99th Percentile    Guideline Acceptable as per the publication by Fred S  Apple  Clin  Chem   2009    Sampling material should be Whole Blood  Plasma and Serum    It should have a throughput of up to 6 samples or parameters per run    It should have a measuring time of less than 20 minutes for 6 samples    It should have ready to use reagents
16.  from the hospital  if on  submission of the same  the customs department allows exemption of payment of customs  duty    Customs Duty Exemption Certificate  CDEC  shall be issued by the hospital for the specific  import meant for supply to the hospital  The contractor shall submit original copy of Bill of  Entry showing the details of this equipment  in all such cases     Tender prices    Tenderers should quote their prices in the Price schedule format  cover 2    Financial bid   of  the e procurement system  as given under Annexure 2    All columns shown in the price schedule should be filled up as required and the lowest one  will be decided on the basis of ATotal Amountdshown in Column 13 of the Price Schedule     Earnest money Deposit  EMD in Indian Rupees only   refundable     Tenderers should submit EMD as prescribed in Annexure 1 2    EMD should be submitted in physical form within the last date time for receipt of tenders as  stipulated in Section         Tenderers should submit EMD  original in physical form  in the office of the Medical   Superintendent  Rajiv Gandhi Super Specialty Hospital  Tahirour  Near Dilshad Garden  Delhi   110093    EMD should be furnished in the form of Account payee Demand Draft  Fixed Deposit Receipt   Banker amp  Cheque or Bank Guarantee from any nationalized bank or schedule or commercial  bank in an acceptable form    EMD should be prepared in the name of fDirector  Rajiv Gandhi Super Specialty Hospital   Tahirpur  Near Dilshad Garden
17.  in a Cartridge    It should be portable  so that it can be shifted easily  and used at the point of   care    There should be no special requirements such as cooling or water supply and should require  minimal maintenance    It should be available for 24 Hour operation  even if the central lab is not open for service    It should be easy to operate  even by non laboratory personnel       It should have Data Storage of up to 1000 for Patient Data  1800 for QC Data and 300 for    CAL Data       It should have data connection to a LIMS by RS322 interface   12     It should be complete with UPS  IKVA  minimum 15 minutes back up   touch Screen  monitor  barcode scanner for reading the sample barcodes and integrated printer     30  Specifications for Blood Gas and Electrolyte  amp  Metabolite Analyzer       Small  easy to operate and portable system capable of measuring pH  PCo2  Po2  Na   K   Ca     Glucose  Lactate  Hematocrit    All the tests blood gases electrolytes glucose lactate should be performed simultaneously on a single   use disposable cartridge    Upgradeable to future parameters like Cl     Creatinine on the same card    The system should be USFDA and CE certified    Sample requirement   not more than 100 ul    The system should be capable of storing 2000 patient results   The single use test cartridges should be self contained with all the reagents  sensors  amp  calibrating  solutions required for running    Tests cartridges should be stored at room temperature wi
18.  manoeuvred by separate screw from foot end    ABS moulded head  amp  foot panels   Four locations for IV Rod   Bed mounted on 100 mm dia castor two with brakes   Overall Size   210 Lx 90 W x 60 Hcms   Finish   Epoxy Powder Coated    9  Technical specifications for Three fold screen       Pre  treated  amp  Epoxy Powder Coated Finish  mounted on 5 cm castors    10  Technical specifications for Patient Stool       Frame work of CRCA tubes  Pre treated  amp  Epoxy Powder Coated Finish    Page 37 of 46    Size      50L x 40W x 46H cms    11  Technical specifications for Cylinder Trolley       Mobile on Two 100 mm Castors  Pre treated  amp  Epoxy Powder Coated Finish    12  Technical specifications for Instrument table       Stainless Steel Made   Two S S  Shelves  covered with Three Side Rails  Mounted on four 100 mm Castors  two with brakes  Shelf Size   75L x 45W x 90H cms    13  Technical specifications for Foot steps       Frame work of CRCA tubes  Pre treated  amp  Epoxy Powder Coated Finish  Size   50L x 40W x 46H cms    14  Technical specifications for IV Stand       S S  Pipe  press molded Five leg base with 50 mm castors  S S  adjustable rod with 136 1 224 cms with double hook  Size   50L x 25W x 20H cms    15  Technical specifications for ICU BED       Should be a premium ICU bed with ABS top and PP side rails   The front foot panels also made of PP with base cover of ABS plastic    Bed should have steel pipe frame with 3 electric motors   Length to be around 2200mm  d
19.  tenderer is required to provide details  information  confirmations etc  according  to the Section lll  GIT clause no  13  failing which the tender is liable to be ignored    4  The tenderer should submit a technical compliance statement clearly indicating the    deviations  if any  in the prescribed format given under Annexure 6     Page 19 of 46    Annexure      Check List for Eligibility Criteria   to be submitted on the letter head of the bidder     1  Prequalification Bid Cover  1   SI    Required Documents Yes No   Total no   No  of pages   1 Tender Form  Annexure 7              2 EMD to be submitted as per Section III  Original to be submitted  in the tender box placed in the office of Medical  Superintendent  Rajiv Gandhi Super Speciality Hospital   Tahirpur  Delhi on the date and time mentioned at SI  No  5 at  1 6    Schedule of Tenders    in Section I    3 Latest Income Tax Return  ITR  and copy of PAN card    to be  submitted as per Section Ill          4 Undertaking for Terms  amp  Conditions of this tender   to be  submitted in the format given at Annexure 3 on non judicial stamp  paper of Rs 100    Original to be submitted in the tender box  placed in the office of Medical Superintendent  Rajiv Gandhi  Super Speciality Hospital  Tahirpur  Delhi on the date and  time mentioned at SI  No  5 at 1 6    Schedule of Tenders    in  Section          5 Undertaking for warranty clause   to be submitted in the format  given at Annexure 4 on non judicial stamp paper of Rs
20.  the letter head of the  manufacturer     Section Ill  General Instructions to Tenderers  GIT    1  Introduction    1 1 Definitions and abbreviations which have been used in these documents shall have the  meanings as indicated in the GCC    1 2 These tender documents are meant for the requirements mentioned in Section VIl    List of  Requirements    only    1 3 This section  Section IIl fGeneral Instructions to Tenderers   provides the relevant information  as well as instructions to assist prospective tenderers in preparation and submission of  tenders  receipt  amp  opening of bids evaluation etc  However  the tenderers also study rest of  this document    SIT  GCC and SCC etc  before submitting the tender document    1 4Language of the Tender  The tender submitted by the tenderer and all subsequent  correspondence and documents related to the tender exchanged between the tenderer and  the Hospital  shall be written in English language only    1 5 Eligible Tenderers  This invitation for tender is open to all tenderers who fulfill the eligibility  criteria in these documents  Please refer to Section Il  Qualification Eligibility Criteria    1 6 Tendering Expense  The tenderer shall bear all costs and expenditure incurred and or to be  incurred by it in connection with this tender including preparation  mailing and submission of  its tender and for subsequent processing of the same  Rajiv Gandhi Super Speciality  Hospital  will  in no case be responsible or liable for any su
21.  waveform    2  Measurement range  0  to 100    3  User selectable upper and lower alarm limits    4  Should be sensitive and function accurately even at low perfusion states of low blood pressure or  hypothermic conditions     Respiration   1  Range  0 120 rpm or more   2  Accuracy    2 rpm   3  Should have an apnoea alarm    Non invasive blood pressure  NIBP  monitoring     1  Should have Oscillometric method of measurement of BP    2  Range  10 250 mm Hg for adults  10 200 for paediatric and 10 135 for neonates   3  Should provide over pressure protection   4  BP cuffs should be latex free  CE certified  washable and sterlizable  Velcro based  carrying artery  symbol and index line   5  Accessories  NIBP cuff    a  For Adult Thigh   b  For arm  Large adult  Adult  Small adult  Paediatric  Neonatal    Accessories to be supplied with each Monitor   10 Lead ECG cable    1 nos   Adult SpO2 Probe    1 nos     Page 43 of 46    NIBP Cuffs  Adult Thigh  Large adult  Adult  Small adult  Paediatric  Neonatal     1 each  NIBP Hose    1 no    Temperature Probes    2 nos    Power cord  1 no    Warranty Card    1 no     Up gradation   1  The monitor should have the facility of up gradation to incorporate additional newer modules  or functions like Dual IBP  EtCo2  Multigas monitoring  BIS  EEG  amp  thermal Recorder etc     24  Specification for High Vacuum 1 High Flow Suction Unit       Suction capacity 600 mm Hg         10mm  Provided with regulable flutter free  vacuum control knob  
22. Rajiv Gandhi Super Specialty Hospital     Tahirpur  Near Dilshad Garden Delhi 110093  Tel No s    91 011 22312244    E mail  rgssh2013 mail com    TENDER DOCUMENT    Tender for entering into running rate contract for supply of equipments    NIT no  e NIT no  2 2013 Tender Enquiry no  1 1 Due date  17 06 2013    Section     Invitation for Bidding  1  Notice Inviting Tenders NIT     1 1    1 6    On behalf of the Director  Rajiv Gandhi Super Specialty Hospital  Tahirpur  Delhi 110093  e Tenders  online tenders  are invited from reputed firms   manufacturers   authorized  suppliers of hospital equipments for entering into running rate contract for supply   installation  commissioning  amp  maintenance of various equipments as per list at Annexure  12 and as per technical specifications mentioned at Annexure 13 to the Rajiv Gandhi  Super Speciality Hospital for a period of one year from the date of issue of rate contract  which may be extended for further one year on the same terms and conditions at the  discretion of the Director  Rajiv Gandhi Super Speciality Hospital  Tahirpur  Delhi     Foreign based Manufacturers not having office or subsidiary in India will have the  option to appoint one Indian agent  on their behalf  for submission of bids and  facilitating supply  customs clearance  transportation etc   installation   commissioning  maintenance  amp  repair and after sales service etc  for which   Manufacturer will give an exclusive authorization meant for this tender te
23. Suction volume  60 Litre   min  Inbuilt Double diaphragm  pump  Provided with 2 x 2 5 L wide mouthed polycarbonate jars with changeover  lever  Jars should be with handles for hygiene   Safety jar with mechanical    electronic overflow motor shut off system and bacterial filter  Provided with  bourden type 6 25cm dia 0 760 mm Hg calibration vacuum gauge  Unit should  be in shock proof plastic moulded cabinet  Noise level should be less than 70 dB  A  Provided with 10mm ID x atleast 2 mtr tubing  PVC   Weight should not be  more than 25 kg for easy mobility  Manufacturing unit should be ISO certified   CE marked     25  SPECIFICATION FOR AUTOMATED ELECTROLYTE ANALYZER       Instrument should be working on ISE principle    Instrument must have seven parameters  K   Na   CL   Ca    Li   Ph and Reference  Sample serum  plasma  whole blood  urine and CSF   Sample volume 80 150uL    Should be Reagent volume consumption   ml for each test    Through output should be 60samples hr    Instrument must have inbuilt thermal printer    Instrument must have inbuilt large LCD display   Instrument must have 1000 test memory    Instrument must be quoted with all standard accessories    All consumables are quoted in tender   Instrument should be comply with ISO and CE marking   In order to quote the tender the tenderer should have a service center in Delhi    26 SPECIFICATION FOR Urine Chemistry analyzer       I  Machine should be compact with bench top model   2  Machine can perform colored ur
24. The delivery should be made to the concerned store of this hospital on F O R  basis within 45  days from the date of dispatch of purchase order  in case of actually imported items within 90  days   To claim supply time of 90 days  proof shall have to be provided in respect of actual  import of items     The time and the date of delivery of stores stipulated in the purchase order shall be deemed to  be of the essence of the contract and delivery must be completed not later than the date s  so  specified or extended in the order and shall be within 45 days in case of Indian Items and in  case of imported items  90 days from the actual date of dispatch of the purchase order  In  case  the supplies cannot be delivered within the stipulated deadline time  the supplier shall  have to obtain a prior extension from the Director  Rajiv Gandhi Super Speciality Hospital   However  the extension of date of delivery is admissible only with penalty as per rule  In  special circumstances  extension may be granted without penalty by the Director  Rajiv  Gandhi Super Speciality Hospital  The delayed supply of goods  for which prior approval for  extension of date for supply has not been obtained  will be rejected     The delivery will not be deemed to be completed until and unless stores are inspected by the  Inspecting Authority  duly constituted nominated by the competent authority i e  Director  Rajiv  Gandhi Super Speciality Hospital  Product information brochure and or Users operating  m
25. Undertaking on non judicial stamp paper of Rs 100   for Terms  amp  Conditions of this  tender   to be submitted in the format given at Annexure 3   Original to be submitted  in the tender box placed in the office of Medical Superintendent  Rajiv Gandhi  Super Speciality Hospital  Tahirpur  Delhi on the date and time mentioned at SI   No  5 at 1 6    Schedule of Tenders    in Section I    Undertaking on non judicial stamp paper of Rs 100   for warranty clause   to be  submitted in the format given at Annexure 4   Original to be submitted in the tender  box placed in the office of Medical Superintendent  Rajiv Gandhi Super Speciality  Hospital  Tahirpur  Delhi on the date and time mentioned at SI  No  5 at 1 6     Schedule of Tenders    in Section I    Manufacturer amp  Authorization Letter  if any  to be submitted as per Annexure 9    Copy of this tender document duly signed  amp  stamped by the tenderer  Tenderers will  have to put page numbers on all documents    Tenderers will have to upload a covering letter indicating the details and total number of  documents uploaded with each bid    Tenderers should submit authorization letter to sign and submit the tenders as  prescribed under Section lll as per Annexure   10    The bidder will upload scanned copy of a certificate  indicating annual turnover for the  preceding three consecutive financial years i e  for 2009 10  2010 11  amp  2011 12 duly  audited and certified by approved Chartered Accountant  The average annual turn
26. also specify whether he she is signing    17 1 As a sole proprietor of the concern or as an attorney of the sole proprietor    17 2 As partner  s  of the firm    17 3 As Director  Manager or Secretary in case of the Limited Company duly authorized by the  Board of Directors or in pursuance of the authority conferred by the Memorandum of  Association    17 4 The authorized signatory of the tenderer must sign the tender at appropriate places and initial  the remaining pages of the tender     18  Submission of Tenders    18 1 Availability of Tender Documents  Tender documents are available on the e procurement  web site https   govtprocurement delhi gov in  Prospective tenderers can access the same  and they can download the tender documents  free of cost    18 2 Tenders are to be submitted through the web site https   govtprocurement delhi gov in    18 3 For participation in this tender enquiry  contractors are required to obtain digital certificate   class Il b  and register their company with the National Informatics Centre  NIC   Govt of  India  in consultation with the NIC Help Desk    18 4 Tenderer must attend e procurement training  to be given by the NIC   on any working day  between 10 AM to 5 PM    18 5 For any assistance  amp  clarifications with respect to training and submission of online tenders   Tenderer must contact NIC Help Desk   Address   6  Level  C Wing  Vikas Bhawan ll   Metcalfe House  Upper Bela Road  Delhi  India  Contact Telephone number 011 23813523  
27. alty Hospital  reserves the right to accept or reject any  tender without assigning any reason or to cancel the tendering process and reject all tenders  at any time prior to award of contract without incurring any liability  whatsoever to the affected  tenderer or tenderers    Award criteria   A rate contract will be awarded to the lowest evaluated responsive Tenderer   L 1 tenderer  for a period of one year which may be extended for further one year on the  same terms and conditions  on the mutual consent of both the parties at the discretion of  Hospital Purchase Committee headed by the Director  Rajiv Gandhi Super Speciality Hospital   Tahirpur  Delhi    Director  Rajiv Gandhi Super Specialty Hospital  reserves the option of giving purchase price  preference to the offer from Central   State Government Public sector undertakings in  accordance with the policy of Govt  of India     Notification of award     Before expiry of the validity of tenders  Rajiv Gandhi Super Speciality Hospital will notify the  successful tenderer in writing that its tender for supply of goods has been accepted    The successful tenderer must furnish the required performance security within 15 days from  the date of notification of award as per Section lV    The notification of award shall constitute conclusion of the tender     Non receipt of performance security by Rajiv Gandhi Super Specialty Hospital   Tahirpur  Near Dilshad Garden  Delhi 110093   Failure of the successful tenderer in providin
28. amp   Toll Free no 18002337313    18 6 The NIC e procurement system stipulates a three cover process for uploading the tenders   Cover 1 for Prequalification bid  Cover 2 for Technical bid and Cover 3 is meant for Financial  Bid uploading  While uploading the tenders  the prospective tenderers must strictly follow the  instructions given by the NIC during their training    18 7 Tenderer should submit EMD along with other required documents in physical form as  stipulated under Section l  A copy of EMD should be uploaded in the prequalification bid  along with other documents    18 8 Tenderers will have to download the tender document  sign  amp  stamp each page and upload  the same along with the prequalification bid    18 9 All other documents in support of the tender should be scanned and uploaded with the  relevant bid    18 10 Tenderers will have to put page numbers on all documents    18 11 Tenderers will have to upload a covering letter indicating the details and total number of  documents uploaded with each bid    18 12 Tenderers should note that NO PRICES SHALL BE INDICATED in the Pre qualification Bid    Technical Bid  otherwise the Bid will be rejected outrightly without any further  correspondence        19  Alteration and Withdrawal of tender   19 2 The e tender system allows the tenderer to alter modify the tender within the deadline for  submission of tenders  Alterations modifications to tenders after the prescribed deadline will  not be permitted by the system
29. anual  two copies  should be supplied with goods  wherever applicable     The Director  Rajiv Gandhi Super Speciality Hospital reserves the right to reject supplied  goods which do not conform to the tendered specification to safeguard Government interests  and in the interest of patient care     Inspection  Indenter   representative of the indenter   Technical Committee nominated by the Indenter  s     will inspect arrange for inspection of the supplies made by the contractor for correctness  amp   completeness of the stores     Transportation of Goods    The contractor shall not arrange part shipments and trans shipments    Instructions for transportation of domestic goods including goods already imported by the  contractor under its own arrangement  The Contractor will arrange transportation of the  ordered goods as per its own procedure    Shipping arrangements for imported equipments  The Contractor shall give adequate advance  notice to the indenter about the readiness of the consignment  from time to time  and shall  arrange for timely shipment        Transit Insurance   The Purchaser will not pay separately for Transit Insurance and the contractor will be  responsible for arrival of entire stores contracted in good condition at destination  The transit  risk in this respect may be covered by the Contractor by getting the stores duly insured  if so  desires  The Insurance cover shall be obtained by the Contractor in his own name and not in  the name of the Consignee  T
30. capable of monitoring 3 5 Lead ECG  Respiration  NIBP  SpO2  amp  IBP     Should have continuous 12 lead ECG facility including 12 lead ST segment  amp  Mapping capability  through 5 lead cable     Should have the capability to display atleast four real time waveforms along with related numerical  parameters on a single screen       Color Coded waveforms and numerics     Should have audio visual alarms facility       The size of the numerics and waveforms should be adjustable to become larger for viewing from very    long distance       Should have facility to monitor NIBP for all age groups       Should display oxygen saturation  for all age groups   with plethysmograph     Page 40 of 46    20        NN ON U1 R YU NH      Should have advanced multi lead arrhythmia analysis capability       The monitor should have configurable screen configurations for various monitoring settings like    emergency  general monitoring  12 lead screen etc       Should have upto 48Hrs  of trending     Should have internal rechargeable battery with backup for atleast 2 hours       Should be future upgreadable to different parameters     Accessories to be offered as standard    e ECG Respiration 5 lead cable   e Non Invasive Blood Pressure cuff adult   e Pulse Oximetry finger adult   e Reusable Disposable Invasive Pressure Transducer   DICOM 3 ready and PACS connectivity should be feasible without any additional hardware software  requirement    19  Technical specifications for Finger Type Pulse O
31. cation on the scanned documents uploaded by them  The bidder  should submit written clarification documents within the stipulated time  The purchaser  may accept such clarification and receive documents related to the clarification sought   No change in prices or substance of the bid shall be sought  offered or permitted  No  post bid clarification at the initiative of the contractor shall be entertained     Qualification Eligibility Criteria  Bids  who do not meet the required qualification eligibility criteria prescribed in Section ll  will  be treated as unresponsive and will not be considered further     Cartel formation Pool Rates   Cartel formation or quotation of pool co ordinated rates leading to fAppreciable Adverse effect  on Competitiond  AAEC  as identified in Competition Act  2002  as amended by  Competition Amendment  Act  2007  would be considered as a serious misdemeanor and  would be dealt accordingly as per the Section IV     Negotiations    Normally  there would be no price negotiations  But the Director  Rajiv Gandhi Super Specialty  Hospital  reserves its right to negotiate with the lowest acceptable contractor  L1  who is    Page 9 of 46    technically approved for supply of bulk quantity and on whom the contract would have been  placed but for the decision to negotiate under special circumstances in accordance with CVC  guidelines     26  Award of Contract    26 1    26 2    26 3    27     27 1    27 2    28     29     Director  Rajiv Gandhi Super Speci
32. ch cost  expenditure etc   regardless of the conduct or outcome of the tendering process     2  Tender Documents    2 1 Content of Tender Documents   The Tender Document includes     e Section     Invitation for Bidding  Notice Inviting Tenders NIT     Page 3 of 46    e Section Il   Qualification Eligibility Criteria   e Section Ill     General Instructions to Tenderers GIT    e Section IV  General Conditions of Contract  GCC    e Section V     Special Instructions to Tenderers SIT    e Section VI   Special Conditions of Contract  SCC    e Section VII     List of Requirements   e Section VIII     Technical Specifications  amp  Compliance statement  e Annexure 1     Checklist   e Annexure 2     Price Schedule   e Annexure 3  Undertaking for Terms  amp  Conditions   e Annexure 4  Warranty Guaranty Undertaking   e Annexure 5  Undertaking related to after Sales Service   e Annexure 6  Technical Compliance Statement   e Annexure 7  Tender Form   e Annexure 8  Additional Information   e Annexure  9 Manufacturers Authorization letter   e Annexure 10 Authorization letter to sign the tender document   e Annexure 11  Bank Guarantee Form for Performance Guarantee  e Annexure 12     List of equipments required   e Annexure 13  Specifications of the equipment    2 2 The relevant details of the required goods  terms  amp  conditions and procedure for tendering   evaluation  issue of contract  standard formats used for this purpose etc  are incorporated in  the above said documents  Tendere
33. d also  have graphical  amp  tabular trends    13  Should have a facility to deactivate all the alarms if necessary    14  The monitor should have memory storage and in event of power failure the memory should remain  when monitor is turned on    15  The monitor should have flexibility of being used as well  pole mounted or as transport monitor   16  The main unit should have rechargeable battery with operating time of atleast 120 minutes   17  Unit should have following calculation packages drug dose Calculation  hemodynamic   Ventilation  Oxygenation  amp  Renal    18  The unit should be CE  amp  US FDA approved  The certificates for the same should be submitted  with the offer  without which offer is liable to be rejected    19  DICOM 3 ready and PACS connectivity should be feasible without any additional  hardware software requirement    ECG monitoring  Essential specifications   1  Available leads  I  H  I  V  AVR  AVL  AVF  V1  V2  V3  V4  V5  V6 with facility for recording  12 lead ECG  Should supply 10 lead patient cable    2  Should display one or all the selected leads at a time   3  Should have ST segment analyzer    4  Should have arrhythmia monitoring facility    5  Should have user selectable alarms    6  Heart rate measuring range  15 300 beats min   7  Standard AHA standardized  CE certified  ECG cable should be provided     Pulse oximeter  SpOz    1  Should provide a digital value of the arterial oxygen saturation as well as diagnostic  plethysmographic pulse
34. e   non   expandable   disposable   non disposable items   electrical  circuits   electrical parts etc  The Comprehensive Warranty  should cover each and every part of the equipment  The hospital  is not liable to pay any charges on any account during the  comprehensive warranty period of 2 years  for continuous  running of the equipment        Comprehensive  Maintenance  Contract    Comprehensive Maintenance Contract  CMC  compulsorily for a  period of  5  five years after the expiry of Comprehensive  warranty of two years  at the year wise charges already quoted in  the financial bid        Delivery Schedules    The delivery should be made to the concerned store of this hospital on  F O R  basis within 45 days from the date of dispatch of purchase  order and in case of actually imported items within 90 days  To claim  supply time of 90 days  proof shall have to be provided in respect of  actual import of items        Payment terms    As per GCC          Incidental charges             As per GCC       Page 18 of 46       Section VII  List of Requirements  Placed at Annexure 12    Technical Specifications of the above equipment are given under Section Vlll     Section VIII  Technical Specifications  amp  Compliance Statement    1  Technical Specifications are placed at Annexure 13    2  Tenderer should furnish stipulated documents in support of fulfillment of qualifying  criteria  Non submission or incomplete submission of documents may lead to rejection  of tenders    3  The
35. e under any column  If  they put Zero  0  in any column it will be presumed that no charges are liable to be paid by the  Hospital    Lowest  L 1  bidder will be decided on the basis of total amount in column No 13  i e  by  adding the basic cost of the equipment and the total charges for the comprehensive  maintenance contract  CMC  for the next 5 years i e  3 year to 7  year from the date of  installation of equipment      15  Firm Prices  Prices quoted by the tenderer shall remain firm and fixed during the currency of the  contract     16  FALL CLAUSE  If at any time during the execution of the contract  the sale price of the  equipment stores  covered under this tender enquiry are reduced  in respect of supplies to any Govt   organization  including the purchaser of any department of the Govt  of N C T  of Delhi  at a price  lower than the price quoted under this contract  the contractor shall immediately inform and forthwith    Page 7 of 46    pass such reduction to the purchaser  The price of such equipment store  payable under this tender  for the stores supplied after the date of coming into force of such reduction  shall stand  correspondingly reduced     17  Authorization to sign and submit the tenders  An authenticated copy of the document which  authorizes the signatory to commit on behalf of the firm shall accompany the tender  The individual  signing the tender or any other documents connected therewith should clearly indicate his full name  and designation and 
36. eceiving  or soliciting  directly or indirectly  of  anything of value to influence the action of a public officers officials in the procurement  process or in contract execution    21 2  frraudulent practiceOmeans a misrepresentation or omission of facts in order to influence a  procurement process or the execution of a contract    21 3 fCollusive practiceOmeans a scheme or arrangement between two or more Contractors  with  or without the knowledge of the Purchaser  designed to establish bid prices at artificial  non  competitive levels  and   21 4 Coercive practiceOmeans harming or threatening to harm  directly or indirectly  persons or  their property to influence their participation in the procurement process or affect the execution  of a contract    21 5 A particular violation of ethics may span more than one of above mentioned unethical  practices    21 6 The following policies will be adopted in order to maintain the standards of ethics during  procurement     a  A proposal for award of contract will be rejected if it is determined that the Bidder    Contractors   Manufacturers   Authorised Supplier recommended for award has   directly or through an agent  engaged in corrupt  fraudulent  collusive or coercive  practices in competing for the Contract in question     b  A contract will be cancelled if it is determined at any time that hospital  representatives officials have directly or indirectly  engaged in corrupt  fraudulent   collusive or coercive practices during t
37. ect that they will furnish the blue prints of  drawings of the Spares  as and when required in connection with the main equipment    Uptime guaranty  During the Warranty Guaranty  amp  Comprehensive Maintenance Contract  period  the contractor shall maintain the equipment with uptime  The contractor shall give a  written commitment for 95  uptime of the equipment  calculated on annual basis  with penalty  equivalent to double the amount of daily cost  on total loss of revenue per day running cost  per day basis  of the unit for each day  delay in proper functioning of the unit beyond 5   down time per annum     12 7 Comprehensive Maintenance Contract  The contractor shall enter into a Comprehensive    Maintenance Contract  CMC  compulsorily for a period of  5  five years after the expiry  of Standard Comprehensive warranty of two years at the year wise charges quoted in  the financial bid  This period of CMC shall cover each and every part of the equipment  as mentioned in clause 12 3 above and the hospital is not liable to pay any charges on  any account during the CMC period of five years for continuous running of the  equipment  The Charges of CMC shall be payable year wise  at the beginning of the 3   year after expiry of the standard comprehensive warranty of two years  The subsequent  payment of CMC shall be made on satisfactory performance of the contractor in the  preceding year     Page 14 of 46    13  Assignment   Sub contracts  The contractor shall not assign eithe
38. ed in the  tender document  Technical bids  cover 2  of those bidders qualified at the pre qualification  stage are opened next    Thereafter  financial bids  cover 3  of the technically acceptable offers shall be opened for  further scrutiny and evaluation    Other financial bids will be automatically blocked by the e procurement system and will not be  opened     Scrutiny and evaluation of Tenders    Tenders will be evaluated on the basis of terms  amp  conditions already incorporated in the  tender document  based on which tenders have been received and the terms  conditions etc   mentioned by the tenderers in their tenders  No new condition will be brought in while  scrutinizing and evaluating the tenders    The tenders will first be scrutinized to determine whether they are complete and meet the  essential and important requirements  conditions etc  as prescribed in the tender document   Non submission of any of the documents stipulated in Section    Il and the bids  that do not  meet the basic requirements  are liable to be treated as unresponsive and ignored    The prequalification and technical bids  opened on the scheduled day  will be evaluated by  competent committees    The Financial Bids of successful tenderers at technical bid stage shall be opened on the  designated day in the presence of concerned tenderers who chose to attend     Clarification of Bids   During evaluation and comparison of bids  the purchaser may  at its discretion  ask the  bidder for clarifi
39. eeeeeeeeeeeeee    Page 32 of 46    List of Equipments Required    Annxure 12                                                                                                                S No Name of item Required Minimum  EMD Average  Amountin   turnover for  Rs  last 3  financial  years  1 Ventilators Transport  2 Storage pallet  3 Semi Auto Analyzer  4 Collapsible Wheelchair Stretcher with varied  Position  5 Autostep Co axial Opthalmoscopes  6 Digital Column Weighing scale with height rod  7 Electro hydraulic operating table  8 Fowler bed  ABS Panels   9 Three fold screen  10 Patient stool 100000 20 Cr fixed  11 Cylinder trolley fixed for all   for all items  12 Instrument table items  13 Foot steps  14 IV stand  15 ICU Bed  16 Multi purpose OT Table C arm Compatible  17 Infrared thermometer  18 Transport Patient Monitor  19 Finger type Pulse Oxymeter  20 Automated Scalpel Blade Remover  21 Pressure Relieving Hospital mattress  22 Multi Use Patient Shifter  23 Modular Multipara monitor  24 High Vaccum  High Flow Suction Unit  25 Automated Electrolyte Analyzer  26 Urine Chemistry Analyzer  27 Automated Glass Ampoule opener  28 Fully Automatic AED Defibrillator  29 Fully Automated Cardiac Analysis System  30 Blood Gas  amp  Electrolyte  amp  Metabolite Analyzer       Page 33 of 46    Annexure 13    SPECIFICATIONS OF THE ITEM EQUIPMENT       1  Transport Ventilator             Microprocessor Controlled Intensive Care ventilator capable of Ventilating from  Pediatric And Adu
40. epth around 1000mm   Lowest height of bed should be around 37 cm and highest to be around 66 cm   Top panel should have movement of 0 75    and foot panel around 0 40      Trendelberg and reverse trendelberg around 0 18   with digital display   There should be 2 control switches on outside of left and right side rails for double side  operations   There should be swivel bumper at the end of the bed sides to protect hospital facilities when  moving   Should have dining table option and side rails 4 nos   Should have provision for IV Pole and mattress included   Should be from an international manufacturer with CE  ISO 9001 2000 certification    Page 38 of 46    16  Specification for Multi purpose OT Table C arm Compatible    Salient Features     Eccentric pillars    e Stainless steel fitting   e Detachable  head  leg  amp  pelvic section   e Built Kidney Bridge      Fine sectional radio   translucent      Base  amp  Cover made of attractive  easy to clean Stainless Steel  304 Grade       Sophisticated mechanics provide smooth  step less articulation of the table Top for precise patient  positioning   e Maximum C Arm  Access is achieved without having to longitudinally slide the tabletop due to    eccentric position of the pillars      Easy floor locking devices       Interchangeability of head  amp  leg sections    Standard Accessories     Anesthetic Screen       Shoulder Supports with pads  e Arm Boards with pads      Lateral Support with pad   e Knee Crutches Goepel type   e
41. f   amount of guarantee  as aforesaid  without your needing to prove or to show grounds or reasons for  your demand or the sum specified therein     We hereby waive the necessity of your demanding the said debt from the contractor before  presenting us with the demand  We further agree that no change or addition to or other modification  of the terms of the contract to be performed there under or of any of the contract documents which  may be made between you and the contractor shall in any way release us from any liability under this  guarantee and we hereby waive notice of any such change  addition or modification     We undertake to pay the Director  Rajiv Gandhi Super Specialty Hospital  Tahirour Delhi up to the  above amount upon receipt of its first written demand  without the Director  Rajiv Gandhi Super  Specialty Hospital  Tahirpur Delhi having to substantiate its demand     This guarantee will remain in force for a period of sixty days after the currency of this contract  as  stipulated in the contract  and any demand in respect thereof should reach the Bank not later than the  above date     LeeLee ee Lg 2                          Signature of the authorized officer of the Bank     LLLLLLILLLILLLLLLILLL LL Z    LL LLLLLLILLLLLLLLL LL 2Z                                                Name and designation of the officer                                              Seal  name  amp  address of the Bank and address of the Branch    LILI LLLLILLLLLILLLLLL LS 2    eeeeeee
42. g performance security within 15 days of receipt  of notification of award shall make the tenderer liable for forfeiture of its EMD     Return of EMD     The EMD of the successful tenderer  after receipt of performance security  and of the unsuccessful tenderers will be returned to them without any interest  whatsoever   as stipulated under Section lll     Section IV  General Conditions of Contract  GCC     Definitions  Interpretations and Abbreviations  In the tender document contract  unless  the context otherwise requires    Definitions and Interpretation    fHospitaldmeans Rajiv Gandhi Super Speciality Hospital  Tahirpur  Delhi 110093    fContract   means the letter or memorandum communicating to the Contractor and includes  fNotification of Award of his tender  fContractd includes Bid invitation  Instructions to  Tenderers  Tender  Acceptance of Tender  General Conditions of Contract  Schedule of  Requirement  particulars and a formal agreement  if executed    fContractordor fSupplierOmeans the individual or the firm supplying the goods and services   The term includes his employees  agents  successors  authorized dealers  stockists and  distributors  Other homologous terms are  Firm  Manufacturer  OEM etc    fGovernment  means the Government of NCT of Delhi    The finspecting officeromeans the person committee organisation specified in the contract for  the purpose of inspection of stores  amp  works under the contract and includes his her their  authorized representati
43. have the following Compliances IEC 60601 1  60601 1 2  60601 2 12   Should be CE and US FDA approved product           Page 34 of 46         2  STORAGE PALLET         Nestable  Rackable  Stackable  4 way entry rotomoulded with PE foam filling for    long life     OONDW UK WN    Size  1200 x 800 x 140 mm with maximum load of 1000 Kg  static     Should be Weatherproof  Termite proof and fungus resistant    Should be Compatible with handling equipment like fork lift  Stacker and trolleys   Should be User friendly  lightweight    Should have Anti skid surface    Should be Maintenance free with high durability    Should have high thermal resistance   40   C to  80   C     Should be resistant to most of the chemicals     10 Should be repairable if damaged due to mishandling   11 Should have Cleared for Food contact application     13   14     15   16   17   18     3  Specification of Semi Auto Analyzer       Semi Auto analyzer required for Routine Chemistries   Measurement Procedures should be  a  End point with or without Reagent Blank  Kinetic with Linearity Check  Kinetic with Linearity Check sample slope Blank  Two point with or without Reagent Blank  Bichromatic End point  with or without Reagent Blank  f  End point with sample Blank and With or Without Reagent Blank    pans      Analyzer must be fully open system  having as many as 75 Programmable parameters    displaying on board   Flow of liquid insight the system should be controlled by suitable valve to maintain  unidirec
44. he Consignee will as soon as possible but not later than 15 days  from the date of arrival of stores at destination notify the Contractor of any loss or damage to  the stores that may have occurred during transit     Page 13 of 46    10     11     12   12 1    12 2    12 3    12 4    12 5    12 6    Insurance   The contractor shall make arrangements for insuring the goods against loss or damage  incidental to manufacture or acquisition  transportation  storage and delivery commissioning     Incidental services  The contractor will provide required jigs  amp  tools  operation manuals  installation  amp   commissioning  training  aftersales service etc     WARRANTY    The contractor shall certify that the stores supplied to the Purchaser under this Contract are of  best quality and workmanship and new in all respects and are strictly in accordance with the  specifications and particulars mentioned under Section VIll Mechnical Specifications  amp   Compliance Statement     The contractor shall guarantee that the goods supplied would continue to be of the same  quality and particulars for a period of 24 months from the date of installation  amp  commissioning  of goods by the consignee  The Contractor further guarantees that  notwithstanding the fact  that the Inspecting Officer may have inspected and or approved the said goods  if during the  aforesaid period of 24 months  the said goods be discovered not to conform to the description  and quality aforesaid not giving satisfacto
45. he Equipment    Due for Opening On                                                 SI    Tender Technical Specifications of   Whether Technical bid    Deviation s   No    Specifications the Equipment the offered   offer from tender  offered by the equipment    submitted by   specifications   tenderer meets the tenderer  if any  in  tender page number unambiguous  specifi  on which this   terms   cations or   particular  not specification  is mentioned                                                Signature with date  name and designation   for and on behalf of M s                                                        Name  amp  address  amp  seal of the Tenderer     Page 26 of 46       Annexure 7    Tender Form     Tenderers should submit the d ender Form  on letter head as per the format given below     LL LL LL 2    PAR TS LE AR NE ROSES GES DE                      e   complete address of the Dept      OT AR A AS OS CS D A A ET A       amendment No           dated          if any   the receipt of which is hereby confirmed  We now offer to    LA a  LS A    conformity with your above referred document     If our tender is accepted  we undertake to supply the goods and perform the services as  mentioned above  in accordance with the delivery schedule specified in this tender document    We agree to provide two years standard comprehensive warranty and agree for  Comprehensive Maintenance Contract  CMC  compulsorily for a period of  5  five  years after the expiry of standard
46. he procurement or the execution of that contract     Page 16 of 46    22     23     24     25   25 1     c  In case any individual staff is found responsible  suitable disciplinary proceedings  should be initiated against such staff under the applicable government conduct rules   The existing provisions under the Indian law including the instructions of Central  Vigilance Commission should be followed in this regard     d  Firms or individuals shall be banned blacklisted after following due process  which  includes declaring them ineligible  either indefinitely or for a stated period of time  to be  awarded a contract  if it at any time determines that they have  directly or through an  agent  engaged in corrupt  fraudulent  collusive or coercive practices in competing for   or in executing the contract     Serious Misdemeanors   22 1 Following would be considered serious misdemeanors    i  Submission of misleading false fraudulent information documents by the Bidder   Contractors Manufacturers Authorised Supplier in their bid    ii  Submission of fraudulent unencashable Financial Instruments stipulated under Tender  or Contract Condition    iii  Violation of Code of Ethics laid down in Clause 21 of the GCC    iv  Cartel formation or quotation of Pool Co ordinated rates leading to fAppreciable  Adverse Effect on Competitiond AAEC  as identified under the Competition Act  2002    v  Deliberate attempts to pass off inferior goods or short quantities    vi  Violation of Fall Cla
47. in the consigneeG Stores   as per the purchase order  will only be considered as the supply date date of delivery    16 3 If the Contractor fails to supply the items in the stipulated time as mentioned in the Purchase  Order  the following penalty will be levied on the Contractor  deductible from Performance  Security      i  For delayed supply  Liquidated damages equivalent to 2  of the price of any  store per week will be charged   deducted according to the delay in supply of the  store beyond expiry of the supply period subject to a maximum of 5  of the total  value of order excluding VAT    ii  For Non supply  Performance Bond Security of the contractor will be forfeited     17  Risk Purchase    a  If the successful Contractor fails to supply the ordered stores on scheduled date as per  the conditions mentioned in the purchase order   contract and dishonor the purchase  order   contract  the hospital may procure the stores on Risk purchase basis and  performance security of the Contractor will be forfeited in such event  The hospital may  also impose a penalty and or blacklist the Contractor  depending upon urgency of  requirement as well as the loss of revenue due to non availability of such store    b  The time period for making RISK PURCHASE shall be 4 months     18  Termination for default    18 1 Director  Rajiv Gandhi Super Specialty Hospital  without prejudice to any other contractual  rights and remedies available to it  Rajiv Gandhi Super Specialty Hospital   may
48. ine compensation  ambient temperature compensation and  specific gravity compensation by pH    3  Machine should have inbuilt printer   4  Machine can use for spot urine analysis  Protein Cretin nine ratios     Page 44 of 46      Nau    JO oR WN      Machine should have 2000 test memories and can run at least 300 tests per hour   Machine should have touch screen LCD display and RS 232 C port   Machine should not be more than 1000gms   Company should be ISO certified instrument must have FDA  amp  CE approved    27  SPECIFICATION FOR AUTOMATED GLASS AMPOULE OPENER       Easy to use ampoule opener    should keep both hands away from the sharp edges during ampoule opening   Ampoule Cap should be contained safely within the unit until ejected    Should be of ABS body with silicon rubber O ring    Should be washable and latex free    Should be of light weight   less than 25 gms    Length should be less than 100 mm and Width should be less than 15 mm thus  making it easy to carry    Should be Compatible with common sizes of ampoules  namely  1 2 ml  5 10 ml  amp   10 15 ml        CE marked    28  Specification for Fully automatic AED Defibrillator       Microprocessor based system  extremely gentle defibrillation energy using Multipusle  Biowave Bi phasic pulsed defibrillation impulse    Easy operation in 3 steps  START     ANALYSIS     SHOCK  automatic analysis on request   Quick charging time   lt 10 seconds   Should have a high resolution LCD display    User friendly LCD screen 
49. ions in other parts of the Tender Documents   vii  Correspondence including counter offers  if any  between the Contractor and the  Purchaser during the Tender Finalization   viii  Notification of award and Contract Documents   ix  Subsequent Amendments to the Contract    3  Performance Bond   Security  in Indian Rupees only     Within 15 days of issue of notification of award of contract  the successful tenderer shall  furnish performance security for an amount equal to 10  of the value of order  valid up to 6  months after the date of completion of 7 years from date of installation to ensure compliance  of all contractual obligations by the contractor including the comprehensive maintenance  contract obligations    3 1 The performance guarantee shall be denominated in Indian rupees and shall be furnished in the  form of Account payee demand draft  Fixed Deposit Receipts or Bank guarantee  in the  prescribed format as per Annexure 11  from any Nationalized bank Schedule bank or commercial  bank in an acceptable form    3 2 In the event of any loss to the purchaser  due to contractorG failure to fulfill the contractual  obligations etc   the performance security will compensate the loss i e  the Director  Rajiv Gandhi  Super Specialty Hospital  will deduct the amount from performance security and release the  balance amount as stipulated    3 3 The performance guarantee shall be released without any interest to the contractor on completion  of the contractual obligations incl
50. l Instructions to Tenderers  SIT    The following special instructions will apply for this purchase  These special instructions will modify   substitute supplement the corresponding General Instructions to Tenderers  GIT  incorporated in                Section lll    SI No    Item SIT Provisions   1 Purchaser Director  Rajiv Gandhi Super Specialty Hospital  Govt  of NCT  of Delhi  Tahirpur  Near Dilshad Garden  Delhi 93   2 Indenter  s  Director  Rajiv Gandhi Super Specialty Hospital  Govt  of NCT  of Delhi  Tahirpur  Near Dilshad Garden  Delhi 93   3 Paying Authority ies  Director  Rajiv Gandhi Super Specialty Hospital  Govt  of NCT    of Delhi  Tahirpur  Near Dilshad Garden  Delhi 93             4 Consignee  s  Medical Superintendent  Rajiv Gandhi Super Specialty Hospital   Govt  of NCT of Delhi  Tahirpur  Near Dilshad Garden  Delhi 93  5 Inspection Authority Indenter   representative of the indenter   Technical Committee                nominated by the Indenter s        Section VI  SPECIAL CONDITIONS OF CONTRACT  SCC    The following special condition of contract  SCC  will apply for this purchase  These special  conditions will modify  substitute supplement the corresponding General conditions of Contract  GCC   incorporated in Section lV        SI No     Item    SCC Provision       1    Warranty    Two  2  years Comprehensive Warranty including consumables   parts having limited life and non consumable parts like probes   metal   plastic   rubber   glass pants  expendabl
51. ld be user friendly   2  It should be capable of monitoring ECG  non invasive blood pressure  oxygen saturation  SpO2    Respiration  amp  Dual Temperature  skin  amp  rectal   3  The monitor should be modular in design with colour touch screen of minimum 16     or more in  size with coloured waveforms  Display of waveform as well as the numbers should be clearly visible  from a distance of up to 6 10 feet   4  The Touch screen should be full touch screen and not touch buttons   5  The modules should be freely exchangeable for same make of monitors   6  The monitor should display at least 11 curves at a given time and the operator should be able to  arrange curves  graphics and measured value fields as desired on the screen  The operator should be  able to freeze the waveforms as well   7  Monitor should have Emergency Transport module wherein it can be used during patient transfer  and can be plugged into main unit again   8  Emergency module should have graphical color TFT Display of atleast 2 50 which can display  waveforms of ECG  amp  SPO2  And display parameters of NIBP  Respiration  amp  Temp  9  The Emergency Transport Module should display at least 6 lead ECG on the screen   10  Emergency module should have rechargeable battery built in for at least 150 minutes    Page 42 of 46    11  Monitor should have an internal battery  which should last for more than two hour    12  It should have a facility of data storage for at least 100 hours of trended parameters and shoul
52. lt patients and with capability to display waveforms    Ventilator Should be Rugged  Compact and Mounted on its Own Trolley    Should have an Built in 5 5    screen To Visualize Set and Monitored parameters  Should have a Built In Air source capable of Delivering Up to 150LPM with a 3 Hrs  Battery backup for the Whole ventilator Unit    Should have an Built in High pressure Inlet for Oxygen Source    Should have the Modes A C  SIMV  SIMV with PS  and Controlled Mode in Volume  Ventilation and A C  SIMV  S  S T  T and CPAP Mode in Pressure Controlled  ventilation CPAP     Should have additional Dual Mode AVAPS   Should have the Following settings for VCV and PCV as Applicable    a  Tidal Volume 50 2000ml   b  IPAP 0 50 CmH20   c  EPAP PEEP 4 25 CmH20   d  Inspiratory Time 0 3  5 0 secs   e  Rate 1 60 BPM   f  CPAP 0 30 CmH20   g  C Flex off  1 3   h  PSV 0 30 CmH20   i  Inspiratory Hold 0 1 to 2 0 Secs  VCV   j  Rise Time Setting 1 to 6 Relative setting  k  Ramp Time Off  5 45 Mins      Flow Trigger 1 9 LPM   m  Flow Cycle 10 90  of Peak Insipiratory Flow   n  FiO2 Setting 21 100     Should have Monitoring of the Following Parameters in all Modes Tidal Volume   Minute Volume  Leak Rate  Respiratory rate  Peak Inspiratory Flow  PIP  MAP    Pt  Trigger  I E   Should Have User settable alarms for the Following High Low Tidal Volume  High   Low Minute Volume  High Low Rate  Apnea  Circuit Disconnect Etc    Battery Should Be extendable to an additional 3 Hours  Optional     Should 
53. nders in  favour of the Indian agent     Foreign based Manufacturers will pay their Indian agent  for the services rendered by the  Indian Agent as per their own agreement or understanding  Rajiv Gandhi Super Specialty  Hospital  Tahirpur  Near Dilshad Garden  Delhi 110093 in any way will not be a party to  such agreement or understanding     In this tender  either the Indian agent on behalf of the Principal OEM or Principal OEM  itself can bid but both cannot bid simultaneously for the same item product  If an agent  submits bid on behalf of the principal OEM  the same shall not submit a bid on behalf of  another Principal OEM in the tender for the same item product     The bidder who participates in the tender enquiry will enter into an agreement with the  Department for the purpose of this NIT     Technical specifications and other details of the required equipment are given under the  Section     VII      List of Requirementsdof this tender document     Schedule of Tenders        SI No    Details Scheduled dates       Date of release of advertisement of tenders through 27 05 2013  e procurement web site amp start date for downloading  tenders       Start date for downloading tenders 27 05 2013                Last Date  amp  Time for downloading Tender Documents   17 06 2013 upto 1 00 P M        Page 1 of 46                               from e Procurement web site  4 Last Date  amp  Time for submission of online Tenders 17 06 2013 up to 1 00 P M   5 Last Date  amp  Time f
54. oard   20  Should be adjustable Contrast Graphical LCD display    4  Collapsible Wheelchair Stretcher with Varied Positions       Should be an Automatic Ambulance cum wheelchair stretcher    Can be folded into a wheelchair for use in narrow stairs or elevators   Should be Made of high quality aluminum alloy    should be light weight  not more than 40 kg    Load bearing should be more than 155 Kg    Should be easy to operate and organize emergency evacuation and  transportation    Provided with high quality castors with brake facility    Should be provided with soft foam surface mattress      should be Rust Proof    0 CE marked  amp  ISO Certified    Or Pte he E      ooN    5  Technical specifications for Autostep Co axial Ophthalmoscopes         Should have patented co axial vision system to produce shadow free spot  easy entry into  undilated pupils and a larger field of view     Should have 3 5V halogen HPX lamp for true tissue color and long life     Should be able to detect corneal abrasions with cobalt blue filter     Should have polarizing filter     Optics should be sealed to keep out dust and dirt     Should have More than 15 aperture   filter combinations     Should have more than 65 focussing lenses in single diopter steps with a range to  30 to  38     Should have rubber brow rest to prevent scratching of eyeglass    6  Technical specifications for digital column weighing scale with height rod       Large  easy to read display approx  28 mm  Automatic zero setting 
55. or submission of EMD  in physical   17 06 2013 up to 1 00 P M   form and original undertakings as per Annexure 3  4  amp   5 in the Office of Medical Superintendent  Rajiv  Gandhi Super Specialty Hospital  Tahirpur  Near  Dilshad Garden  Delhi 110093  6 Date  amp Time for pre bid meeting 3 06 2013 at 11 00 A M   7 Date  amp Time of Opening of Tenders  Pre  17 06 2013 at 2 00 P M   Qualification Technical Bids   8 Date  amp Time for demonstration of equipment Will be informed later  9 Date  amp Time of Opening of financial bids  tentative  Will be informed later             2  Late  amp  Delayed Tenders are not acceptable     Section Il  Qualification Eligibility Criteria       Tenderers should submit the following documents in the Fees cover    1   2     Prequalification Bid cover  1   Technical Bid cover  2     Failing which the tenders will be ignored and rejected as nonresponsive     1  Prequalification Bid Cover  1     1   2     10     Tender Form  Annexure 7    EMD to be submitted as per Section III and in case of bank guaranty EMD PQ should be  submitted in the format given under Annexure 11  Bank Guarantee form for Performance  Security    Original to be submitted in the tender box placed in the office of Medical  Superintendent  Rajiv Gandhi Super Speciality Hospital  Tahirpur  Delhi on the  date and time mentioned at SI  No  5 at 1 6    Schedule of Tenders    in Section I   Latest Income Tax Return  ITR  and copy of PAN card    to be submitted as per Section  Ill    
56. over  should be as per Annexure    13  failing which  tender will be rejected     Page 2 of 46       2  Technical Bid Cover  2     1  Undertaking on non judicial stamp paper of Rs 100   related to service centre etc  to be  submitted in the format given at Annexure 5   Original to be submitted in the tender  box placed in the office of Medical Superintendent  Rajiv Gandhi Super Speciality  Hospital  Tahirpur  Delhi on the date and time mentioned at SI  No  5 at 1 6     Schedule of Tenders    in Section l     2  Tenderers will have to upload a covering letter indicating the details and total number of  documents uploaded with each bid    3  Technical Compliance Statement to be submitted as per Section III and in the format given  at Annexure 6 on the letter head     4  Additional information to be submitted as per Annexure 8 on the letter head    5  Tenderers should furnish a list of successful installations  amp  commissions executed by  them for similar equipment  preferably from Govt  Hospitals   Institutions in India  in the last  three years    6  Technical offer   Bid    7  Brochures  literature and catalogues etc    8  A list of all required accessories   spares   consumables for running  maintenance   repair    of the equipment    9  The tenderer should submit documentary proof that he she is manufacturer of the quoted  equipment and he will be responsible for supply  installation  amp  maintenance of the  equipment duly signed by the manufacturers authorized person on
57. r Speciality Hospital  Tahirpur  Delhi as and when required    After evaluation of the technical bids  technically approved bidders will be informed date  amp   time for demonstration of equipment  if required     Contractors should furnish one copy of service manual at the time of demonstration of the  equipment     Financial Bids  FB      Tenderers should submit Financial Bid in the prescribed proforma as given under Annexure 2  namely Price Scheduledthrough e procurement site  cover 3 Financial Bid     Tenderers must be careful while uploading the price schedule on the web site and should read  the instructions which are directly related to equipment price and landing costs etc  and need  to be quoted only in INR    The price schedule is meant for single currency quote i e  only Indian Rupees can be quoted   Foreign currencies are not acceptable    The price schedule is divided into 13 columns   from 1 to 13  The two columns i e  column no   6  amp  7 are directly related to equipment price and landing cost etc  and needs to be quoted only  in INRs and other column from 8 to 12 are related to comprehensive maintenance contract of  the item  equipment    Tenders should quote for one unit only in all column nos  6  12   Total amount in column no  13  shown by the computer automatically  will be the value for all quantities  as per column 3   i e   column 6 to 12  x  column 3  except VAT  if applicable    Tenderers must put f00 i e  zero  if they do not wish to quote any valu
58. r in part or whole its contractual duties responsibilities and  obligations to perform the contract to any third person  except in case of turn key works  For  turn key works  the contractor will notify the purchaser regarding sub contractor amp  details well  in advance  However  in all such cases  the responsibility of fulfilling the contractual  obligations will remain with the contractor only     14  Amendment   modification of contract  If necessary  the purchaser may notify the contractor regarding modification   amendment of  terms  amp  conditions of the contract  by a written order not amounting to either increase or  decrease in the accepted prices     15  Terms  amp  Mode of Payment  The terms of payment would be as follows    15 1 Payment shall be made after receipt of complete stores  after due inspection  installation of the  equipment items and after successful commissioning and take over by the consignee  The  bill bills must be verified by the MOI C of the concerned store stores before submitting to the  Purchase Branch  No advance payment shall be made     15 2 The payments shall be made in the currency authorized in the contract     16  Delay in supplies     penalties    16 1 The date of delivery of stores stipulated in the purchase order shall be deemed to be the  essence of the contract and delivery must be completed not later than the date s  as specified in  the purchase order    16 2 Part supplies are not acceptable  The arrival date of complete items 
59. r shall be referred to the arbitration in accordance with the  conciliation and arbitration rules of International Chamber of Commerce  ICC  United National  Commission on International Trade Law  UNCITRL  by the arbitrator s  appointed in  accordance with the procedure being followed by the Govt of NCT of Delhi  The arbitration  proceeding shall be held in New Delhi and shall be conducted in English language  All  documentation to be reviewed by the arbitrators and or submitted by the parties shall be  written or translated into English  Venue of arbitration shall be New Delhi  The arbitrator or  arbitrators appointed under this article shall have the power to extend time to make the award  with the consent of the parties  Pending reference to arbitration  the parties shall make all  endeavors to complete the contract work in all respects and all disputes  if any  will finally be  settled in the arbitration     Applicable Law  The contract shall be interpreted in accordance with the laws of India     Page 17 of 46    25 2    25 3    Irrespective of the place of delivery  or the place of performance or the place of payments  under the contract  the contract shall be deemed to have been made at the place from which  the notification of acceptance of the tender has been issued    The Courts of the place  from where the notification of acceptance has been issued  shall  alone have jurisdiction to decide any dispute arising out or in respect of the contract     Section  V  Specia
60. rs should read and examine all these terms  amp  conditions  before submitting their tenders     2 3 Tenderers should download a copy of this Tender Document  put page numbers on each  page of the document and the authorized signatory of the tenderer should sign stamp each  page and upload that document while submitting their online tenders  cover 1 Prequalification  Bid      3  Amendments to the Tender documents     Director Rajiv Gandhi Super Specialty Hospital  at any time prior to the deadline for  submission of tenders may  for any reason deemed to be fit buy it  modify the tender  documents by issuing amendments  Such an amendment will be notified in writing     4  Pre Bid Conference  A pre bid conference may be stipulated on the date and time mentioned  in Section      at 1 6 fSchedule of Tenders at S No  5 for clarification amendment on the  contents of the tender document     5  Preparation of Tenders   Documents comprising the Tender     5 1 Tenders submitted by the tenderers should contain the following documents  duly filled in   as required     Page 4 of 46    6   6 1  6 2  6 3  6 4  6 5    6 6    6 7    7   7 1    7 2    8 1  8 2    8 3    8 4    8 5    8 6  8 7  8 8    a  Tender form  Pre Qualification Bid Technical bid and Price Schedule    b  Documentary evidence as necessary in terms of Section ll establishing that the tenderer is  eligible to submit the tender and also qualified to perform the contract if its tender is  accepted    c  Documents and relevant
61. rtake to get the equipment repaired within 48 hours of the receiving of the complaint  from the hospital failing which a penalty  2  of the cost may be recovered from the    Performance Bond Security before releasing the same to us     la ae ae ae ae ee ae ee ee 3    lan ae ae ae ee ee ee ee ee                           Signature with date  name and designation   for and on behalf Of M s                                                       Name  amp  address  amp  seal of the Tenderer     Page 23 of 46    Annexure 4    Warranty   Guaranty Undertaking   To be submitted on non judicial stamp paper of Rs 100     Tender Item No  Due for Opening on  Name of the equipment     We M s hereby declare that    1  I we do accept   agree for the warranty guaranty clause as stipulated in this tender document  for two years for the complete equipment including consumables  parts having limited  life and non consumable parts like probes  metal   plastic   rubber   glass pants   expendable   non expandable   disposable   non disposable items   electrical  circuits   electrical parts etc  The Comprehensive Warranty should cover each and  every part of the equipment  I we accept   agree that the hospital is not liable to pay  any charges on any account during the comprehensive warranty period of 2 years   for continuous running of the equipment    2  l we do accept   agree for Comprehensive Maintenance Contract  CMC  at the year wise  rates quoted in the financial bid for a period of  5  five 
62. ry performance or have deteriorated  the decision of  the Purchaser in that behalf shall be final and binding on the Contractor and the Purchaser  shall be entitled to call upon the Contractor to rectify and or to replace the Stores or such  portion thereof as is found to be defective by the Purchaser within a reasonable period or such  specified period as may be allowed by the Purchaser in his discretion on application made  thereof by the Contractor  and in such an event  the above period shall apply to the stores  rectified and or replaced from the date of rectification and or replacement mentioned in  warranty thereof  Otherwise the Contractor shall pay to the Purchaser such compensations  that may arise by reasons of the warranty therein contained    Comprehensive Warranty should include consumables  parts having limited life and  non consumables parts like probes  metal   plastic   rubber   glass pants  expendable    non expandable   disposable   non disposable items   electrical circuits   electrical parts  etc  The Comprehensive Warranty should cover each and every part of the equipment   The hospital is not liable to pay any charges on any account during the comprehensive  warranty period of 2 years  for continuous running of the equipment    In case of plant and machinery or in case of stores  which may require spares  the Contractor  shall guarantee and will supply spare parts  if and when required for 7 years    The Contractor shall furnish the Warranty to the eff
63. specifications of  the tender as given under Section VIll Technical Specifications  amp  Compliance statement    Tenderers should then quote strictly as per the required specification of the equipment   Tenderers should submit a compliance statement in the prescribed format as given under  Annexure 6 echnical Compliance Statemento clearly indicating the deviations  if any   Deviations from any of the required technical specifications must be brought out clearly giving  a deviation statement    The Tenderer should submit an Undertaking related to after sales service certifying that they  have necessary infrastructure for maintenance  amp repair of the equipment and they agree to  provide the required accessories   spares as and when required by the indenter  for the next  10 years  as given under Annexure 5 of this tender document  prepared on a non judicial  stamp paper of Rs 100   denomination    The tenderer should submit documentary proof that he she is manufacturer of the quoted  equipment and he will be responsible for supply  installation  amp  maintenance of the equipment  duly signed by the manufacturers authorized person on the letter head of the manufacturer   Tenderers should furnish a list of successful installations  amp  commissions executed by them for  similar equipment  preferably from Govt  Hospitals   Institutions in India  in the last three  years    Tenderers should arrange for demonstration of the quoted equipment at their own cost  at  Rajiv Gandhi Supe
64. ss with  telephone nos  e mail ids etc     Our local service facility  Delhi New Delhi NCR  is located at  if any   Name of the person s  responsible for maintenance of the above said facilities with address  and telephone number and email id   5  l We further confirm that the above said service local service facility has the capacity  amp   capability to provide after sale service through the contract period    6  l we agree to provide the required accessories spares as and when required by the indenter     for seven years from the date of installation  amp  commissioning of the equipment     E ae ae ae ee ee ae ee ee    Yay ae ae Z ae ee ae ee ee                           Signature with date  name and designation    for and on behalf Of M s                                                       Name  amp  address  amp  seal of the Tenderer     Page 25 of 46    Technical Compliance Statement   to the submitted on the letter head     The tenderer is required to provide details  information  confirmations etc  according to    Annexure 6    the Section lll  GIT clause no  13  failing which the tender is liable to be ignored     Tenderer should furnish stipulated documents in support of fulfillment of qualifying    criteria  Non submission or incomplete submission of documents may lead to rejection    of offer     Tenderer should indicate    yes meets    or    no  doesn   t meet    under appropriate columns    in the technical compliance statement     Tender Item No     Name of t
65. t point of use    Page 41 of 46    21  Specification for Pressure Relieving Hospital Mattress       1  Standard Hospital Mattress made of visco elastic    2  Should be made of temperature sensitive open cell material  Tempur  Material     3  Should Conforms to the exact contours of the body    4  Should have Tempur material density of 85 110 Kg m3    5  Should provide optimum pressure relief with proper support over the entire  surface    6  Weight bearing should be more than 125 Kg    7  Mattress size should be of 14 cms   4 cm Tempur material  amp  10 cm highly  resilient foam     8  Should be covered with waterproof and air permeable PU cover that should  be washable in 950 C    9  PU cover should be easy to clean  disinfect and sterilize using cleaning  agents commonly used in hospitals    10  Should be CE marked  amp  NASA recognized     22  Specification for Multi Use Patient Shifter       1  Multi use patient shifter suitable to transfer patient from trolley to bed or vice  versa without patient lifting    Should have material  nylon  amp  Plywood    Should have a Water resistant sterilizable cover    Should be a space saving foldable version    Should be lightweight for improved efficiency    Should be radiolucent    Sizes  170 x 50 cm and 85 x 50 cm to suit different points of use such as OT    ICU  Casualty   Wards     FAO OF ae TS    23  Specification for MODULAR MULTIPARA MONITOR       1  The monitor should have adult  paediatric and neonatal applications and shou
66. t year  2010 11 or later     Abbreviations   RGSSH means Rajiv Gandhi Super Specialty Hospital  Tahirpur  Near Dilshad Garden Delhi   110093   AAEC means fAppreciable Adverse effect on Competitiondas per Competition Act   BG means Bank Guarantee   CD means customs duty   DHFW means Dept of Health amp Family Welfare   GNCTD means Government of National Capital Territory of Delhi   EMD means Earnest Money Deposit   fFOROmeans Free On Rail door delivery    GCC means General Conditions of Contract   GIT means General Instructions to Tenderers   SCC means Special Conditions of Contract   SIT means Special Instructions to Tenderers    Page 11 of 46      NIT means Notice Inviting Tenders     PQB means Pre Qualification Bid     Tender Document means  Standard  Bid   Tender Document     ITR means Income Tax Return     PAN means Permanent Account Number issued by the Income Tax Department  Govt  of  India     T Eno  means Tender Enquiry number     RC means rate contract     OEM means Original Equipment Manufacturer    2  Other Laws and Conditions that will govern the Contract   Besides GCC and SCC  following conditions and Laws will also be applicable and would be  considered as part of the contract     i  Indian Contract Act  1872   ii  Sale of Goods Act  1930   iii  Arbitration and Conciliation Act  1996   iv  Competition Act  2002 as amended by Competition  Amendment Act   2007   v   Contractor amp  Tender Submissions including Revised Offer during Negotiations  if any    vi  Condit
67. the General Clauses Act  1897  as amended   as the case may be    Parties  means the party to the contract  are the fcontractordand the fPurchaser   as defined  above    flenderdmeans quotation bid received from a firm   contractor    fGoodso means the articles  equipment  material  commodities  livestock  furniture  raw  materials  spares  instruments  machinery  industrial plant etc  which the contractor is required  to supply to the Director  Rajiv Gandhi Super Specialty Hospital  Tahirpur  Near Dilshad  Garden  Delhi 110093 under the contract    fEarnest money Deposit    EMD  means monetary guarantee to be furnished by a tenderer  along with its tender    fPerformance bond securityO means monetary guarantee to be furnished by the successful  tenderer for due performance of the contract placed on it  Performance security is also known  as Security Deposit or Performance Bank Guarantee    fConsigneedmeans the person to whom the goods are required to be delivered as specified in  the contract    fSpecificationd or ATechnical Specificationd means the document drawing standard that  prescribes the requirement to which product or service has to conform    finspectiond means activities such as measuring  examining  testing  analyzing  gauzing one  or more characteristics of the product or service and comparing the same with the specified  requirement to determine conformity    fDaydmeans calendar day    flatest Income Tax Return  ITR O means Income Tax Return  ITR  for assessmen
68. thout any requirement for refrigeration   System should be provided along with a dedicated wireless  Bluetooth  Thermal Printer       System should be capable of recharging during operation      System should use Amperometric  Potentiometric  Conductimetric sensors for measurement     System should have an EMBEDDED and detachable BARCODE READER     System should be capable of BLUETOOTH and Wi Fi connectivity      OPERATION  AC adapter or rechargeable Li lon battery     The system capable of performing at least 40 tests on one full charge       System should come along with a Windows based Personal Digital Assistant to control the entire    system  amp  printer     Page 46 of 46    
69. tional  from aspiration tube to the waste preventing the back flow of preceding  sample in the flow cell  Hereby resulting in Zero carry over and accurate results   Air gap between two sample should be there to prevent cross contamination   In Kinetics  it should take two reading per second for better accuracy of results   Automatic Zero Setting  amp  Photometric range should be  0 1 to 2 3 abs    Wavelength must cover 340 nm to 650 nm with Six Standard filters and Additional Six  Free Position for Optional Filters    Wavelength selection by IFL filters       Maximum reagent consumption should not exceed 500 ul     Metal with Quartz window Cross type flow cell with Volume not exceeding 32 ul     Thermo stated at 37   C with peltier and peltier should be direct contact with flow cell for  instant and accurate thermosetting       Calibration Mode    a  Factor  One Point  Two point  amp  Multi Point  b  Automatic on one standard Linear mode  c  Automatic on up to 10 standard Non Linear mode  Aspiration System with internal Pump of Bellows Type driven by Stepper motor   Quality Control record of atleast last 30 controls measurement with on Screen Levey   Jennings Plot   Two controls Per Test can be programmed   All Test Results must be available on screen  Instrument must have European CE  amp  USFDA certified   Rs 232 type serial port must be available    Page 35 of 46    19  PS 2 Type port for External Keyboard and external printer is must apart from inbuilt  alpha Numeric Keyb
70. ubmitting  the Income Tax Return  ITR      Undertaking for acceptance of terms  amp  conditions     Tenderers should submit an Undertaking certifying that they accept all terms  amp  conditions  mentioned in this tender document prepared on a non judicial stamp paper of Rs 100    denomination in the format given under Annexure 3    Tenderers should upload a copy of the undertaking in the e procurement system and original  be submitted along with the EMD in physical form    Non submission of undertaking will result in rejection of the tenders     Warranty Guaranty Undertaking    Tenderers should submit a Warranty Guaranty Undertaking certifying that they accept the  Warranty clause as given under Section IV of this tender document  prepared on non judicial  stamp paper of Rs 100   denomination in the format given under Annexure 4    Tenderers should upload a copy of the warranty undertaking in the e procurement system  and original be submitted along with the EMD in physical form    Non submission of warranty undertaking will result in rejection of the tenders     Validity of Tenders    The Tenders will remain valid for 150 days from the date of opening  due date  of tenders   Director  Rajiv Gandhi Super Specialty Hospital  reserves the right to extend the validity of  tenders beyond 150 days  by notifying the concerned tenderers  However  tenderers consent  for holding the prices through the extended period will be taken during the currency of validity     Technical Bid  TB 
71. uding warranty obligations by the contractor    3 4 The performance guarantee will be released after 90 months from the date of installation of  equipment    4  Technical specifications and standards    The goods to be supplied by the contractor under this contract shall conform to the technical  specifications and quality control parameters mentioned in Section    VIII A echnical  Specifications  amp  Compliance Statementoof this document     5  Packing and Marking  5 1 The packing for the goods to be provided by the contractor should be strong and durable enough    to withstand  without limitation  the entire journey during transit including trans shipment  if any    rough handling  open storage etc  without any damage  deterioration etc  As and if necessary  the  size  weights and volumes of the packing cases shall also take into consideration  the remoteness  of the final destination of the goods and availability or otherwise of transport and handling facilities  at all points during transit up to final destination as per the contract     Page 12 of 46    5 2 The quality of packing  the manner of marking  within  amp  outside the packages and provision of    8 1  8 2    8 3    accompanying documentation  shall strictly comply with the requirements as provided in Technical  Specifications  In case the packing requirements are amended due to issue of any amendment to  the contract  the same shall also be taken care of by the contractor accordingly     DELIVERY OF STORES    
72. urrency of the contract  such as war  hostilities  acts of the public enemy  civil  commotion  sabotage  fires  floods  explosions  epidemics  quarantine restrictions  strikes   lockouts  or acts of God  the Contractor shall  within a week from the commencement thereof   notify the same in writing to the Purchaser with reasonable evidence thereof  Unless otherwise  directed by dept  in writing  the contractor shall continue to perform its obligations under the  contract as far as reasonably practical and shall seek all reasonable alternative means for  performance not prevented by the Force Majeure event  If the force majeure conditions s   mentioned above be in force for a period of 90 days or more at any time  either party shall have  the option to terminate the contract on expiry of 90 days of commencement of such force majeure  by giving 14 days  notice to the other party in writing  In case of such termination  no damages  shall be claimed by either party against the other  save and except those which had occurred  under any other clause of this contract prior to such termination     21 Code of ethics  The Hospital  as well as the Bidder   Contractors   Manufacturers   Authorised Supplier under the  contract shall observe the highest standard of ethics during the procurement or execution of such  contracts  In pursuit of this policy  for the purpose of this provision  the terms set forth below are  defined as follows    21 1 Corrupt practiceOmeans the offering  giving  r
73. use by the Firms as mentioned in Clause 16 of Section III    vi  Attempts to influence Department decisions on scrutiny  comparison  evaluation and  award of Tender    22 2 Besides  suitable administrative actions  like rejecting the offers or delisting of  registered firms  Hospital would ban blacklist Tenderers committing such  misdemeanor  including declaring them ineligible to be awarded the Department amp   contracts for indefinite or for a stated period of time     Resolution of disputes  If dispute or difference of any kind shall arise between the Hospital and the Contractor in    connection with or relating to the contract  the parties shall make every effort to resolve the  same amicably by mutual consultations  If the parties fail to resolve their dispute or difference  by such mutual consultation within twenty one days of its occurrence  then  either the Hospital  or the contractor may seek recourse to settlement of disputes through arbitration as per The  Arbitration and Conciliation Act 1996 as per the below mentioned Arbitration Clause     Arbitration Clause   If both parties fail to reach such amicable settlement  then either party  the Purchaser or  Seller  may within twenty one days of such failure give a written notice to the other party  requiring that all matters in dispute or difference be arbitrated upon  Such written notice shall  specify the matters which are in difference or of difference of which such written notice has  been given and no other matte
74. ve     Page 10 of 46     vi      vii      viii      xi    xii      xiii      xvii    xviii    xix      xx      xxi      xxii    xxiii     1 2    The fPurchaserOmeans the Director  Rajiv Gandhi Super Specialty Hospital  Tahirpur  Near  Dilshad Garden  Delhi 110093    the organization purchasing goods and services as  incorporated in the documents    fSignedoincludes stamp along with the signature on the paper    fTlestO means such test as is prescribed by the particulars or considered by the Inspecting  Officer whether performed or made by the Inspecting Officer or any agency acting under the  direction of the Inspecting Officer    The delivery of the goods shall have been deemed to take place on delivery of the goods in  accordance with the terms of the contract  after approval by the Inspecting Officer if so  provided in the Contract    AWritingd or AWrittendincludes matter either in whole or in part  in manuscript  typewritten   lithographed  cyclostyled  photographed or printed under or over signature or seal as the case  may be    Words in the singular include plural and vice versa    Words importing the masculine gender shall be taken to include the feminine gender and  words importing persons shall include any company or association or body of individuals   whether incorporated or not    Terms and expressions not herein defined shall have the meanings assigned to them in the  Indian Sale of Goods Act  1930  as amended  or the Indian Contracts Act  1872  as amended   or 
75. ximeter       Should be professional finger oximeter with physician side orientation of display  Should be made from sturdy material to withstand daily operational requirements in hospital  Should be able to withstand multiple drops and exposure to liquids   Should be able to work for different patients   Should have more than 3 years warranty   Should not require any calibrations   Should be Lead Free and Latex Free   Should have bright LED Display   Should have 3 colour pulse quality indicator   Should have auto turn on and off function   Should be able to provide more than 5000 tests on 2 AAA batteries   Pulse display range   18    321 beats per minute   Oxygen saturation accuracy range   701 100   2 digits   Low Perfusion Oxygen Saturation Declared   Accuracy Range  Arms     70 1 100  SpO2  2 digits   Pulse Rate Declared Accuracy Range  Arms     201 250 BPM  3 digits    Low Perfusion Pulse Rate Declared Accuracy Range  Arms                                        401  240 BPM  3 digits    20  Specification for AUTOMATED SCALPEL BLADE REMOVER         Should be an Automatic system to remove and contain used scalpel blades     Should works on all sizes of handles and all types of blades      Should be a Single hand use mechanism      Flask made of bio degradable autoclavable material      Built in counter to show remaining capacity      maximum capacity 100 blades to avoid contamination      US FDA approved  amp  CE marked      Should have Flask  amp  Box version sizes to sui
76. years after the expiry of  standard comprehensive warranty of two years  I we wouldn   t not charge   quote  any extra price on any account during the Comprehensive warranty  guaranty  period  amp  Comprehensive Maintenance Contract period and will ensure continuous  running of the equipment    3  I we do accept   agree to provide uptime Guaranty of 95   as stipulated in this tender  document    4  l we would supply spare parts  if and when required for seven years from the date of  installation of equipment    5  I we would furnish the blue prints of the drawings of the spares as and when required in    connection with the main equipment     Ya ae ae ae ae ee ae ae ee    Yay E ae ae ae ee ae ee ee                           Signature with date  name and designation    for and on behalf of M s                                                       Name  amp  address  amp  seal of the Tenderer     Page 24 of 46    Annexure 5    Undertaking related to After Sales Service     To be submitted on non judicial stamp paper of Rs 100       Tender Item No  Due for Opening on    Name of the equipment     1  I We  are am manufacturers   authorized suppliers of the stores required as per the above  mentioned NIT  hereby confirm that I we have the requisite infrastructure and trained technical  manpower to provide satisfactory after sales service  repair  amp  maintenance  of the equipment  supplied under this contract    2  Our service facility is located at  Indian Centre   complete addre
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
ОКZФJIBUSHI  Canada - Buyandsell.gc.ca  n°13, juillet 2011 - Communauté de communes de Save et Garonne  PERFORMER PLUS USER'S MANUAL  Ligne 83  MAN 152 - REVE - AV-iQ  Polk Audio Melee Xbox 360 Owner's Manual  AS-1414 / AS-1424  IPG VEP Commercial SF Mono 3_M602  CentreCOM LMC101/102/103/103LH ユーザー    Copyright © All rights reserved. 
   Failed to retrieve file