Home
Tender document for supply of equipments in department of
Contents
1. 33 CE statement of compliance from CE notified body or its local supporting affiliate should be submitted for each individual item 34 1SO 9001 14001 18001 13485 certification to be submitted wherever necessary 8 35 The validity of Tender will be for a period of six months from the date of opening Extendable 36 If any accessories are required with the item must be quoted along with the item itself 37 Rates of spares chargeable may be indicated with the Tender 38 The Dean reserves the right to accept or reject any or all the Tenders without assigning any reason s thereof 39 The Tenderer is required to submit undertakings as per the Performa enclosed on a non judicial stamp paper of Rs 100 40 If the item needs calibration the firm shall be responsible for calibration as part of CMC 41 Amount of AMC CMC as the case may be shall also be considered for arriving at the lowest cost 42 The successful bidder shall be determined based on fulfillment of minimum eligibility Criteria specified in the Tender document and lowest prices quoted by the participant bidders 43 If it appears to this office that the items provided by the bidder is defective or of inferior quality or does not match with the requirements of this office or otherwise not in accordance with the terms and conditions the supplier on demand of this office shall forthwith rectify the defects on its own cost as per the requirements of this office and in the event of
2. 10 Technical Specifications 1 PHYSICAL BALANCE with metric system weights Fitted with 3 stone knife edge agates sensitivity 5 milligram other specifications are same Knife Edges Agate Bearings Agate Capacity 200g Sensitivity 5mg Pans Stainless Steel Diameter 100 mm Overall 420x240x380mm 2 LANGANDROFF PERFUSION ASSEMBLY To maintain a mammalian heart beating outside the body the heart must be placed in adequate conditions as regards oxygen supply temp and composition of the perfusion fluid The apparatus consist the parts means reservoir bottle double unit organ bath with all accessories mercury manometer cannula thermometer and two pulleys and starling heart lever The complete unit mounted on heavy stand 3 ELECTRIC KYMOGRAPH Sherrington Starling Kymograph with special heavy duty motor oil lapped gear system speeds from 0 12 mm sec to 640 mm sec in 8 steps Jerk free running instantaneous start and stop clutch stainless steel spindle with screw lift 15X15 cm cylinder with pilot lamp and plug cord 4 ANALGESIOMETER TAIL FLICK 1 Description of Function 1 1 This Tail Flick Unit is required to perform rapid precise screening of analgesic drugs on the rat tail 2 Operational Requirements 2 1 Microprocessor based system required with PC connectivity 3 Technical Specifications 3 1 Should consist of an I R source whose radiant energy of adjustable intensity is focused on the rat tail 3 2 Holder should
3. ml capacity 2 numbers microcuvettes 2 numbers 2 28 A suitable online UPS with tubular batteries maintenance free and one hour backup time should be supplied 3 Standards Safety and Training 3 1 Manufacturer should have ISO certification 3 2 Product should be European CE US FDA approved 3 3 Certificate of calibration and inspection from the factory 4 Documentation 4 1 User Service Manual in English 2 Nos must be provided 4 2 Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet Any point if not substantiated with authenticated catalogue manual will not be considered 15 12 ELECTRONIC BALANCE 100MG 5 GM 1 Digitally operated High contrast large LCD display for easy viewing Automatic external calibration Conforms GLP GMP and ISO 9001 USFDA standard Dye cast aluminium design for long term stability and accurate results 2 3 4 5 6 7 8 9 Various weighing units like mg gm etc should be provided User selectable stability Readability 0 0001 gm Linearity 0 0002 gm 10 Pan size gt 80 mm diameter or as per user requirement 11 Response time 2 3 sec 12 Voltage range 220v AC 50Hz 16 List of Annexures Custom Duty Exemption Certificate Declaration Form Should be submitted on a non judicial stamp paper of Rs 100 Manufacturers Authorization Form Annexure V a amp
4. with prices indicated Rates Price should be typed both in words as well as in figures free from erasing cutting and over writing 4 Price quoted should match with the items quoted in technical bid Each and every page of the quotation be separately numbered and duly signed O ON OO F amp F WwW N gt Only Techno commercial bid Un Priced bid will be opened first and shall be referred for the Technical Evaluation The price bid of only those Tenderers whose technical bid is found acceptable by a committee authorized by the competent authority will be opened for further action In case the price quoted cannot be matched with the item s quoted in technical bid the bid shall be liable to be rejected Price and S T VAT must be quoted separately The price should be all inclusive lump sum including cost of the item freight insurance transit insurance packing forwarding etc and including charges for installation and commissioning with all the men and material required for the same and for the quoted warranty period The price should be on F O R ESIC Medical College amp Hospital NH 3 Faridabad basis No other charges in addition will be payable on any account over and above the lump sum price quoted in the price bid except S T VAT The rates quoted in ambiguous terms such as Freight on actual basis or Taxes as applicable extra or Packing forwarding extra will render the bid liable to rejection The price of t
5. EMPLOYEES STATE INSURANCE CORPORATION MEDICAL COLLEGE amp HOSPITAL NH 3 NIT FARIDABAD Haryana 121001 Under Ministry of Labour Govt of India Phone 0129 4156471 No 06 2015 fbd Date 4 11 15 Tender Enquiry No 06 2015 fbd Date of floating Tender 4 11 2015 Last Date amp time of submitting of Tender 2 12 2015 12 00 noon Date and time of opening Tender 2 12 15 1 00 pm Earnest Name of Item Money Document Cost Supply of Equipments in Department O Pharmacology in ESIC College amp As mentioned Faridabad Asin list against Double each item bid Dean ESIC Medical College amp Hospital NH 3 Faridabad invites sealed bid under double bid system Technical Bid and Price Bid For Supply of Pharmacology Equipments in the Department of Pharmacology in ESIC Medical College amp Hospital Faridabad Interested firms are requested to collect Tender form with term amp Conditions from Dean s Office ESIC Medical College amp Hospital NH 3 Faridabad on any working day from 10 00 am to 3 00 pm and on Saturday from 10 00 am to 12 noon at the cost of Rs 500 Five hundred in the form of Demand Draft Nonrefundable in favour of ESIC FUND ACCOUNT NO 1 payable at Faridabad Tender documents can also be downloaded from ESIC website http Awww esic nic in http www esicmcfbd org in that case DD for the cost is to be enclosed with Tender Tender form is to be submitted completed in all respects along with pre
6. Haryana and on www esicmcfbd org Bidders shall not be permitted to withdraw their offer or modify the terms and conditions of these bidding documents In case the bidder fails to observe and comply with the stipulations made herein or back out after quoting the rates or imposes any additional conditions the aforementioned demand draft shall be forfeited 2 One time custom exemption certificate for import of Hospital items under condition no 86 at sl No 485 of the Ministry of Finance Department of Revenue vide notification no 12 2012 Customs dated 17 March 2012 has been issued for ESIC Medical College Faridabad Annexure l 3 Bidders or their manufacturer s who stand deregistered banned blacklisted from any government authority in the past 5 years need not participate in the bidding 4 The Tenderer must enclose a draft banker Cheque for sum mentioned against each items as earnest money drawn in the favour of ESI Fund A C No 1 payable at Faridabad or New Delhi in case the bank does not have a clearing house at Faridabad or fixed deposit receipt from a commercial bank or bank guarantee from a commercial bank which should be valid for a period of 9 months from last date of closure of bid 5 EMD Deposited with earlier Tender if any or in any other form as given will not be adjusted accepted against this Tender Tender without EMD will not be accepted in any case 6 Tenderer will have to demonstrate the quoted item to the Technical Eval
7. Technical Specifications b He has not supervised the commissioning of the equipment s plant s in time i e within the period specified in the contract from date of intimation by the Purchaser Consignee in respect of the installation of the equipment s plant s c The supplier as specified in the contract has not done training of personnel The extent of delay for each of the activities to be performed by the supplier in terms of the contract is The amount of recovery on account of non supply of accessories and spares is given under Para no 02 The amount of recovery on account of failure of the supplier to meet his contractual obligations is here indicate the amount Signature Name Designation with stamp Explanatory notes for filling up the certificate i He has adhered to the time schedule specified in the contract in dispatching the documents drawings pursuant to _ Technical Specification ii He has supervised the commissioning of the equipment s plant s in time i e within the time specified in the contract from date of intimation by the Purchaser Consignee in respect of the installation of the equipment s plant s iii Training of personnel has been done by the supplier as specified in the contract iv In the event of documents drawings having not been supplied or installation and commissioning of the equipment s plant s having been delayed on account of the supplier the extent of delay should al
8. UTHORISATION FORM To Dean ESIC Medical College amp Hospital NH 3 Faridabad Haryana Pin 121001 Dear Sir Ref Your TE document No dated We who are proven and reputable manufacturers of name and description of the goods offered in the tender having factories at gt hereby authorize Messrs name and address of the agent to submit a Tender process the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured by us We further confirm that no supplier or firm or individual other than Messrs name and address of the above agent is authorized to submit a Tender process the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured by us We also hereby extend our full warranty AMC CMC as applicable as per TED read with modification if any in the Special Conditions of Contract for the goods and services offered for supply by the above firm against this TE document Yours faithfully Signature with date name and designation SEAL For and on behalf of Messrs Name amp address of the manufacturers Note 1 This letter of authorization should be on the letterhead of the manufacturing firm and should be signed by a person competent and having the power of attorney to legally bind the Manufacturer 2 Original letter may be
9. V b Price Schedule Consignee Receipt Certificate Final Acceptance Certificate By The Annexure VII Consignee Proforma LK ARNEXUECNMccccccg The Compulsory Documents and check list 17 ANNEXURE AUG 14 2012 14 17 From To 1292299387 Ps ia i L 20027 2 2012 1C Govemment of India Ministry of Health and Famity Welfare LC Section Nirman Bhawan New Delhi Dated the yt July 2012 OFFICE MEMORANDUM Subject Issuance of one time certificate of category for import of hospital equipments under Condition No 86 at SI No 485 of the Ministry of Finance of Revenue Notification No 12 2012 Customs dated 17 March 2012 The undersigned is directed to refer to Ministry of Labour and Employment s letters No S 38025 12 2003 SS 1 dated 4 January 2012 and 26 June 2012 on the subject mentioned above and to forward herewith the necessary certificate in respect of four ES Hospitals in terms of Ministry of Finance Department of Revenue Condition No 86 at SI No 486 Notification No 12 2012 Customs dated 17 March 2012 z Ambuj Sharma Under Secretary to the Government of India Tele 2306 1986 Shri Animesh Bharti Director Ministry of Labour and Employment SS Section Shram Shakti Bhavan New Delhi Copy forwarded with enclosures for information to 1 The Assistant Commissioner of Customs Faridabad Chandigarh Patna Gulbarga Department of Revenue CERTIFICATE Certified that the under menti
10. avelled 2 10 Should be able to determine neuro pixicity muscle tone balance and motor co ordination in rats and mice 3 Standards Safety and Training 3 1 Should be CE BIS approved product 3 2 Calibration Acceptance test certificate from the factory required 3 3 Manufacturer Supplier should have ISO certification for quality standards 4 Documentation 4 1 User Service Manual in English 4 2 Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet Any point 7 ELEVATED PLUS MAZE 1 Description of Function 1 1 This Elevated Plus Maze a sturdy apparatus frequently used to measure anxiety levels in rodents and to screen potential anxiolytic drugs 2 Technical Specifications 2 1 Should have an elevated 4 arm maze in which 2 arms are open and 2 are closed with glass opening on top HxLxW 40 45 cmx50 60 cmx10 12 cm 2 2 Should have closed arm walls are held solidly in slotted base 2 3 Grey non reflective base plate 2 4 Grey Walls Height 500 mm 2 5 Transparent Walls Height 100 mm 2 6 Made by Wood stainless steel 2 7 Should Tracks time spent and distance travelled speed and resting time in each zone 3 Standards Safety and Training 3 1 Should be CE BIS approved product 3 2 Calibration Acceptance test certificate from the factory required 3 3 Manufacturer Supplier should have ISO certification for quality standards 4 Doc
11. be available to be used with the mouse 3 3 The instrument should automatically detect the withdrawal latency to the nearest 0 1 s 11 3 4 The Experimental data can be directly exported to the PC USB or serial ports 3 5 Dedicated Data Acquisition Software Package 4 Standards Safety and Training 4 1 Should be CE BIS approved product 4 2 Calibration Acceptance test certificate from the factory required 4 3 Manufacturer Supplier should have ISO certification for quality standards 4 4 Should have local service facility The service provider should have the necessary equipments recommended by the manufacturer to carry out preventive maintenance test as per guidelines provided in the service maintenance manual 5 Documentation 5 1 User Service Manual in English Both soft and hard copy 2 Nos must be provided 5 ELECTRO CONVULSIOMETER with corneal electrodes 2 pairs and ear clips each variable current stimulus 0 25mA to 360 mA _10 Stimulus duration 0 1 to 1 sec 5 in steps of 0 1 sec 1 Description of Function 1 1 To the study of Anti Convulsion and Anti Epileptic drugs whether for education screening or manufacturing of drugs 2 Technical Specifications 2 1 Should provide 50Hz Stimulus Current variable from 0 25mA to 360 mA through three controls for producing minimal and Supra maximal seizure in small animals 2 2 The duration of Stimulus current is variable from 0 1 second to 1 second in steps of 0 1 second 2 3 Powe
12. bove are enclosed in the tender and no column is left blank If any column is not applicable it may be filled up as NA 3 It is the responsibility offenderer to go through the TE document to ensure furnishing all required documents in addition to the above if any Signature with date Full name designation amp address of the person duly authorized to sign on behalf of the Tenderer For and on behalf of Name address and stamp of thetendering firm 28
13. d place acceptable to the purchaser for technical acceptability as per the Tender specifications before the opening of the Price Tender Tenders will be opened on the due date at 1 00 pm in the Conference room of the ESIC Medical College amp Hospital NH 3 Faridabad In the presence of bidders or their authorized representative If due date of opening is declared holiday Tender will be opened on next working day at same time and place The undersigned reserves the right to accept or reject_any or all the bids without assigning any reason at any stage DEAN ESIC Medical College amp Hospital NH 3 Faridabad 2 EMPLOYEES STATE INSURANCE CORPORATION MEDICAL COLLEGE amp HOSPITAL NH 3 NIT FARIDABAD Haryana 121001 Under Ministry of Labour Govt of India Phone 0129 4156471 No 06 2015 fbd Date 4 11 2015 SUB For Supply of Pharmacology Equipments in ESIC Medical College Faridabad TENDER DOCUMENT Tender is invited for Supply of Pharmacology Equipment in the Department of Pharmacology for ESIC Medical College Faridabad up to scheduled time and Date Sealed Tenders should bear the Tender inquiry No and be clearly super scribed as For Supply of Pharmacology Equipments for Pharmacology Department in ESIC Medical College Faridabad Tenders submitted after scheduled time shall out rightly be rejected S Item Qty EMD Warranty CMC No Required or not 1 Physical Balance with met
14. e competent authority of this office in this regard shall be final and binding 45 In the event of any dispute or differences between the contractor and the office whether arising during the execution of orders under these terms and conditions or thereafter whether by breach in manner in regard to the construction of the terms and conditions or the respective rights and liabilities of the parties here to there under or any matter or thing out of or in relation to or in connection with these terms and conditions then the decision of the DEAN ESIC MEDICAL COLLEGE amp HOSPITAL NH 3 FARIDABAD HARYANA will be final 46 Disclaimer The near relatives of the employees of ESIC MEDICAL COLLEGE amp HOSPITAL NH 3 NIT FARIDABAD HARYANA are prohibited from participation in this bid The near relatives for this purpose are defined as a Members of Hindu undivided family b Their husband or wife c The one is related to the other in the manner as father mother son s son s wife daughter in law daughter s amp daughter s husband son in law brother s brother s wife sister s and sister s husband brother in law 47 The contract shall be subject to the jurisdiction of competent courts of laws at Faridabad Haryana 48 The authority reserves the right to seek satisfactory performance report directly from the user enlisted in the user list provided by the bidder Dean ESIC Medical College amp Hospital NH 3 Faridabad
15. erms and conditions mentioned in the tender document and undertake to comply with them b The rates quoted by me are valid and binding upon me for the entire period of contract and it is certified that the rates quoted are the lowest quoted for any other institution hospital in India c The earnest money of Rs to be deposited by me has been enclosed herewith vide Demand Draft no Dt drawn on bank Branch d I hereby undertake to supply the items as per directions given in the tender document supply order within stipulated period e I We give the rights to Dean to forfeit the earnest money deposited by me us if any delay occur on my agent s part or failed to supply the article within the appointed time or the items of desired quality f There is no vigilance CBI case or court case pending against the firm Whether insured against fire theft burglary etc If so Date Signature of the Tenderer Place Full Name Office seal of theTenderer Designation 19 10 ANNEXURE III UNDERTAKING To be submitted in non judicial stamp paper of Rs 100 I We Name of authorized Signatory the undersigned hereby declare and affirm that I We have gone through the terms and conditions governing the Tender and undertake to comply with all terms and conditions The rates quoted by me are valid and binding upon me for the period of validity of the Tender That the earnest money of Rs deposited by me us vide Banker Cheq
16. he items should be quoted in Indian Rupees only The contents of Techno Commercial Bid Two bidTenders should include following items Covering letter indicating the list of enclosures Cost of Tender documents if downloaded from website by demand draft EMD in accordance with instructions as above Name and detailed specifications of the quoted item with price Blanked Name and detailed specifications of essential accessories if any with price Blanked Name and detailed specifications of optional accessories if any with price Blanked Warranty Offered 2 Year s Minimum for Two Years Rates of CAMC minimum for 5 years after expiry of warranty as and where required User list 0 Statement of deviation parameter wise from specifications if any 5 11 Statement of deviation parameter wise from Tendered conditions if any 12 Copy of PAN No I T R of last three years 13 Proof of Turnover of at least Rs 2 5 Crore each year for past three consecutive years 14 Authority letter from manufacturer authorizing the distributor stockiest if applicable 15 Name and address of nearest authorized service center 16 Catalogue of the item showing the make model no and specifications 17 Declaration undertaking on stamp paper as per the proforma enclosed Annexure Ill TERMS AND CONDITIONS GOVERNING CONTRACT 1 Any amendments in the Tender documents at any stage of Tender shall be uploaded on the website www esic nic in in the link for Tender
17. ignee with date 9 Seal of the Consignee 24 To M s Annexure VII Proforma of Final Acceptance Certificate by the Consignee Date Subject Certificate of commissioning of equipment plant This is to certify that the equipment s plant s as detailed below has have been received in good conditions along with all the standard and special accessories and a set of spares subject to remarks in Para no 02 in accordance with the contract technical specifications The same has been installed and commissioned a b c d e f g h Contract No dated Description of the equipment s plants Equipment s plant s nos Quantity Bill of Loading Air Way Bill Railway Receipt Goods Consignment Note no dated Name of the vessel Transporters Name of the Consignee Date of commissioning and proving test Details of accessories spares not yet supplied and recoveries to be made on that account Description of Item Quantity Amount to be recovered The proving test has been done to our entire satisfaction and operators have been trained to operate the equipment s plant s The supplier has fulfilled its contractual obligations satisfactorily or The supplier has failed to fulfill its contractual obligations with regard to the following 25 a He has not adhered to the time schedule specified in the contract in dispatching the documents drawings pursuant to _
18. its failure to do so within a period specified by this office in the demand aforesaid the supplier will be liable to pay compensation as decided by the competent authority 44 The schedule of completion of purchase shall be strictly adhered to as defined in the Tender document as time is the essence of the contract Any unjustified and unacceptable delay in completion of the purchase shall render the supplier liable for the liquidated damages 1 5 of the contract price week subject to a maximum of 5 weeks and thereafter this office shall have the option to cancel the purchase order and get the work completed from any other source at the risk and cost of the supplier The supplier shall also be liable to pay to this office a cancellation charge of 10 of the value of goods supplied The payment or deductions of such sums shall not relieve the supplier from his obligations to complete the supply or from his other obligations and liabilities under this contract agreement The date of completion of the purchase in accordance with the Tender documents shall be deemed to be essence of the contract and must be completed no later than the period specified therein Extension will not be given except in exceptional circumstances should however execution is delayed over after the expiry of the 9 contracted period without prior concurrence of this office such execution will not deprive the office of its right to recover liquidated damages The decision of th
19. l be received and opened on next working day as per the above mentioned schedule Two Bid System Tenderers are to submit two sealed bids Viz Techno commercial Bid and Price Bid separately super scribing as Tender For Supply of Pharmacology Equipments in the Department of Pharmacology in ESIC Medical College Faridabad Name of item due on 2 12 2015 on first envelope and Price Bid for Tender For Supply of Pharmacology Equipment in the Department of Pharmacology in ESIC Medical College Faridabad Name of item due on 2 12 15 on the second envelope Both the envelopes should have name of the company quoting the Tender Each and every page of the quotation should be separately numbered and duly signed Both the envelopes are again to be sealed and put in a single envelope super scribing name of item and name of company Last date of submission of Tender addressed to the Dean ESIC Medical College amp Hospital NH 3 Faridabad as follows The Tender s Technical bid and price bid envelopes should be put in sealed envelope addressed to the Dean ESIC Medical College amp Hospital NH 3 Faridabad Haryana 121001 The envelope should be super scribed as Tender for Supply of Pharmacology Equipments in the Department of Pharmacology in ESIC Medical College Faridabad Name of item due on 2 12 15 The contents of price Bid should include following items The information given at Techno commercial bid should be reproduced in price bid
20. ll spare parts required for installation and standardization of system to be given free of cost 24 The Tenderer shall submit list of users and satisfactory report of quoted model from reputed institute preferably Government institute hospitals 25 The Dean through a committee shall arrange for inspection and installation of items at Medical College Faridabad and payment shall be released after final acceptance certificate is issued as per Proforma enclosed Annexure VIl 26 The purchase committee or any of its members may visit the factory facility to determine the eligibility of the Tenderer 27 Payment of item will be made through ECS within two weeks after the successful installation commissioning and training to user department and satisfactory inspection of the item 28 For the item where spare parts are required The price bid must include A Rate list indicating the prices and packing prevalent on date of Tendering B List indicating cost and life of consumables 29 Photocopy of ITR PAN No Should be enclosed with the completed Tender as mentioned in Annexure VIII 30 Tenderer if not a manufacturer has to submit manufacturer s authorization certificate as per Annexure IV 31 If the committee deems fit and desires to visit the manufacturing unit the same has to be arranged by the bidder 32 The committee shall reserve the right to seek performance report from the institutions where the manufacturer s item has been supplied
21. on yearly basis for complete equipment 3 The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening The taxes to be paid extra to be specifically stated In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later 4 Cost of CMC will be added for Ranking Evaluation purpose 5 The uptime warranty will be 98 on 24 hrs X 7 days X 365 days basis or as stated in Technical Specification of the TE document 6 All software updates should be provided free of cost during CMC period 7 The supplier shall keep sufficient stock of spares required during Annual Comprehensive Maintenance Contract Period In case the spares are required to be imported it would be the responsibility of the supplier to import and get them custom cleared and pay all necessary duties Name Business Address Place Signature of Tenderer Date Seal of Tenderer 23 Annexure VI CONSIGNEE RECEIPT CERTIFICATE To be given by consignee s authorized representative The following store s has have been received in good condition 1 Contract No amp date 2 Supplier s Name 3 Consignee s Name amp Address with telephone No amp Fax No 4 Name of the item supplied 5 Quantity Supplied 6 Date of Receipt by the Consignee 7 Name and designation of Authorized Representative of Consignee 8 Signature of Authorized Representative of Cons
22. oned hospitats which are under the control of Ministry of Labour fall in category a of Condition No 86 at SI No 485 of the Ministry of Finance Department of Revenue Notification No 12 2012 Customs dated 17 March 2012 1 ESIC Medicai College and Hospital Central Green NIT 3 Faridabad Haryana 2 ESIC Medical College and Hospital Village Nerchowk Mandi H P 3 ESIC Medical College and Hospital Village Bihta Patna Bihar 4 ESI Medical and Dental College and Hospital Village Kusnoor Gulbarga Kamataka Foen als f gt Ambuj Sharma Under Secretary to the Govemment of India Tele 2306 1986 18 TENDER APPLICATION DECLARATION FORM ANNEXURE II Name of the firm Full Postal Address 3 4 TelephoneNo S O 6 E mail address o Any other Act if not who are the owners Please give full address 10 Name and Address of your Banker stating the name in which the Account stands with A c Numbers with IFSC Code a cancelled cheque please state the amount and name of company with policy no 12 Are you in the list of approved contractors of any other organizations institutions if any give details Append extra page if necessary 13 Give details of any Government contracts executed during the last twelve months Append extra page if necessary 14 Any other information which you consider necessary to furnish UNDERTAKING a l the undersigned certify that have gone through the t
23. r Supply 230V 50Hz 2 4 Should be supplied with corneal electrode pair different cup size and eye clip pair 3 Standards Safety and Training 3 1 Manufacturer should have ISO certification 3 2 Product should be CE BIS approved 4 Documentation 4 1 User Technical manual should be supplied 6 ROTAROD APPARATUS 1 Description of Function 1 1 The Rota Rod treadmill technique has proved to be of great value in research involving screening of drugs which are potentially active on motor coordination 2 Operational Requirements 2 1 Microprocessor microcontroller treadmill is required for rats mice 2 2 Technical Specifications 2 3 Rota Rod treadmill should consist of a computer controlled stepper motor driven drum with constant speed or accelerating speed modes of operation or Variable speed via belt gear 12 2 4 Provision of recording 5 animals simultaneously in five test zones with independent trip counter 2 5 Plexi Glas front panels for viewing during test 2 6 Adjustable test length at least upto 900 sec start speed 0 20 25 30 variation of 3 RPM top end speed Max speed 30 RPM ramp speed Forward and reverse rotation mode 2 7 PC connectivity as well as suitable PC of Latest configuration should be supplied 2 8 Printer connectivity as well as Printer should be supplied 2 9 Should have a digital display shows all test results for each animal position The results should include Stopping RPM length of test and distance tr
24. ric system weights 30 4350 2 years Yes 2 Pestle and Mortar 6 Porcelein 30 270 No No 3 Iron Spatula 30 18 No No 4 China Dish 3 30 27 No No 5 Langandroff perfusion assembly 1 2500 2 years Yes 6 Electric kymograph 1 600 2 Years No 7 Analgesiometer 1 2500 2 years Yes Tail Flick Method Digital 8 Electroconvulsiometer 1 2500 2 years Yes 9 Rotarod Apparatus 1 7500 2 years Yes computerised 10 Elevated Plus Maze 1 1500 2 years Yes 12 Photoactometer 1 3000 2 years Yes 13 Bicycle Ergometer 1 2000 2 years Yes 14 Electric Hot Plate 2 500 2 Years No 15 Double beam UV spectrophotometer 1 4 000 2 years Yes 16 Cook s Pole Climbing Apparatus 1 1500 2 years Yes 17 Electronic Balance 1 5000 2 years Yes Tenders complete in all respect must be dropped in the Tender box kept in the Office of the Dean ESIC Medical College amp Hospital NH 3 Faridabad Haryana on or before the last date mentioned in the Tender notification The Tenders will be opened as scheduled and indicated in the Tender notification in the Conference hall at 1 00 pm in the presence of Tenderer s or their representatives on behalf of the bidder who may like to be present on that day The representative of the bidder should bring with him a letter of authority from the bidder and proof of identification In case date of opening of Tender is declared as holiday Tenders shal
25. scribed EMD in favour of ESIC FUND ACCOUNT NO 1 payable at Faridabad in form of Demand Draft The Annexure V a amp V b contains the format in which price has to be quoted as per the commercial terms for the Tender Tender complete in all respects should be dropped in Tender box kept in the Committee Room of the Dean Office ESIC Medical College amp Hospital Faridabad Tender received after 12 00 noon on due date will not be entertained The Technical Bid and Price Bid must be sealed by the bidder in the separate envelopes duly super scribed Technical Bids for Supply of Pharmacology Equipments in the Department of Pharmacology in ESIC Medical College amp Hospital Faridabad and Price Bid for Supply of Pharmacology Equipments in the Department of Pharmacology in ESIC Medical College amp Hospital Faridabad both the sealed envelope are to be put in the bigger envelope which should also be sealed and super scribed Bid For Supply of Pharmacology Equipments in the Department of Pharmacology in ESIC Medical College amp Hospital Faridabad Notwithstanding anything stated above the Purchaser reserves the right to assess the Tenderers capability and capacity to perform the contract satisfactorily before deciding on award of Contract should circumstances warrant such an assessment in the overall interest of the Purchaser The Purchaser reserves the right to ask for a free demonstration of the quoted items at a pre determine
26. sent 21 Annexure V a PRICE SCHEDULE A PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED WITHIN AREA Brief Sales Transportati Incidental Unit Descript Tax VA_ on services Price ion of warehouse T if loading unlo including at Goods EX any ading and Installation consig with showroom amp incidental amp nee make amp Off the value costs till Commissio site model shelf consignee s ning superv site ision Demo 5 6 7 nstration 8 9 And 10 Training at the Consignee TotalTender Price in Rs In words Note 1 If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail 2 The charges for Annual CMC after warranty shall be quoted separately Name Business Address Place Signature ofTenderer Date Seal of theTenderer 22 Annexure V b PRICE SCHEDULE FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT AFTER WARRANTY PERIOD Maintenance Contract Cost for Total CMC cost for five years DESCRIPTION QUANTITY Each Unit year wise _ 3x 4a 4b 4c 4d 4e OF GOODS Nos After completion of Warranty period NOTE 1 Incase of discrepancy between unit price and total prices THE UNIT PRICE shall prevail The cost of Comprehensive Maintenance Contract CMC which includes preventive maintenance inc technical service operational manual labour and spares after satisfactory completion of Warranty period may be quoted for next five years
27. splays a large array of data also in graphical format 2 7 Should have chemical resistant keypad 2 8 Should be Stand alone or PC operated 2 9 Validation Self Diagnosis incorporating a number of parameters and wavelength calibration are automatically initiated upon start up 2 10 GLP GMP feature for analysis requiring validation and auditing Parameters such as Wavelength accuracy Wavelength reproducibility band pass baseline flatness baseline stability and Noise level 2 11 Up to 20 operating programs and up to 10 set of measurement data can be stored in the flash memory 2 12 Programs easily recalled edited and deleted 2 13 Should have USB port for direct download in to memory stick 2 14 Optics Concave diffraction grating Double Beam Principle 2 15 Wavelength Range 190nm 1 100 nm 2 16 Spectral Bandwidth 1 5 nm 2 17 Stray Light lt 0 05 220nm Nal 340nm NaNO2 2 18 Wavelength Accuracy 0 3nm 2 19 Photometric Range Absorbance 3 to 3 T 0 to 300 T Concentration 0 000 to 9 999 2 20 Wavelength Scan Speed 10 100 200 400 800 1 200 2 400 3 600 nm minute 2 21 Baseline Stability 0 0003 Abs hr 500nm after 2 hours 2 22 Noise Level 0 0003 Abs 500nm 2 23 Detector Silicon Photodiode 2 24 Power requirements 220 240 V 50 Hz 2 25 Cuvette chambers to hold 4 cuvettes 1 for blank 3 samples for samples with matching cuvettes 2 26 Computer Latest configuration with necessary software and Laser printer 2 27 Cuvettes glass amp quartz of 1
28. t three years prior to the date of Tender opening 2012 13 2013 14 2014 15 Have you enclosed IT returns for the last three years 2012 13 2013 14 2014 15 Have you enclosed the names amp addresses of other hospitals etc to whome items is supplied Have you accepted delivery period as per TE document a ia 27 ae you accepted the terms of delivery as Pp ff per FOR basis at consignee site basis AS Have yo accepted the waranty AME EME as per TE document ff 19 Have you accepted all terms and conditions of TEdocument Have you fully accepted payment terms as per TED ____ 2 fae aa sami H O 21 quoted items Have you submitted copy of the orders s against the above end i a user certificate s eee ees He forms from website 24 Have you enclosed the details of application fee mentioning the details of DD 25 Have you enclosed a valid Trade License Certificate 26 Have you submitted mandatory AMC CMC for 5 years Certificate ie along with rates for each year i a 27 Have you enclosed an agreement for supply of spare parts for five A ee ee a E 28 Have you submitted the name amp address of service centers in Bel E gt aie A I Have submitted the original TED after signing on all pages Ee ae 1 All pages of the Tender should be page numbered and indexed 2 The Tenderer may go through the checklist and ensure that all the documents confirmations listed a
29. tory animals 1 2 Should produce electric shock of up to 100 volts for activating rats 1 3 The stimulus is variable from 0 to 100v amp indicating on meter 2 Standards Safety and Training 2 1 Manufacturer should have ISO certification 2 2 Product should be CE BIS approved 3 Documentation 3 1 User Technical Service manual should be provided 11 SPECTROPHOTOMETER UV VIS DOUBLE BEAM 14 1 Description of Function 1 1 UV Vis spectroscopy is routinely used in the quantitative determination of solutions of transition metal ions and highly conjugated organic compounds The instrument used in ultraviolet visible spectroscopy is called a UV vis spectrophotometer It measures the intensity of light passing through a sample I and compares it to the intensity of light before it passes through the sample Io In a double beam instrument the light is split into two beams before it reaches the sample One beam is used as the reference the other beam passes through the sample Some double beam instruments have two detectors photodiodes and the sample and reference beam are measured at the same time 2 Technical Specification 2 1 Double beam optics 2 2 High resolution 1 5nm spectral band pass 2 3 Pharmacopoeia standards 2 4 Light Source should be Tungsten Halogen and Deuterium Lamps Light Source Switching Automatic switching selectable from 325nm to 370nm 2 5 Should have LCD Display 2 6 LCD screen with adjustable Brightness control di
30. uation Committee within the stipulated time frame as and when asked for The Tender shall be liable to be 6 cancelled on non compliance of this clause 7 EMD will be released to unsuccessful bidder s after finalization of Tender 8 Preference shall be given to Tenderer who shall bid for 3 or more differentitems mentioned in the Tender 9 10 of the payment shall be with held from the successful bidder alternately the successful bidder shall submit bank guarantee for 3 months prospectively from the period of expiry of warranty The same will be released on satisfactory performance of the item after expiry of warranty 10 Either the authorized Indian agent on behalf of the principal OEM or principal OEM itself can bid but both cannot bid simultaneously for the same item product in the same Tender 11 If an agent submits bid on behalf of one principal OEM the same agent shall not submit a bid on behalf of another principal OEM in the same Tender for same item product 12 The company will get only one chance for demonstration In case the company fails to arrange the demonstrationthe Tender shall be liable to be cancelled 13 The date for demonstration shall be fixed with mutual consent on telephone e mail the same shall be confirmed in writing and by fax e mail Only reasonable time shall be given to arrange for demonstration 14 In case demonstrationof the item is asked if any the same has to be arranged at Faridabad 15 Only the man
31. ue Demand Draft no Dt drawn On Name of the Bank is attached herewith That I We authorize Dean to forfeit the earnest money deposited by me us in case of any delay or failure to supply the article within the stipulated time and the items of desired quoted quality That I We will be in the position to provide Annual Maintenance Contract Comprehensive Maintenance Contract AMC CMC spare parts accessories attached and its consumables for 5 years from the date of satisfactory installation of the equipment till the AMC CMC period is over That there is no vigilance CBI case or court case pending against the firm debarring my firm to supply of items quoted That I We hereby undertake to supply the items as per directions given in supply order within stipulated period That I We undertake to maintain the equipment to the satisfaction of user during the period of warranty and guarantee I We have been informed that the Dean has the right to accept or reject any or all the Tenders without assigning any reason thereof We Name of firm undertake that we will provide 3 Three preventive service on quarterly basis during the warranty and AMC CMC period as offered in our Tender and any no of break down calls shall also be attended within 24 hrs I We also agree that the payment of AMC CMC shall be made to me us on half yearly basis after satisfactory preventive service Signature and address of the Tenderer 20 ANNEXURE IV MANUFACTURER S A
32. ufacturers or their authorized distributor stockist would be considered 16 Tenderer must provide the telephone and fax no e mail with Tender for all correspondence 17 The item should be guaranteed warranted for a minimum period of two years or as mentioned in specifications from the date of satisfactory inspection installation and commissioning 18 Tenderer should have service setup at Delhi NCR region 19 Delivery schedule Within 45 days after placement of supply order 20 Firm should undertake to enter into Comprehensive Annual Maintenance Contract CAMC for item where ever required as well as for accessories attached for minimum period of five years after completion of warranty period and accordingly quote the rates of CAMC for five years The rates quoted should be both for Comprehensive AMC CMC as well Non Comprehensive AMC AMC for five years Firm should undertake to keep the item in running order throughout the year and in case of item going out of order during 7 warranty AMC CMC the fault will be attended within 24 hours and rectified within 7 days of lodging the complaint Failure to rectify the fault would entail downtime penalty 0 25 of basic cost of item per week 21 The Tenderer will be responsible to provide training to supporting staff for the purchased item 22 TheTenderer shall assure availability of spare parts for at least 10 years for items requiring propriety spare parts or costing 10 Lakhs or more 23 A
33. umentation 4 1 User Service Manual in English 13 4 2 Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet Any point if not substantiated with authenticated catalogue manual will not be considered 8 ELECTRIC HOT PLATE 1 Description of Function 1 1 Used to heat glassware or its contents 2 Technical Specifications 2 1 Durable cast iron heating element that heats up fast 2 2 Thermostatic control from simmer to boil 2 3 Durable and easy to clean spray plastic finish 2 4 Variable heat control 2 5 Stainless steel body with top having the diameter 30cm 2 6 Temperature and working indicator light 2 7 Maximum surface Temperature 300 C BICYCLE ERGOMETER Should have LCD display Should provide feedback for speed time distance calories and pulse Tension control Manual 8 level resistance with adjustable wheel Fly wheel Approximately 6 kg magnetic wheels Handle bar adjustable Belt transmission Bearing one way flat belt 3 PCS crank Transportation 2 front end cap Seat adjustable height front and back 9 Maximum user weight Approximately 100 kg 10 Dimensions Approximately 96 X 49 X 138 cm 11 Weight Approximately 27 kg 12 Gross weight 29 5 k AANINN BWN kK 10 PHOTOACTOMETER 1 Technical Specifications 1 1 Solid State instrument for monitoring spontaneous amp induced Ambulatory activity of labora
34. ways be mentioned in clear terms 26 Annexure VIII THE FIRM IS REQUESTED TO FOLLOW THE CHECK LIST AT THE TIME OF SUBMISSION OF TENDER COMPULSORY DOCUMENTS CHECKLIST Name ofTenderer Name of Manufacturer SI No Yes No NA Page Remarks No in TED 10 11 12 13 14 15 16 Have you enclosed Postal Address with Telephone No Fax No Mobile No Email Address ae Bee ee bd schedules P A a DD b Name of the Bank c Branch d Amount Have you enclosed clause by clause technical compliance statement for the quoted goods vis vis the Technical a Specifications fouldentiedandmaredtmedeyators nn you identified and marked the deviations Have you enclosed dulyfillTenderForm T Have you enclosed Power of Attorney Authorization in favour of the signatory Have you submitted manufacturer s Authorization ee ees In case of India Tenderer have you Furnished Income Tax Account No PAN as allotted by the Income Tax Department of Government of India In case of ForeignTenderer have you furnished Income Tax Account No of your Indian Agent as allotted by the Income Tax Department of Government of India Have you furnished photocopy of your PAN Card amp Tan Card a o Have you intimated the name and full address of your Banker s along with your Account Number IFSC Code Cancelled Cheque Have you furnished Annual Report Balance Sheet and Profit amp Loss Account for las
Download Pdf Manuals
Related Search
Related Contents
MD Building Products 03426 Installation Guide : Free Download, Borrow, and Streaming : Internet Archive Plasma TV Mode d`emploi Gladcheff Evaluation de l`Etat de conservation des Habitats et Espèces d Gebrauchsanweisung Operating instructions Mode d Copyright © All rights reserved.
Failed to retrieve file