Home
Tender Call Notice for Medical Equipments of Capital Hospital
Contents
1. OUR a a aa aaa a AN AA GAAN OR office Ab beccdvan eee Seater onihw staan Weide TANGA NA do declare that I We have carefully read all the terms amp conditions of tender of the Orissa for the supply of medical equipments The approved rate will remain valid for a period of one year from the date of approval I will abide with all the terms amp conditions set forth in the Tender Reference no I We do hereby declare I We have not been de recognised black listed by any State Govt Union Territory Govt of India Govt Organization Govt Health Institutions for supply of Not of Standard Quality NSQ items non supply I We agree that the Tender Inviting Authority can forfeit the Earnest Money Deposit and or Security Deposit and blacklist me us for a period of 5 years if any information furnished by us proved to be false at the time of inspection verification and not complying with the Tender terms amp conditions I We further declare that I We possess valid manufacturing license s bearing No s AAEE EEEE Valid upto EENT I We nye bine val G NG BEAN PNG nhs Cassano TALABA PALANG TNE EEUNA do hereby declare that I we will supply the as per the terms conditions amp specifications of the tender document I we further declare that I we have a service centre will establish a service centre within one month of installation of the equipment in Orissa Signature of the bidder Seal Date Name amp Address of the
2. provided above Signature of the Bidder Name Date Place Seal 41 Page ANNEXURE To be submitted in COVER B PRICE BID 42 Page To be submitted in Cover B Price Bid ANNEXURE IX Refer Clause No 4 1 amp 8 16 Name of the Item s l CST VAT amp ET Items mentioned in Total Cost of the Gf any on amp above the the schedule of Specification Item Unit Price item price mentioned requirement with CMC amp in 3 With Make amp Turnkey if any Model Exclusive of Mention whether CST Cost in Rs both in words amp CST VAT amp ET VAT and ET the of figures tax amp it s value in Rs 1 2 3 4 5 6 3 4 5 7 1 year 9rd a year ard year Price of each item s quoted should be mentioned separately by creating separate rows for each item The total cost of each item mentioned at 6 shall be taken into account for evaluation This will exclude the CST VAT amp entry tax if any CST VAT amp ET which will be chargeable on the price 3 shall be mentioned separately in column 7 above The cost of turnkey shall only be quoted if any specific accessories equipment is required for installation 4 commissioning In case of turnkey the details of accessories equipment are to be mentioned Signature of the Bidder Name Date Place Seal 1 Rates should be quoted both in figures amp words for the item and if there is any dis
3. 01 ea 3 0 12 0 MHz Linear Array Probe for Vascular applications 01 ea Multiplane TEE Probe Optionally quoted 4 8 MHz for Adult as well as Paediatric echocardiography 3 8 MHz Electronic phased array probe for Paediatric cardiology OPTIONALY quoted DVD CD Recorder with 100 CDs and 100 DVDs Color Printer 01 B W Video Thermal Printer 01 Colour Print Paper 78 500 sheets B W Thermal Paper 10 rolls ECG Cable 02 Electrical safety conforms to standards for electrical safety IEC 60601 IS 13450 The product shall comply to IEC 60601 2 37 ed1 Medical Electrical Equipment Part 2 37 Particular Requirements for the Safety of Ultrasonic Medical Diagnostic and Monitoring Equipment Type of protection against electric shocks Class I Degree of protection against electric shocks for ultrasound probes Type BF For ECG electrodes Type CF Power supply gt Power input to be 220 240VAC 50Hz fitted with Indian plug gt UPS of suitable rating shall be supplied gt Constant Voltage Stabiliser shall be supplied Documentation User manual in English Service manual in English 301Page SECTION VI ANNEXURES Technical Bid Price Bid Agreement Undertaking for CMC 311Page ANNEXURE I Refer Clause No 3 1 CHECK LIST To be submitted in Cover A Technical Bid Note The documents has to be arranged serially as per the order mentioned in the check list Please put VA in the respective box CO
4. 14 2 The principals or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to support the uptime guarantee SPARE PARTS 15 1 The spare price list of all spares and accessories including minor required for maintenance and repairs in future after guarantee warrantee period should be attached enclosed along with the sealed quotation 15 2 The tenderers are required to furnish the list of spares along with their cost in the financial Bid separately which will not be taken for evaluation 15 3 Local agents distributors quoting on behalf of the manufacturer importer must attach the authority letter in their favour LOGOGRAMS AND LABELLING 16 1 Tenderer for the supply of medical equipments shall give an undertaking in his tender that he will print Govt of Orissa Supply Not For Sale in bold letters in inedible ink on the equipment ACCEPTANCE OF TENDER AND SUPPLY CONDITIONS 17 1 The C M O Bhubaneswar Orissa reserves the right to reject the tenders or to accept the tenders for the supply of the item tendered without assigning any reason thereof 17 2 The C M O Bhubaneswar Orissa will be at liberty to terminate the contract either wholly or in part without assigning any reasons thereof The tenderers will not be entitled to any compensation whatsoever for such termination 17 3 The supply should be completed within 60 days from the date of
5. recent or current models and they incorporate all recent improvements in design and materials even if the advanced facilities are not mentioned in our product specification The Supplier further warrants that all Goods supplied under this contract shall have no defect arising from design materials or workmanship except when the design and or material is required by the Purchaser s Specifications or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the place of final destination The Purchaser consignee shall promptly notify the Supplier in writing Fax Telephone of any claims arising under this warranty Upon receipt of such notice the Supplier shall with all responsible speed will repair or replace the defective goods or parts thereof without cost to the purchaser to maintain its UP TIME offered in the beginning of purchase otherwise penal provisions shall apply if the supplier fails to keep up its UP TIME If the Supplier having been notified fails to remedy the defect s within 10 days the Purchaser may proceed to take such remedial action as may be necessary like forfeiture of EMD or recovery from security deposit the amount of loss which will be decided by C M O incurred by the purchaser GOVERNING LANGUAGE The contract shall be written in English language English language version of the contract shall govern its interpretation All corresp
6. CLAUSE During the Guarantee warranty period desired uptime will be 95 of 365 days 24 hour if downtime exceeds 5 penalty in the form of extended warranty double the number of days for which the equipment goes out of service will be applied The vendor must undertake to supply all spares for optimal upkeep of the equipment for TWO YEARS from the date of installation at the site If accessories other attachment of the system are procured from the third party then the vendor must produce cost of accessory other attachment and the CMC from the third party separately along with the main offer and the third party will have to sign the CMC with the consignee if required In no case equipment should remain in non working condition for more than 7 working days The manufacturers or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to support the uptime guarantee COMPREHENSSIVE MAINTENANCE CONTRACT The supplier will provide CMC for 3 three years after the completion of 2 years comprehensive warranty period 47 Page INSTALLATION AND DEMONSTRATION The installation and demonstration of the equipment shall be done by the Supplier s at free of cost at the installation site of the respective institutions TRAINING Supplier s shall impart adequate training to 2 doctors and 2 technicians at the site his their factory workshop inside outsid
7. Firm Affidavit before Executive Magistrate Notary Public 361Page ANNEXURE V Refer Clause No 2 2 i To be submitted in Cover A Technical Bid MANUFACTURER S AUTHORISATION FORMAT To The CMO Capital Hospital Bhubaneswar Deptt of Health amp Family Welfare Govt of Orissa Ref Tender No Dated for Dear Sir We are the manufacturers of name of equipment s having factories at 1 Messrs name and address of the agent is our authorized agent for sale and service of name of equipment s 2 We confirm that Messrs name of the above agent is authorized to submit a tender and enter into a contract with for the above goods manufactured by us 3 We also extend our full guarantee warranty and also full back up support for AMC CMC as required by the purchaser Yours faithfully Signature with date name and designation For and on behalf of Messrs Name amp address of the manufacturers Seal Note 1 This letter should be on the letterhead of the manufacturer and should be signed by a person having the power of attorney to legally bind the manufacturer 2 Original letter shall be attached to the technical bid To be submitted in Cover A Te
8. at 11 30AM LAST DATE TIME FOR SALE OF BID DOCUMENTS Dt23 09 2012 upto 4 P M LAST DATE amp TIME OF RECEIPT OF BID DOCUMENTS Dt24 09 2012 upto 11 30 A M DATE amp TIME OF OPENING OF COVER A Technical Bid Dt 24 09 2012 at IPM DATE OF OPENING OF COVER B Price Bid will be intimated later on PLACE OF OPENING OF BID DOCUMENTS AND Chief Medical Officer ADDRESS FOR COMMUNICATION O o Chief Medical Officer AND RECEIPT OF BID DOCUMENTS Tel 0674 2391983 2397440 Fax Email cmochb gmail com OFFICE OF THE CHIEF MEDICAL OFFICER CAPITAL HOSPITAL BHUBANES WAR 2 1Page SECTION I SALE OF TENDER BID DOCUMENT A complete set of bidding documents may be purchased by prospective bidders on payment of a non refundable fee as indicated below in the form of a Demand Draft in favour of C M O Capital Hospital Bhubaneswar payable at Bhubaneswar from any Nationalised Scheduled Bank at the office of the C M O Capital Hospital Bhubaneswar during office hours from 11 A M to 4 P M on all working days as mentioned in the tender document either in person or by post The Bidders may download the Tender Documents directly from the WEBSITE available at www capitalhospital in www odisha gov in all tenders The Tender cost fee of Rs 2 000 Two thousand Plus VAT 4 Non refundable amp non refundable by way of separate Demand Draft drawn in favour C M O Capital hospital Bhubaneswar should be enclosed along with the Technical Bid The Bi
9. firm shall furnish English version of such documents certificates duly attested by a Gazetted Officer Notary with his seal and signature If any information or documents furnished by the tenderer with the tender papers are found to be misleading or incorrect at any stage the tender of the relevant items in the approved list shall be cancelled and steps will be taken to blacklist the said firm for five 5 years Rate should be quoted in Indian Currency both in words and figures against each item as the payments will be made in Indian currencies only Annexure IX The tenderer shall not quote his own rate for any item other than the item specified in the list Section TV Schedule of Requirement Both Cover A and Cover B should have an index and page number of all the documents submitted inside that cover The Tax will be charged as per the guidelines given by the Finance Dept Govt of Orissa from time to time Either C S T or V A T as applicable will be paid to the supplier In case of Entry Tax the supplier has to deposit the original receipt to claim it if finished goods are brought from outside the State The Sales Tax amp entry tax components should be shown separately in the Price Schedule The requirement of items may increase or decrease depending on the situation PACKAGING 9 1 All the packaging should be primary New The supplier shall provide such packaging of the goods as is required to prevent their damage or
10. issue of purchase order unless otherwise specified If no supply is received even after 30 days or 58 days with liquidated damage 0 5 per week up to max of 2 of the purchase order price from the date of issue of the purchase orders from the C M O Bhubaneswar such orders will stand cancelled automatically without further notice Penalties shall also thereafter be applied to the tenderer as specified in 17 Page 17 4 17 5 clause no 21 1 to 21 2 The approved firm shall also suffer forfeiture of the EMD and Security Deposit If the approved supplier fails to execute the supply within the stipulated time the C M O Bhubaneswar is empowered to purchase the same items from L or L tenderer if they match the L rate The C M O Dist Bhubaneswar Orissa or his authorised representative s has the right to inspect the factory of the company who have quoted for the tender before accepting the rate quoted by them or before releasing any purchase order s or at any point of time during the validity period of tender and has also the right to reject the tender or terminate cancel the orders issued or not to reorder based on the facts brought out during such inspections EVALUATION 18 1 The rates of the item quoted by the tenderer who qualify technically will be evaluated after taking the following points into consideration a Rate of the medical equipments will be taken after inclusion of the excise duty customs duty tran
11. VER A TECHNICAL BID DOCUMENTS SUBMITTED OR NOT 1 List of Item s Annexure II p kag Yes No o 2 Tender document Fee Page Yes No No 3 Earnest Money Deposit No 4 Details of Manufacturing Unit contract person Liaisioning agent servicing centre Annexure III No 5 Declaration form Annexure IV signed Page Yes No by the Tenderer amp affidavit before No Notary Public Executive Magistrate Z o 6 Manufacturer s Authorization Format Annexure V No L 7 Proof of avg Annual turnover of Rs 1 Crore or more Page Yes No for preceding 3 financial years Annexure VI No 8 Performance Statement Item wise Page Yes No during the last two year Annexure VII No 9 Copies of Purchase order Item wise Page Yes No in support of the performance statement No 10 Deviation No deviation Statement Item wise amp details Page Yes No of technical specification Annexure VIU A amp B Ng 11 Leaflets Technical Brocheures of the No Products offered Item wise No 32 1Page 12 Copy of Manufacturing License import license Pa vh Ng No 13 Copy of Valid ISO Certificate No 14 Attested Photocopy of Up to date Pagg Yes No CE US FDA BIS Certificate Item wise No As per technical specification 15 Attested Photocopy of Up to date Page Yes No IEC Certificate Item wise No As per technical specification 16 Photocopy of PAN er il
12. articipate in the tender provided they have 1 Valid manufacturing license Import License Importers have to furnish the authorization from the manufacturer Gi Valid ISO certificate iii Product must be BIS CE US FDA etc Certified As per Section V technical specification iv Tenderer should have proof of supply of at least 5nos the item s mentioned in the schedule of requirement to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies and certificate in support of that from the user in last 2 years Annexure VII v Proof of Average annual turnover of the manufacturing firm of Rs 10 Crore or more in the last three 3 financial years in India Annexure VI vi Manufacturing unit who has been blacklisted either by the Tender inviting authority or by any state Govt or Central Govt organization is not eligible to participate in the tender for that item during the period of blacklisting 2 2 Authorised distributors are eligible to participate in the tender provided i ii iii 8IPage They submit manufacturer s authorization and power of attorney to transact business on behalf of the manufacturer as per the format at Annexure V The authorised distributor may raise bill if specially authorised by the manufacturer The authorised distributor will submit all the documents in support of eligibility of the manufacturer as mentioned in clause No 2 1 along with the tender Proo
13. aveling allowances or transportation cost will be paid by the purchaser during the warranty period The Supplier shall warrant that the Goods supplied under this contract are new unused of the most recent or current models and they incorporate all recent improvements in design and materials The Supplier shall further warrant that all Goods supplied under this contract shall have no defect arising from design materials or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the place of final destination CMC The tenderer shall also commit to provide offer for CMC Labour all spare for the next three 3 years after two 2 years of warranty No extra cost will be paid other than the CMC cost for functioning of the item during this period The supplier will provide two 2 preventive maintenance in every six months during the period of CMC The selected firm should have a service centre in Orissa All the warranty certificates must be handed over to the consignee after installation 15 Page TRANINING amp OPERATIONAL MANUAL 12 1 The firm supplier will provide hands on training to two doctors and two technicians in his own cost for operating handling the medical equipments within 15 days of installation of equipment 12 2 The supplier firm will provide the operational maintenance manuals and tools if required of all items equipment
14. ce provider should have the necessary equipments recommended by the manufacturer to carry out preventive maintenance test as per guidelines provided in the service maintenance manual Technical Specifications Fully automated fluorescence flow cytometry based 5 part differential hematology analysis Automatic blood cell counter that measures 18 parameters including 5 part differential of WBC is required complete with printer Parameters to be measured are WBC NEUT LYMP MON EOS BAS MON GRA GRA RBC HGB HCT MCV MCH MCHC RDW PLT MC Histogram WBC 5 part diff distribution RBC distribution PLT distribution HC RDW PLT MPV PCT PDW The instrument should have cyanide free SLS Hb Colorimetric method for Hb measurement Measurement Principle Electrical impedance method WBC RBC HCT PLT Cyanmethemoglobin colorimetric method HGB Sample volume Whole blood upto 150 uL It should also be able to give all parameters with a finger prick volume of app 20 uL Throughput gt 40 samples per hour Built in LCD screen with comprehensive information processing system memory 500 patients Linearity Ranges WBC 0 5 80 0 103 uL RBC 0 20 7 50 106 uL HGB 2 0 25 0 g dL 241Page HCT 10 0 70 0 PLT 10 999 103 uL Reproducibility CV WBC RBC HGB HCT PLT LYM MON GRA The sampling probe should be automatically cleaned off so that any blood stack doesn t occur It should take only 60 80seconds
15. chnical Bid 37 Page ANNEXURE VI Refer Clause No 3 11 To be furnished in the letter head of the Auditor ANNUAL TURN OVER STATEMENT The Annual Turnover for Equipment products of M s who is a manufacturing unit for the last years are given below and certified that the statement is true and correct SI No Year Turnover in Crores Rs 1 2009 2010 2 2010 2011 3 2011 2012 Average Annual Turnover for the above three years in Crores Rs Date Signature of Auditor Place Chartered Accountant Name in Capital Seal Membership No Registration No of Firm Note a To be issued in the letter head of the Auditor b Separate certificates should be furnished for different manufacturer in case the bidder is quoting products of different manufacturers 381Page To be submitted in Cover A Technical Bid Annexure VII Refer Clause no 3 9 PROFORMA FOR PERFORMANCE STATEMENT For the period of last three years Tender Reference No Name of Tenderer Name of Manufacturer Name of the Item s SI Order placed by Address Order no amp Item Name Make amp Qty Value of Date of Completion Reasons for delay Have the good of purchaser Date Model Contract Rs if any been functioni attach documentary As per Actual satisfactorily proof contract attach docum proof 1 2 Signature and seal of the Tender
16. crepancy the quoted rates in words will be taken for evaluation 2 The tenderer has to mention the make brand specification warranty of the items in turn key 43 Page ANNEXURES Agreement Warranty and CMC Undertaking 44 Page ANNEXURE X Refer clause no 7 1 2 AGREEMENT THIS AGREEMENT IS MADE AT THIS THE DAY OF 201__ BETWEEN Name of the Supplier with full address Here in after called the Supplier s as 1 Party AND The C M O Capital Hospital Bhubaneswar Health amp F W Department Represented through the eo THE CONSIGNEE Hereinafter called the PURCHASER as 2 Party Relying on the documents and representation of facts connected to the issue of aforesaid parties to undertake the responsibilities of sell and purchase of following equipment s etc with the terms amp conditions hereinafter laid down And whereas the 2 party Purchaser s is willing to purchase Name of the Item Specifications As per specifications laid down in the Tender terms amp conditions The Supplier s has agreed to sell the equipment s completed in all respects according to the Tender requirements and their his offer dtd and the Supplier s has also agreed to install to make them operative at the destination mentioned in the Tender document with the following descriptions and their cost mentioned against each Description of goods Offered Price Total The price cost of the item also include the follo
17. d loop with memory for pre and post image comparison of any procedure c Memory 256 frames or more in quad loop M Mode amp Doppler Scroll Memory 40 seconds or more d Frame grabber facility for post analysis Various maps for pre and post processing ECG trigger facility User defined system and application presets for multi user department Machine should have In build CD DVD writer for image storage and transfer standard with system Dedicated integrated dynamic stress echo package for flexible user defined protocols with stacked sub loops facility and contrast stress protocol Tissue movement colorization with quantification possibility for IHD CAD patients Three transducer ports will be preferred Color Map resolution up to 128 levels Study Manager gt 1 5 GB for on cart digital acquisition review and editing of complete patient studies Facility of Real time perfusion studies SYSTEM PERIPHERALS should include a CD Writer with calculation facility on playback b Color inbuilt Printer c B W Thermal Printer d Colour M Mode 291Page System Configuration Accessories spares and consumables Color Doppler System with all application packages Quad loop for serial studies with High frame rate review Harmonic imaging capability in all modes Tissue Contrast Anglo Integrated Stress Echo Package quoted optionally Digital Storage and Retrieval 01 1 0 3 0 MHz Adult Cardiac probe Phased Array probe
18. dders should specifically superscribe DOWNLOADED FROM THE WEBSITE on the top left corner of the outer envelope containing Technical Bid and Price Bid separately The Tender cost fee and the EMD amount should be submitted separately in shape of demand drafts in the technical bid In case of any bid amendment and clarification related to pre bid conference responsibility lies with the bidders to collect the same from the website or the office notice board before last date of purchase of tender document and the C M O shall have no responsibility for any delay omission on part of the bidder a Price of bid document Rs 2 080 00 Rs 2 000 00 plus VAT 4 Non refundable b Postal charges inland Rs 300 00 Extra The tender paper will be rejected if the bidder changes any clause or Annexure of the bid document downloaded from the website 31Page ABBREVIATIONS C M O C M O Chief Medical Officer M O I c Medical Officer In charge RKS H Rogi Kalyan Samiti ZSS Zilla Swasthya Samiti 4lPage SECTION II IMPORTANT INSTRUCTIONS TO BE NOTED CAREFULLY BY THE TENDERERS 1 Purchaser Health amp F W Department 2 Indenter C M O 3 Consignee CMO Capital Hospital Bhubaneswar 4 Delivery Period Within 30 days from issue of the work order 5 Mode of Delivery By Air Road Rail 6 Guarantee Warranty Guarantee Comprehensive warranty includin
19. deterioration during transit to their final destination The packaging shall be sufficient to withstand without limitation rough handling during transit and exposure to extreme temperature salt and precipitation during transit and upon storage TURNKEY 10 1 The external power supply will be provided by the purchaser but the internal wiring and electrical fittings inside the room and accessories if any required for 14 Page installation amp commissioning of the equipment required for installation amp commissioning will be provided by the supplier without any extra cost apart from the cost mentioned under turnkey in the Price schedule COMPREHENSIVE WARRANTY amp CMC Undertaking as per Annexure XI amp XII 11 1 11 2 11 3 11 4 11 5 11 6 The comprehensive warranty will remain valid for 2 years from the date of installation amp commissioning of the equipment The original copy of warranty documents will be submitted to the consignee and photocopy of that to C M O Capital Hospital Bhubaneswar after installation The warranty will cover all the parts of the machine and any replacement or repair required within the warranty period and will be provided by the supplier free of cost at the destination point installation point The supplier will take back the replaced parts goods at the time of their replacement No claim whatsoever shall be on the purchaser for the replaced parts goods thereafter No tr
20. dical equipments Item wise on door delivery basis The turnkey job cost of accessories if any required for Installation Commissioning 3 year CMC cost amp Sales Tax VAT amp Entry Tax should be mentioned in separate columns The rates quoted should be in Indian Rupees only Rates quoted in any other currency will not be accepted The purchaser shall be responsible only after delivery and due verification installation and commissioning of the equipment 121Page 8 5 8 6 8 7 8 8 8 9 8 10 8 11 8 12 The rate per unit packing shall not vary with the quantum of order placed for destination point If there is difference between figures amp words words will be taken into consideration In the event of the date being declared as a holiday by Govt of Orissa the due date of sale submission of bids and opening of bids will be the following working day at the appointed place amp time The price quoted by the tenderers shall not in any case exceed the controlled price if any fixed by the Central State Government DGS amp D and the Maximum Retail Price MRP The purchaser at his discretion will in such case exercise the right of revising the price at any stage so as to conform to the controlled price or MRP as the case may be The rate quoted and accepted will be binding on the tenderer for a period of one year from the date of placement of purchase order and on no account any increase in the price will be ent
21. e India as the case may be at the Supplier s cost PERT CHART Failure to stick to the pert chart will attract penal charges like forfeiture of performance security INCIDENTAL SERVICES The Supplier s shall abide by the terms and conditions under incidental services amp the installation of Instrument Equipment at the destination point Door Delivery of consignee and demonstrate the machine in working condition to the receiving authority Furnishing of tools required for assembly and or maintenance of the supplied Instruments Equipments Furnishing of detailed operations and maintenance manual literatures for each appropriate unit of supplied Goods Performance or supervision or maintenance and or repair of the supplied Goods for a period of two 2 years i e the warranty period provided that this service shall not relieve the Supplier of any warranty obligations under this contract The successful supplier shall replace any part or whole system as may be necessary in the event of damage during transit or found damaged on arrival or during installation of the system or if found not in conformity to the specifications at his their own cost The tenderer should furnish an undertaking to the effect that he they should take responsibility after sales service of the equipments instruments to be supplied by him them and to provide spare parts for up keeping the Equipments Instruments for a minimum period of 10 years
22. e No No 18 Copy of original Tender and schedules duly Page Yes No signed by the Tenderer No 17 Photocopy of VAT clrance cerificate Page Yes No No 331Page Annexure II Refer Clause No 3 2 To be submitted in Cover A Technical Bid LIST OF ITEM S QUOTED SI Name of Item s Name of Manufacturer Make Model Name Signature of the Tenderer Date Official Seal 34IPage ANNEXURE III Refer Clause No 3 5 To be submitted in Cover A Technical Bid DETAILS OF THE TENDERER amp LOCAL CONTACT PERSON Corporate Office The address in which the purchase orders and payment details will be communicated Local Contact Person Branch Office Zonal Office Service Centre if any in Orissa Name amp Full Address Telephone Nos landline Mobile Fax E Mail Date of Inception Copy of Certificate of incorporation of Manufacturer Manufacturing License Copy of manufacturing licence of Nos amp Date Manufacturer Name of the issuing authority License valid up to 35IPage Signature of the Tenderer with seal Date Official Seal ANNEXURE IV Refer Clause No 3 6 To be submitted in Cover A Technical Bid DECLARATION FORM Werra NANA SAGANA TANAN Pe PANAO KNA Sa mee els Mata having My
23. ed cover hereafter called Cover B Price Bid Cover B Price Bid will be opened only of the tenderers who qualify in Technical Bid Cover A and product is as per tender specification The tender format Price Schedule in duplicate in the prescribed form as per Annexure IX both hard copy and soft copy must be submitted in Cover B The price of the item should be quoted inclusive of excise duty insurance packing forwarding freight door delivery warranty for 2 years The price of CMC for 3 years turnkey job accessories if any for installation sales tax VAT and entry tax charges if any should be quoted in a separate column The rate should be quoted for the item both in figures and words In case of difference in words and figures words will be taken into consideration for evaluation 4 2 The Cover B of tenderers who qualifies in their technical bid will only be opened The date of opening of Cover B Price Bid will be intimated later on 101Page REJECTION OF TENDER 5 The tender paper will be rejected if any of the following documents are wanting not submitted with the tender i Manufacturing authorization in case of distributor importer ii Earnest Money Deposit EMD Gii Annual Average Turnover of Rs 10 Crore or more of Manufacturer Importer in the last 3 financial years iv In case of distributer the Proof of annual average turnover of Rs 2 Crore or more in the las
24. er The documentary proof will be copies of the purchase order during the last 3 years indicating Contract No and date along with a notarized certification by the bidder authenticating the correctness of the information furnished The documentary proof will be certificate from the consignee end user indicating Contract No and date along with a notarized certification by the bidder authenticating the correctness of the information furnished 39 Page To be submitted in Cover A Technical Bid Annexure VIIIA Refer Clause No 3 10 STATEMENT REGARDING DEVIATIONS FROM TECHNICAL SPECIFICATIONS IF ANY Following are the Technical deviations and variations from the purchaser s Technical Specifications SI Item Name Clause of Technical Specification Statement of Deviations Variations if any In case there is no deviation from technical specification PI Mention No Deviation Signature of the Bidder Name Date Place Seal 40 Page To be submitted in Cover A Technical Bid Annexure VIII B Refer Clause No 3 10 DETAILS OF TECHNICAL SPECIFICATION OF THE PRODUCT OFFERED BY THE BIDDER SI Item Name Make Model Detail Specification of the product offered No PI Describe the detail specification of the product offered 1 2 Leaflets Technical Brocheures of the product offered must be attached in support of the information
25. ertained till the completion of this tender period No tenderer shall be allowed at any time on any ground whatsoever to claim revision of or modification in the rate quoted by him Clerical error typographical error etc committed by the tenderers in the tender forms shall not be considered after opening of tenders Conditions such as SUBJECT TO AVAILABILITY SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED etc will not be considered under any circumstance and the tenders of those who have given such conditions shall be treated as incomplete and for that reason shall be rejected If at any time during the period of contract the price of tendered item is reduced or brought down by any law or act of the Central or State Government or the tenderer the tenderer shall be morally and statutorily bound to inform the C M O Bhubaneswar Orissa immediately about such reduction in the contracted price The C M O Orissa is empowered to unilaterally effect such reduction in rate in case the tenderer fails to notify or fails to agree for such reduction of rate Approved rate with terms conditions amp the quoted price of the tender shall remain valid for a period of 12 months from the date of issue of the purchase order 13 Page 8 13 8 14 8 15 8 16 8 17 8 18 If the relevant documents certificates which are required to be furnished along with the tender are written in language other than English the tendering
26. f Bank Draft Bank Guarantee from a Nationalised Bank in favour of C M O Capital Hospital Bhubaneswar equal to the amount of 10 of the purchase order value of the item within 21 days of issue of the purchase order The agreement as per Annexure X will be signed between the supplier and the consignee purchaser and will be kept by the consignee A copy of the agreement will be kept by the purchasing authority The agreement must be submitted before the payment is released The Security Money will be returned back to the tenderer without interest after the expiry of the warranty period i e two years after the date of installation amp signing of the CMC agreement Security money will be forfeited if there is any violation of the tender terms and conditions TENDER CONDITIONS 8 1 8 2 8 3 8 4 The details of the medical equipments with specifications are mentioned in Section V The firm must clearly mention their specification special features upgraded version if any in their tender Tenders should be typewritten or computerized and every correction in the tender should invariably be attested with signature by the tenderer with date before submission failing which the tender will be ineligible for further consideration Rates inclusive of excise duty customs duty packing forwarding insurance transportation charges with 2 years onsite warranty and exclusive of Sales Tax VAT amp Entry Tax should be quoted for the me
27. f of annual average turnover distributer of Rs 2 Crore or more in the last three 3 financial years 2009 10 2010 11 2011 12 The following documents should be enclosed in Cover A Technical Bid by the tenderer All the photocopies are to be attested by a Notary Public Gazetted Officer TECHNICAL BID 3 1 3 2 3 3 3 4 3 5 3 6 3 7 3 8 3 9 3 10 3 11 Checklist with detail of the documents enclosed in Cover A as per Annexure I with page number The document should be serially arranged as per this Annexure I and should be securely tied and bound List of Item s Quoted with name of the Make amp Model of the item s Annexure IT Tender document fee of Rs 2 080 in shape of Demand Draft Original Money Receipt Earnest Money Deposit of required value in shape of Demand Draft as per Section II S1 7 Details name address telephone no Fax e mail of the manufacturer authorized distributor service centre contract person office in Orissa Annexure ITI The declaration form in Annexure IV duly signed by the tenderer before Notary Public Executive Magistrate Manufacturer s Authorization Format in Annexure V In case the bidder is not the manufacturer Certificate duly filled by the Auditor Chartered Accountant as per Annexure VD that the annual average turnover of the manufacturing firm is Rs 2 Crore or more in the last 3 three financial years Perfo
28. from the date of installation The tenderers shall clearly mention the price of the instruments equipments inclusive of warranty for a period of 2 two years commencing from the date of installation The tenderers shall submit undertaking for C M C Comprehensive Maintenance Cost for a period of 3 three years from 3 year onwards duly signed by authorised signatories for the execution at appropriate time Annexure X amp XI SPARE PARTS The supplier will provide all the spare parts repairing amp maintenance by its trained personnel after the warranty period 2 years during the CMC period 48 Page COMPREHENSIVE WARRANTY This warranty shall remain valid for two 2 years from the date of installation amp commissioning of the machine item amp must be submitted at the time of installation to the consignee with a photocopy to the purchaser The warranty will cover all the parts of the machine or item and any replacement or repair required within the warranty period will be provided by the supplier free of cost at the destination point installation point The supplier will take back the replaced parts goods at the time of their replacement No claim whatsoever shall be on the purchaser for the replaced parts goods thereafter No traveling allowances or transportation cost will be paid by the purchaser during warranty period The Supplier warrants that the Goods supplied under this contract are new unused of the most
29. g spares maintenance etc for a period 2 two years from the date of installation amp commissioning 3 three years CMC after warranty period 7 EMD SL Name of Equipment EMD Rs 1 Blood Gas Analyser 10 000 2 CBC Five Part Differential Count Machine 20 000 3 Colour Doppler Ultrasound Scanner 24 000 4 Colour Doppler 2D Echocardiography 30 000 System Note The bidder may quote for any or all the equipment by submitting the required EMD for that equipment The Earnest Money Deposit will be paid in the shape of demand Draft only in favour of C M O capital Hospital Bhubaneswar from any Nationalised Scheduled Bank payable at Bhubaneswar 8 Security Deposit The selected firm should submit the performance security in shape of Performance Bank Draft Bank Guarantee from a Nationalised Bank in favour of Security C M O Capital hospital Bhubaneswar equal to the amount of 10 of the purchase order value for equipments only of the items within 21 days of issue of the purchase order which will be deposited in RKS account amp will be returned back after completion of warranty period 9 Pre qualification A Manufacturing units Importers are eligible to participate in the 5 1Page tender provided they have i Valid manufacturing license Import License ii Valid ISO certificate iii Product must be CE US FDA etc certified as per Technical Specification Section V iv Tenderer Manufacture
30. l be borne by me us 9 I we have carefully read and understood all the terms and conditions of the tender and shall abide by them 10 I we undertake to get the equipment s repaired within 48 hours of receiving of the complaint from the indenting hospital consignee failing which a penalty 1 of the cost may be recovered from the performance security before releasing the same to us after 5 years Signature of the witness Signature of the Tenderer Name amp address Name amp address Dated Seal of the firm 54 Page
31. lish e Service manual in English 27 Page 4 TECHNICAL SPECIFICATIONS FOR COLOR DOPPLER 2D ECHOCARDIOGRAPHY SYSTEM Description of function Color Doppler Echocardiography System is required to study the anatomical abnormalities and blood flow in the heart and associated vessels Operational requirements Latest generation Electronic Phased array Color Doppler system with Minimum 8000 DSP Electronic independent channels System should be DICOM ready and capable of being interfaced with HIS RIS PACS Should be field up gradable to next generation system on site Frequency compounding or better technology for better resolution and penetration Eligibility Criteria gt Should be US FDA and CE 93 42 IEE approved product gt Electrical safety conforms to standards for electrical safety IEC 60601 IS 13450 gt Manufacturer should be ISO certified Technical Specifications Latest generation Electronic Phased array Color Doppler system with Minimum 8000 Electronic independent channels 256 gray shades for sharp contrast resolutions Multi dimensional Beam former for generating two images simultaneously one at low end of bandwidth and one at high end then selectively retrieves and mixes the components together for finely textured 2 D or B mode image with superior contrast resolution System Should have Tissue Harmonic Imaging Harmonic imaging capability in Adult Cardiac Paediatric Cardiac and linear Probe Gain control i
32. llPage X CAPITAL HOSPITAL BHUBANESWAR 2 UNIT 6 BHUBANESWAR 751001 Letter No 7450 Dt 28 08 2012 EXPRESSION OF INTEREST Expression of interest is invited from interested suppliers manufacturing units having relevant experience in respective field for supply of Medical Equipments to Capital Hospital Bhubaneswar Interested suppliers manufacturing units should submit their bids in prescribed format technical as well as financial bids along with all supporting documents in sealed envelope to the office of the Chief Medical Officer Bhubaneswar by Dt 24 09 2012 at 11 30a m positively through Regd Post Courier only amp will be opened Technical Bid at 1 00 same day The pre bid discussion will be held on dt 04 09 2012 at 11 30AM in Seminar hall of Capital Hospital Bhubaneswar The authority reserves the right of accepting rejecting any application without assigning any reason thereof For details visit Website www capitalhospital in amp www odisha gov in Sd Chief Medical Office Capital Hospital Bhubaneswar Name of the District Health Institution CAPITAL HOSPITAL BHUBANESWAR HEALTH amp F W DEPTT GOVT OF ORISSA Tel 0674 2391983 0674 2397440 Fax 06742 391983 Bid Reference No C M O CAPITAL HOSPITAL 2012 2013 ME 001 TENDER DOCUMENT FOR SUPPLY amp INSTALLATION OF DATE OF COMMENCEMENT OF SALE OF THE BID DOCUMENT dt28 08 2012 from 11 A M to 4 P M PRE BID CONFERENCE dt 04 09 2012
33. n two dimensions for additional level of flexibility to image quality control Real time high frequency 2D for higher resolution and low frequency Doppler for higher sensitivity in all probes Frame rate should be 300 FPS or more Steerable PW CW in all Phased Array probes High definition acoustic zoom for enlarging sections of 2D and Color flow images with more acoustic information for greater clarity and detail while maintaining an optimal frame rate 281Page Modes 2D M Mode Steerable PW CW Doppler Color Doppler and High Definition Color flow with capability of automatically picking up color flow as a function of focal depth Monitor should be 15 or more high resolution color Monitor Tilt and Swivel monitor should be able to view in all angles and all light conditions Color Flow Imaging for a Increased lateral amp spatial resolution b Detection of even subtle areas of turbulence displaying a more physiological blood flow appearance without loss of frame rate c Color flow with capability of automatically picking up color flow as a function of focal depth Tissue Colorization B Color for improved contrast resolution Application software for Adult Pediatric Fetal and Peripheral Vascular and Transesophageal applications All application package should be built into the system Cine loop memory more than 120MB of memory a High Frame rate review for better clarity of playback images study in slow motion b Qua
34. nation and the absence of heavy handling facilities at all points in transit The packaging marking shall show the description of quantity of contents the name of the consignee and address the gross weight of the packages the name of the supplier with a distinctive number of mark sufficient for purposes of identification Each package shall contain a packaging note quoting the name of the purchaser the number and date of order nomenclature of the goods schedule of parts for each complete equipment giving part number with reference to assembly Name amp address of the consignee Name amp address of the supplier aoe oa o TERMS OF CONTRACT The C M O will be at liberty to terminate the contract either wholly or in part without assigning any reason The tenderers will not entitled to any compensation whatsoever in such terminations PENALTIES If the successful tenderer fails to execute the agreement and or deposit the required security within the time specified or withdraws his tender after acceptance of his tender owing to any other reasons he is unable to undertake the contract his contract will be cancelled and the Earnest Money Deposit deposited by him along with his tender shall stand forfeited and he will also be liable for all damages sustained by the C M O by reasons of such breach such as failure to supply delayed supply including the liability to pay any difference between the prices accepted by him and those
35. nge for demonstration of the equipment at the supply point The purchaser or its nominated representative s shall inspect and test the equipments at the supply point to check their conformity to the specifications and other details incorporated in the contract CONDITIONS APPLICABLE TO LOCAL MSEs SSIs OF ORISSA The MSE SSI Units of the State of Orissa will be given the following preferences in the tenders provided they produce the following documents as per MSME Development Policy 2009 and IRP 2007 23 1 Attested copy of valid manufacturing licence 201Page 23 2 23 3 23 5 23 6 P M T Certificate from the Director of Industries Orissa or General Manager District Industries Centre that it is a MSE SSI Units of the State of Orissa provided that MSE SSI units has not been derecognised by the Govt for that specified period Local Micro amp Small Scale Enterprises MSE and Khadi amp Village industrial units including handloom and handicrafts will enjoy a price preference of 10 vis a vis over local medium and large industries as well as industries outside the State Local Micro amp Small Scale Enterprises having ISO ISI Certification for their product shall get an additional price preference of 3 as per provision of IPR 2007 Local MSEs registered with respective DICs Khadi Village Cottage and Handicraft Industries OSIC NSIC shall be exempted from payment of earnest money and shall pay 25 of the pre
36. nsducer port e Upto 4 selectable frequencies in each probe e Tissue harmonic imaging with phase inversion pulse inversion or wide bandwidth imaging technology e Inbuilt 3D imaging with hand acquisition and auto sweep e Must have minimum of 4 rendering modes with measurements Machine should have cine facility e Should automatically equalize gain and brightness with touch of one button e Ability to enhance 2D and tissue harmonic penetration and colour sensitivity momentarily to improve visualization in difficult patients e Imaging with multiple line of sight combined to a single line of sight to imrove resolution e Should provide for vascular imaging enhancing by by using power Doppler to enhance B Mode image e Machine should have thermal printer e Appropriate technology to provide uniform and thick slice thickness 26 1Page e Software for various applications including Vascular Abdomen Foetal echo Transcranial and cardiac studies should be available e System Should be Supplied with the following se 2 5 MHz Convex Array probe 3 4 10 MHz Endocavity probe 5 13 MHz Linear Array Probe optionally quoted PC Based Image management system Black and white laserjet printer for reporting Power supply gt Power input to be 220 240VAC 50Hz fitted with Indian plug gt UPS of suitable rating shall be supplied gt Constant Voltage Stabiliser shall be supplied Documentation User manual in Eng
37. ondences and other documents pertaining to the contract which are exchanged by the parties shall be written in English DELIVERY OF DOCUMENT Four 4 copies of the Supplier invoice bills showing purchase order number good s description quantity unit price total amount with stock entry certificate by the consignee Photocopy of the Insurance Certificate if any The Original Certificate is to be given to the Consignee Attested Photocopy of Manufacturer s Supplier s warranty certificate The original warranty certificate is to be submitted to the consignee at installation point INSURANCE For delivery of goods at site the insurance shall be obtained by the Supplier s in an amount equal to 110 of the value of goods from Warehouse final destination on All Risks basis including natural calamities 49 Page PACKAGING The supplier shall provide such packaging of the goods as is required to prevent their damage or deterioration during transit to their final destination The packaging shall be sufficient to withstand without limitation rough handling during transit and exposure to extreme temperature salt and precipitation during transit and upon storage All primary packaging containers which come in contact with the item should strictly protect the quality and integrity of the Instruments amp Equipments Packing case size and weights should be taken into consideration in case of remoteness of final desti
38. r Importer should have proof of supply of Snos of the equipment s to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies and certificate in support of that from the user in last 2 years v Proof of annual average turnover Manufacturers of Rs 10 Crore or more in the last three 3 financial years 2009 10 2010 11 2011 12 vi Manufacturing unit who has been blacklisted either by the Tender inviting authority or by any state Govt or Central ii iii Govt organization for the quoted item is not eligible to participate in the tender during the period of blacklisting Authorised distributors on behalf of the manufacturer are eligible to participate in the tender provided They submit manufacturer s authorization and power of attorney to transact business on behalf of the manufacturer as per the format at Annexure V The authorised distributor may raise bill if specially authorised by the manufacturer The authorised distributor will submit all the documents in support of eligibility of the manufacturer as mentioned above in clause No A along with the tender Proof of annual average turnover distributer of Rs 2 Crore or more in the last three 3 financial years 2008 09 2009 10 2010 11 6 Page SECTION IHI TERMS AND CONDITIONS FOR SUPPLY amp INSTALLATION OF SEMIAUTO ANALYSER 1 1 12 1 3 1 4 Sealed tenders will be received by Dated 23 09 2012
39. rmance Statement Annexure VII of the item during the last two years towards proof of supply of the item to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies The copy of Purchase orders and certificate from the user should be furnished in support of the information provided in the performance statement Deviation No Deviation Statement from Technical Specification amp details of technical specification of the product Annexure VIIIA amp B Leaflet Technical Brochures of the product item offered 9 Page 3 13 3 14 3 16 3 17 Copy of Valid Manufacturing License of the manufacturer s Import License by the Importer also to be submitted by the authorized distributor Copy of Valid ISO certificate Copy of Valid ISI CE US FDA certificate as per Section V Technical Specification Copy of Certificate in support of IEC certificate as per Section V Technical Specification Copy of VAT clearance certificate upto 31 03 2012 The Original Tender Book with Conditions and the schedules signed by the tenderer at the bottom of each page with his official seal duly affixed Certificate in support of service center in Orissa or undertaking to set up service center in Orissa within one month from the date of installation if approved for those who have no service centers in Orissa COVER B PRICE BID 4 The tender format giving the quoted rate for medical equipments should be sent in a separate seal
40. rom the date of issue of letter for the said item TERMS OF PAYMENT 20 1 20 2 20 3 20 4 20 5 No advance payments towards cost of medical equipments or turnkey job will be made to the tenderer 90 of the cost of the equipment excluding CMC Cost 100 turnkey job 100 tax shall be paid to the supplier on receipt of the stock entry certificate installation and demonstration of the item from the consignee The balance 10 of the payment of equipment will only be made after receipt of certificate on working status of the equipment from the consignee after 6 weeks of installation and commissioning of the equipment for which the supplier has to raise two bills A one for 90 of the cost of the equipment 100 turnkey job 100 taxes B the other for balance 10 of the cost of the equipment Payments as mentioned above will only be made after keeping the performance security deposit from the supplier as per clause no 7 1 1 if they have not deposited the same before Payment will only be made after handing over the Agreement undertaking warranty papers of equipment and turnkey jobs to the consignee and a letter to this effect should be submitted to the payment authority from the consignee No claims shall be made against the C M O Capital Hospital BhubaneswarDist Bhubaneswar Orissa in respect of interest on earnest money deposit or security deposit or any delayed payment or any other deposit Pa
41. s amp turnkey to the consignee at the time of installation UPTIME GUARANTEE 13 1 UP TIME BALANCE The Supplier s shall provide guarantee 95 uptime during comprehensive warranty period i e for 2 years from the date of installation amp commissioning Any uptime less than the specified period above will be compensated by the Supplier s by extending the warranty period The consignee shall maintain a logbook in the format provided by the Supplier s which will indicate usage of the equipment every day and for calculation of up time DOWNTIME PENALTY CLAUSE 14 1 During the Guarantee warranty period desired uptime of 95 of 365 days will be ensured 24 hour If downtime exceeds 5 penalty in the form of extended warranty double the number of days for which the equipment goes out of service will be applied The vendor must undertake to supply all spares for optimal upkeep of the equipment for TWO YEARS after installing the unit in the institute If accessories other attachment of the system are procured from the third party then the vendor must produce cost of the accessory other attachment and the CMC from the third party separately along with the main offer and the third party will have to sign the CMC with the institute if required In no case equipment should remain in non working condition for more than 7 seven days from the date of complaint beyond which a penalty will be applicable as per Rule 161Page
42. scribed security deposit Clause number 1 to 22 is also applicable to the Small Scale Industry Units of the State of Orissa 211Page SECTION IV SCHEDULE OF REQUIREMENTS ee Quantity Place of Supply Delivery amp SI Name of the Items Specification Consignee List Installation Time 1 Blood Gas Analyser Details as per Technical Capital hospital 30 days from the Specification at Section V award of purchase order 2 Do Automated Cell Counter 5part 1 Do Colour Doppler Ultrasound 3 Scanner 1 do 4 Colour Doppler 2D Echocardiography System N B The quantity of requirement may increase as per the requirement 22 Page SECTION V TECHNICAL SPECIFICATIONS 1 ARTERIAL BLOOD GAS ANALYSER System Description level The machine is used to determine blood pH partial pressure of O CO amp Bicarbonate Operational Requirement Fully automatic upgradeable fast electrolyte analyzer Eligibility Criteria a Should be US FDA or CE 93 42 IEE approved product b Manufacturer should be ISO 13584 certified for quality standards c Should have local service facility The service provider should have the necessary equipments recommended by the manufacturer to carry out preventive maintenance test as per guidelines provided in the service maintenance manual Technical Specification Essential Measured parameters pH pCO2 pO2 Barometric Pressure Na K Ca Cl Lac
43. sportation insurance packing amp forwarding amp comprehensive warranty for two 2 years cost of turnkey cost of accessories if any for installation commissioning amp CMC for for next three 3 years but excluding VAT amp ET b The cost of the medical equipments excise duty customs duty transportation insurance packing amp forwarding amp comprehensive warranty for two 2 years but excluding VAT ET cost of turnkey cost of accessories if any for Installation amp Commissioning with all taxes for turnkeys amp cost of CMC for next three 3 years after warranty will be added and the lowest responsive bidder will be selected c The circulars issued by the Finance Department Govt of Orissa from time to time regarding tax matters shall be taken into account for evaluation and shall be binding on the bidders LIQUIDATED DAMAGE 19 1 The C M O may allow extension for a maximum period of 4 four weeks 28 days after the stipulated date of supply i e 60 days with a penalty of 0 5 18 Page 19 2 which will be deducted from the purchase order value as Liquidated Damage for each week 7 days upto a maximum 2 on the value of the goods If the supplier fails to complete the supply within the extended period i e 88 days after being allowed by the C M O no further purchase order will be placed to the firm for the said item and the concerned firm will be blacklisted for two 2 years f
44. t if required must be done in writing duly signed by the two parties IN WITNESS WHERE OF the parties herein to have set and subscribed their respective hands the day and year first herein above written Executed by Purchaser s Consignee Executed by Supplier s In presence of Witness In presence of Witness 511Page ANNEXURE XI Refer Clause No 11 1 to 11 6 13 1 WARRANTY GUARANTEE CMC UNDERTAKING to be submitted on Rs 50 stamp paper Tender ref No Name of the equipment Date of Installation Name of the Consignee Name of the purchaser I we M s hereby declare that i I we do Accept Agree for the warranty guarantee 2 years Warranty followed by 3 years CMC Spares Labour as per this tender clause No 11 1 to 11 6 ii I we will not charge quote any extra price on account of the above said warranty guarantee iii I we do accept agree to provide uptime guarantee 95 as per this tender clause No 13 1 iv The 2year comprehensive warranty is valid from dt to dt v The 3 year CMC is valid from dt to dt Date Signature of the competent authority Place on behalf of the company firm Seal of the firm 52 Page ANNEXURE XII Refer Clause No 11 1 to 11 6 amp 13 1 UNDERTAKING to be submitted on Rs 50 stamp paper Tender ref No Name of the equipment Date of Installation Name of the Consignee Name of the purchaser Sir I we hereb
45. t of Instruments and Equipments etc will be made to the tenderer No payment will be made to the supplier if he has not deposited the unconditional performance security in shape of Bank draft amounting to 10 of the purchase order value which will be deposited in fund of with the warranty for 2 years agreement to the consignee B Before release of payment the supplier has to submit the signed agreement warranty documents of equipment and turnkey job to the consignee The undertaking as per Annexure XI amp XII will also be submitted to the consignee with photocopies to the purchaser C The payment of CMC will be made on six monthly basis after expiry of the warranty period and signing of the CMC agreement 46 Page AA wanes UP TIME BALANCE The Supplier s shall provide guarantee 95 uptime i e 41610 95 of 43800 Hours during comprehensive warranty period The up time guarantee will be 95 as calculated here under i e 8322 hours per annum 1 year 365 days 24 working hours per day Total working time per annum 365 days x 24 hrs 8760 hrs Up time guarantee 0 95 x 8760 hrs 8322 hrs per annum For 2 years warranty 8322 x2 16644Hours Any uptime less that specified above will be compensated by the Supplier s The consignee shall maintain a log book in the format provided by the Supplier s which will indicate usage of the equipment every day and for calculation of up time DOWNTIME PENALTY
46. t three 3 financial years 2008 09 2009 10 2010 11 along with their manufacturer importer as mentioned above 5 iii v Valid ISO certificate vi Valid ISI CE US FDA certificate as per Section V Technical Specification vii Proof of supply installation of Snos of the equipments to any Govt Organization Corporate Hospitals PSU Hospitals UN Agencies and certificate in support of that from the user during the last two years viii Major deviations from the technical specification of the item s as per tender ix Price bid quoted rate with signature and seal Hard Copy EARNEST MONEY DEPOSIT 6 1 6 2 6 3 The Earnest Money Deposit referred to at para 3 4 shall be only per tender The Earnest Money Deposit will be submitted in the shape of demand Draft only in favour of C M O Capital Hospital Bhubaneswarfrom any Nationalised Scheduled Bank payable at Bhubaneswar The EMD of the unsuccessful tenderers will be returned back without interest after placement of purchase order to the successful tenderer and EMD of successful tenderer will be returned after submission of performance security The EMD will be forfeited if the tenderer withdraws the tender or doesn t sign the contract doesn t supply the items in case of successful bidder within the stipulated time period 11 Page SECURITY DEPOSIT Performance Security 7 1 1 1 2 7 3 The performance Security should be submitted in shape o
47. tic Acid H6 BUN urea Creatinin Glucose All these parameters should be measured simultaneously Calculated parameters should include BE BE ecf HCO3 Anion Gap etc Sample volume should be less than 100ul Fast analysis time should be around 80 sec It should be cartridge based with long expiry interval It should have self calibration facility inbuilt with regular intervals or when needed Data display on well illuminated adequate size LCD color touch screen display with memory backup of last 100 ME or 30 days Data print out on built in graphic printer Built in auto Quality control facility Suitable UPS with 30 min backup Power Supply Should work on 230V 10 50Hz AC as well as batteries having Indian plug Documentation 231P User manual in English Service manual in English Certificate of calibration and inspection Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet Any point if not substantiated with authenticated catalogue manual will not be considered age 2 Automated Cell Counter 5part Fligibility Criteria Should be US FDA and CE approved product Should be compliant to ISO 13485 Quality systems Medical devices Particular requirements for the application of ISO 9001 applicable to manufacturers and service providers that perform their own design activities Should have local service facility The servi
48. to acquire the measurement result Various sensors should check the condition of the instrument If any abnormality is detected an error message be displayed so that occurrence of trouble is prevented Integrated thermal printer On board memory for about 200 250 tests records Monitoring and flagging functions Automatic start up Electronic self checks rinsing and background count check and automatic cleaning in case of blockage in capillary bubble in fluid Reagents and printer paper for at least 1000 test should be provided Power Supply Power input to be 180 270VAC 50Hz and UPS of suitable rating with voltage regulation and spike protection for 30 minutes back up 25 Page 3 COLOUR DOPPLER ULTRASOUND SCANNER Description of function For whole body Ultrasound Anatomical studies Blood Flow Studies and 3D studies Eligibility Criteria gt Should be US FDA and CE 93 42 IEE approved product gt Electrical safety conforms to standards for electrical safety IEC 60601 IS 13450 gt Manufacturer should be ISO certified Operational requirements e Digital Ultrasound system platform for excellent 2D Colour amp Power Doppler and 3D Imaging capability Technical Specification e Must have minimum 1000 digital channels e Should have 15 or more high resolution LCD monitor with tilt and swivel e Line density 512 lines e Dynamic range gt 160dB e Penetration upto 30 cms e Shold be provided with three active tra
49. ultimately paid for the procurement of the articles concerned Such damages shall be assessed by the C M O whose decision is final amp binding in the matter If any articles or things supplied by the tenderer have been partially or wholly used or consumed after supply and are subsequently found to be in bad order unsound inferior in quality or description or are otherwise faulty or unfit for consumption use amp rusted then the contract price or prices of such articles on full will be recovered from the tenderer if payment had already been made to him or the tenderer will not be entitled to any payment for that item amp no further order will be given to him For infringement of the stipulations of the contract or for other justifiable reasons the contract may be terminated by the C M O and the tenderer shall be liable for all losses sustained by the C M O in consequence of the termination which may be recovered from the Security Deposit made by the tenderer or other money due or become due to him Supply of sub standard items or non performance of tender terms amp conditions will disqualify a firm to participate in the tender for the next five years 501Page ARBITRATIONS In the event of any dispute out of the contract such dispute should be subject to the Jurisdiction of the Civil Court Dist Khurda or High Court Orissa CHANGE OF TERMS AND CONDITIONS Any amendment to the terms amp conditions and clauses of the agreemen
50. upto 11 30 AM by the C M O Capital Hospital Bhubaneswarin the office of the C M O for the purchase of medical equipment Any tender received after the due date amp time will be rejected returned to the sender unopened The tenders will be received through Regd Post Courier services Speed Post only Pre bid conference shall be held in the office chamber of the C M O Capital Hospital Bhubaneswar on dt 04 09 2012 at 11 30 A M The prospective bidders may attend and clarify any doubts on the terms and conditions of the bid document The bidder s are to submit their tenders in separate sealed covered envelops for technical bid and commercial bid by superscribing Cover A Technical Bid amp Cover B Price Bid and both the sealed covers should be put into a third outer Cover which should be superscribed as Tender for the supply amp installation of Medical Equipments to the Office of C M 0 Capital Hospital Bhubaneswar Orissa amp Tender Reference No C M O Capital hospital Bhubaneswar 2012 2013 ME The Sealed tenders Cover A Technical Bid submitted by the tenderers will be opened by the C M O Bhubaneswar in the office chamber of the C M O Capital hospital Bhubaneswar at 12 Noon on 24 09 2012 The tenderer or their duly authorized representatives are allowed to be present during the opening of the tenders if they so like 7lPage ELIGIBILITY CRITERIA 2 1 Manufacturing units Importers are eligible to p
51. wings in addition to above Insurance Freight Transportation Customs duty Excise duty Charges for documents instructions manual tools F O R at the destinations mentioned in the consignee list Training to doctors amp technicians SION EG Bo 45 Page 8 Maintenance of the system includes all accessories supplied and their spare parts required during comprehensive warranty period of two year at free of cost from the date of successful installation and satisfactory functioning of the system at the site 9 Installation and commissioning of the system by the Supplier s engineer at site 10 Any other charges including loading amp unloading packing amp forwarding etc will be paid by the Supplier s till the completion of the installation and turnkey job if any CMC cost for next 3 three years after the warranty period shall be paid after completion of the warranty period on a six monthly basis TERMS AND CONDITIONS Delivery The delivery should be completed within 30days from the date of purchase order Liquidated Damage 0 5 per week for the delayed period up to a maximum of 2 of the purchase order value PRICE Only the price quoted by the Supplier s in his their financial proposal will be the price for payment and no other price escalation will be allowed at any circumstances TERMS FOR PAYMENT A The payment s shall be made by purchaser in Indian currencies No advance payments towards cos
52. y declare that 1 531Page I we am are the manufacturers authorized agents distributors of I we do accept agree for the all clauses including the warranty 2 years followed by 3 years CMC and payment terms and conditions of this tender I we do hereby confirm that the prices rates quoted are fixed and are at par with the prices quoted by me us to any other Govt of India Govt of Orissa Hospitals Medical Institutions I we also offer to supply the stores at the prices and rates not exceeding those mentioned in the price bid I we agree to abide by my our offer for a period of 365 days from the date of approval of the tender I we have necessary infrastructure for the maintenance of the equipment and will provide all the accessories spares as and when required I we also declare that in case of change of Indian Agent or for any other change merger dissolution solvency etc in the organization of our foreign principles we would take care of the Guarantee warranty maintenance of the machinery equipment and have provided written confirmation for the same 7 I we shall provide assistance to the consignee in clearance and delivery of store at consignee s stores premises 8 The demurrage storage charges if any payable to the customs department due to non receipt of required documents in time by the hospital delay due to incorrect entries mistakes to the documents etc shal
53. yments in shape of Draft Pay Order will preferably be dispatched to the supplier by Registered post with A D or e payment on line transfer or may be handed over to the authorized person of the supplier 19 Page 20 6 The payment of CMC will be made on a six monthly basis after completion of warranty period and signing of the CMC agreement PENALTIES 21 1 21 2 21 3 If the successful tenderer fails to deposit the required security within the time specified or withdraws his tender after acceptance of his tender owing to any other reasons or unable to undertake the contract his contract will be cancelled and the earnest money deposit amp security deposit submitted by him along with his tender shall stand forfeited by the C M O Capital Hospital Dist Bhubaneswar Orissa by reasons of such breach such as failure to supply delayed supply Violating the tender terms and conditions amp non supply supply of Not of Standard Quality equipment will disqualify the firm to participate in the tender for a period of 2 two years from the date of issue of letter and his E M D amp security deposit will be forfeited and no further purchase order will be placed to that firm for that item In the event of any dispute arising out of the tender such disputes would be subject to the jurisdiction of the Civil Court Dist Bhubaneswar or High Court of Orissa Inspection Testing 22 1 The selected supplier shall have to arra
Download Pdf Manuals
Related Search
Related Contents
E - Mopar International Page catalogue stickers la ferme Aton CL115/CLT115 Marmon-Herrington MT-22 Parts Manual Copyright © All rights reserved.
Failed to retrieve file