Home

16 Slice

image

Contents

1. e Control Panel on either side e Positioning Lights e FOV gt 50 cm e Tilt Remote gt 30 deg X Ray Generator e High Frequency type e Power output gt 50 KW e mA Range 300 mA or more With incremental steps of 10 mA X Ray Tube e Tube current 300mA or more e Real Time mA modulation for dose regulation e Tube Voltage 90 140 KV e Anode Heat Storage Capacity should be 5 MHU or more e Anode Temp Monitoring System e Heat Dissipation gt 800KHU minute e Filter and beam limiting devices e Smaller Focal Spot size and number e The tube should have dynamic focal spots e The X ray cooling unit should be inbuilt in the gantry e Warranty of tube Comprehensive warranty for all parts including x ray tubes for 5 years irrespective of number of scans Patient Table 23 1Page Minimum Load capacity of 200Kg 10 with 1 mm positioning accuracy Table speed Horizontal gt 100 mm sec Vertical Table travel 50mm sec Minimum table top height should be 55cm or less from the ground level for easy transportation of trauma patient Longitudinal Scan Range at least 130cm or more Manual movement of the table should be possible in case of power failure Reproducing positional accuracy should be mentioned Remote Up Down and forward backward should be standard Facility of positioning aid for horizontal isocentric positioning of the patient Carbon Fibre Table Top Spiral CT Scan Time lt 0 6Sec for
2. B Price Bid Cover B Price Bid of the tenderers who qualify in it s Technical Bid Cover A and complies with tender specification amp finds to be as per technical specification and Product demonstration if required will only be opened The tender format Price Schedule in duplicate in the prescribed form as per Annexure IX A amp B must be submitted in Cover B The price of the item should be quoted inclusive of excise duty insurance packing forwarding freight door delivery and warranty for 5 years The price of CMC for 5 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 each item both in figures and words In case 81Page 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 at the office of the Joint Director State Drug Management Unit SDMU Bhubaneswar at a date amp time which will be intimated to them by SDMU REJECTION OF TENDER 5 The tender submitted by the bidder will be rejected if any of the following documents are wanting not submitted with the tender i ii Gii iv v vi vii viii Gx 9 1Page Import License In case of Importer Manufacturer s authorization in case of distributor importer Ear
3. Spatial alignment and visualisation of two different data sets of one patient generated on different modalities or with different acquisition times Perfusion CT for study of brain Liver kidney pancreas etc Volume measurements Fusion of morphological data obtained on CT MR or DSA Patient communication system 1 An integrated intercom and Automated Patient Instruction System API should be provided 4 Image quality 2 Low contrast resolution specify low contrast resolution of 5mm with 20cm CATPHAN phantom Specify High contrast resolution at 15 Ip cm or higher O and 10 with full FOV Specify Cross field homogeneity Connectivity And Archival 1 DICOM connectivity should be optimised for networking with other imaging systems DICOM converters for linking the camera with other imaging systems of the department should be provided if required separately It should have sufficient memory to store images from the CT as well as other system connected to it Filming parallel to other activities including independent scanning documentation and post processing and configurable image text Archiving DVD CD writer should be provided for archival Specify minimum number of uncompressed and compressed images that it can store per disc Option of viewing these discs on any PC without DICOM viewer should be available 48 Page Tender Specification Bidder s Compliance Also mention
4. PSU in India and purchase order copies in support of that in last 3 years As per format Annexure VII Item wise iv The authorized distributor will submit the following documents in support of the manufacturer along with the tender a Valid ISO certificate b CE US FDA IEC certificates of the manufacturer for the products as mentioned in technical specification c The quoted model of C T Scan Machine should have type approval from AERB of the Original Equipment Manufacturer Only NOC for the quoted model from AERB will not be accepted v Alternative bids are not allowed The bidders shall have to quote for only one make amp model vi The Manufacturer or the tenderer if blacklisted either by the Tender inviting authority or by any state Govt or Central Govt organization for the quoted item is not eligible to participate in the tender during the period of blacklisting 2 3 The tenderer have to submit the EMD as mentioned in Clause 8 of Section II amp the Tender document cost DOCUMENTS TO BE SUBMITTED 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 6lPage 3 1 3 2 3 3 3 4 3 5 3 6 3 7 3 8 3 9 Checklist with detail of the documents enclosed in Cover A as per Annexure I with page number The documents should be serially arranged as per this
5. The tenderer or their duly authorized representatives are allowed to be present during the opening of the tenders if they so like ELIGIBILITY CRITERIA 2 1 Manufacturing units Importers are eligible to participate in the tender provided they fulfill the following conditions i Import License In case of Importer only In case of importers they have to furnish the authorization from the manufacturer ii Valid ISO certificate of the Manufacturer 4 Page iii iv v vi vii viii Gx Product must be ISI BIS CE US FDA etc valid ISI BIS CE US FDA certificate certified As per Section VI technical specification Tenderer should have proof of supply of the quoted model executed directly by manufacturer or through distributor of the CT Scan Machines 16 Slice or Higher to any State or Central Government or Government Hospitals Corporate Hospitals PSU Hospitals Municipal Hospitals UN agencies Corporate Sectors Authorized agency of the State Central Govt PSU in India and purchase order copies in support of that in last 3 years As per format Annexure VII Item wise Proof of annual average turnover Manufacturers Importer of Rs 50 Crore or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI Proof of compliance with IEC Certificate As per Section VI technical specification Medical Electrical Equip
6. 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 D M O C M O Directors incurred by the purchaser GOVERNING LANGUAGE The contract shall be written in English language English language version of the contract shall govern its interpretation All correspondences and other documents pertaining to the contract which are exchanged by the parties shall be written in English DELIVERY OF DOCUMENT Four 4 copies of the Supplier invoice bills showing purchase order number good s description quantity unit price total amount with stock entry certificate by the consignee Photocopy of the Insurance Certificate if any The Original Certificate is to be given to the Consignee Attested Photocopy of Manufacturer s Supplier s warranty certificate The original warranty certificate is to be submitted to the consignee at installation point 63 Page 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 PACKAGING The s
7. Annexure I and should be securely tied and bound Item Quoted with name of the Make amp Model of the item s Annexure II Tender document fee of Rs 5 250 in shape of Demand Draft Earnest Money Deposit s as mentioned in the Clause 8 of Section II in shape of Demand Draft Details of EMD and the name of the equipment quoted should be clearly mentioned Details name address telephone no Fax e mail of the manufacturer authorized distributor service centre contract person office in Odisha Annexure ITT 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 Importers are also required to furnish the authorization from the manufacturer Certificate duly filled by the Auditor Chartered Accountant as per Annexure VI that the annual average turnover of the firm is Rs 50 Crore or more in the last 3 three financial years OR annual average turnover of Rs 5 Crores or more in the last 3 three financial years for bidders who are authorized distributors of the manufacturer The authorized distributor shall also submit the annual average turnover of the Manufacturer importer alongwith his own turnover Performance Statement Annexure VID during the last three years towards proof of supply of the quoted model to any State or Central Government or Government
8. Hospitals Corporate Hospitals PSU Hospitals Municipal Hospitals UN agencies Corporate Sectors Authorized agency of the State Central Govt PSU in India The copy of Purchase orders and certificate from the user should be furnished in support of the information provided in the performance statement Item wise 7 1Page 3 11 3 12 3 13 3 14 3 16 3 17 Deviation No Deviation Statement from Technical Specification amp details of technical specification of the product Annexure VIIIA amp B Leaflet Technical Brochures of the product item offered Copy of Import License by the Importer in case of Importer 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 the up to date VAT clearance certificate The Original Tender Booklet 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 Odisha Eastern India or undertaking to set up service center in Odisha within one month from the date of installation if approved for those who have no service centers in Odisha COVER B PRICE BID 4 4 1 The price to be quoted for medical equipments should be sent in the prescribed price format in a separate sealed cover hereafter called Cover
9. Refer Clause No 3 6 To be submitted in Cover A Technical Bid DECLARATION FORM E E E on E E T having My OUP o y ya a a EEA AA E office Ab EEEN AATE E OEA TE IAE S do declare that I We have carefully read all the terms amp conditions of tender of the __ Odisha 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 items non supply I We agree that the Tender Inviting Authority can forfeit the Earnest Money Deposit and or Performance Security Deposit and blacklist me us for a period of 3 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 Ie 46 T Sucte tice E dah hontiet Skat holes che oa a GPa kh S 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 Odisha Signature of the bidder Seal Date Name amp Address of the Firm Af
10. State the amount of Odisha Sales Tax OST now VAT shall be deducted from the total cost since it accrues back as revenue to the State If after such deduction the cost of articles to be purchased within the State is not more than the cost of including Central Sales Tax transport and other charges of similar articles from outside the State it would be economical to purchase articles within the State 13 2 Form C or Form D shall not be issued by the tender inviting authority LIQUIDATED DAMAGE 19 1 The C D M O D H S O of the concerned district may allow extension for a maximum period of 4 four weeks 28 days after the stipulated date of supply i e 45 days with a penalty of 0 5 which will be deducted from the 17 Page 19 2 purchase order value as Liquidated Damage for each week 7 days of delay upto a maximum 2 on the value of the goods If the supplier fails to complete the supply within the extended period i e 73 days after being allowed by the purchaser with LD no further purchase order will be placed to the firm for the said item including forfeiture of the Performance security and the concerned firm will be blacklisted for two 2 years from the date of issue of letter for the said item TERMS OF PAYMENT 20 1 20 2 20 3 20 4 20 5 20 6 No advance payments towards cost of medical equipments or turnkey job will be made to the tenderer 90 of the cost of the equipment
11. TFT Type of at least 19 with fast image refresh rate should be fast and preferably instantaneous and flicker free 4 Should be non interlaced and progressive display type amp sturdy Operator Console 1 Should perform Registration scheduling protocol selection volume rendering Volume measurements Multiplaner Reconstruction and standard evaluation application and all available post processing functions without the help of the satellite workstation as well as film exposure 2 Raw Data storage with at least 800 GB Hard disk having a minimum of 2 00 000 images storing capacity in 512x512 format Consoles Common Feature 1 The two sets of workstation should be interconnected by ISDN Lines to be provided by the vendor for two way transfer of images and reports 2 Spatial alignment and visualization of two different data sets of one patient generated on different modalities or with different acquisition time 3 Post Processing Software Perfusion CT VRT MIP SSD Image Fusion Vessel segmentation Virtual Endoscopy software to be provided on both the workstation 4 Cine display should be available both interactive and 46 Page automatic Window width and centre should be freely selectable Patient online Registration pre registration facility and transfer of information from HIS RIS via DICOM should be possible An independent satellite workstation with Hard Disc of 800GB or more capabl
12. 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 5 five years after the warranty period shall be paid after completion of the warranty period on a six monthly basis TERMS AND CONDITIONS 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 SUPPLY The supply should be completed within 45 days from the date of issue of purchase order unless otherwise specified If no supply is received even after 45 days or 73 days with liquidated damage from the date of issue of the purchase orders such orders will stand cancelled automatically without further notice Penalties shall also thereafter be applied to the tenderer as specified under Penalty The approved firm shall also suffer forfeiture of the EMD and Performance Security Deposit LIQUIDATED DAMAGE The C D M O of the concerned district may allow extension for a maximum period of 4 four weeks 28 days after the stipulated date of supply i e 45 days with a penalty of 0 5 which will be deducted from the purchase order value as Liquidated Damage for each week 7 days of delay upto a maximum 2 on the value of the goods If the supplier fails to complete the supply within the extended period i e 73 days after being allowed by the purch
13. commissioning of the equipment The rate per unit 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 Odisha the due date of sale submission of bids and opening of bids will be the following working day at the scheduled place amp time lllPage 8 8 8 9 8 10 8 11 8 12 8 13 121Pa 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 confirm to the controlled price or MRP as the case may be Deleted 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 rate contract the price
14. data from different angles around the body and then uses computer processing of the information to show a cross section of body tissues and organs CT imaging is particularly useful because it can show several types of tissue lung bone soft tissue and blood vessels with great clarity Using specialized equipment and expertise to create and interpret CT scans of the body radiologists can more easily diagnose problems such as cancers cardiovascular disease infectious disease trauma and musculoskeletal disorders Product Eligibility Criteria e Should be USFDA or CE from notified body approved CT Scan e Should have IEC 60601certificate confirming to Electrical safety standards e Should have type approval from AERB for the quoted model Should furnish necessary certificate in the technical bid Technical Specification e Multi Slice Spiral CT Scanner for high resolution whole body scanning including vascular application e The system should be capable of acquiring 16 slices per rotation e Should have latest slip ring technology with true isotropic volume acquisition and sub millimetric resolution e Should be DICOM ready CT Procedures a Contrast Media Tracking b CT Angiography c CT Pulmonary Angiography d CT Fluoroscopy for Biopsy e Advanced 3D analysis f Dynamic cerebral perfusion mapping g Head CT h Thoracic CT i Abdominal CT j Interventional CT 22 1Page Gantry e Aperture gt 70 cm
15. full 360 deg rotation Min slice thickness lt 0 625 mm Max slice thickness lt 20 mm Slice increment specify scan and selectable slice thickness Pitch Factor volume pitch variable between 0 5 sec to 2 sec or more and should be user selectable Specify all possible pitch selections Single Continuous spiral on time should be at least 100 sec Should optimize radiation dose and resolution for each selection Bolus Triggered Spiral acquisition should be possible Facility of multi spiral bi directional spirals and back to back spirals Topogram Length and width Specify the range Scan Time Specify the range Views Frontal amp lateral views Should be able to interrupt acquisitions manually once the desired anatomy is obtained Data Acquisition System Detector Capable acquiring 16 slices per 360 deg of rotation Total effective length of detector array at isocenter should be 20 mm Inbuilt mechanism for adapting the tube current during each scan this should enable radiation dosage reduction where body part thickness is less Detector system should not require frequent calibration Should have Inbuilt paediatric protocols based on weight of the patient Image Reconstruction System 24 Page Real Time reconstruction speed 5 images per sec or more at 512x512 matrix Display Matrix gt 1024x1024 e Reconstructed slice thickness 1mm 10mm freely selectable Scan Field and reconstructed field Monitor e Re
16. 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 purchaser immediately about such reduction in the contracted price The purchaser 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 Deleted If the relevant documents certificates which are required to be furnished along with the tender are written in language other than English the tendering firm shall furnish English version of such documents certificates duly attested by a Gazetted Officer Notary with his seal and signature If any information or documents furnished by the tenderer with the tender papers are found to be misleading or incorrect at any stage the tender of the relevant items in the approved list shall be cancelled and steps will be taken to blacklist the said firm for three 3 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 ge Annexure IXA amp B The tenderer shall not quote the rate for any item other than the item specified in the list Section V 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 th
17. one no per monitor Temperature Skin temperature Probe two per monitor and Rectal temperature probe one no per monitor Defibrillator with Monitor Should be USFDA and CE Notified body certified model Should have inbuilt biphasic recorder with auto amp manual mode upto 360 Joule Should be mains amp battery operated Can deliver at least 25 shocks with fully charged battery with the following accessories gt Adult and paediatric paddle 1 each gt Disposable pads 10Nos gt ECG Cable 5 lead 1No gt ECG Electrodes 100Nos Dual head Pressure Injector Should be USFDA or CE Notified body certified model Flow rate 0 1 10 ml sec Volume 1 ml to syringe capacity programmable pressure limit of 325 psi with 200 ml disposable sterile syringes Syringe heater range 35 deg C 5 deg C Should be provided with head mounting device and integral IV pole 100 nos syringes with tubings to be provide with the machine Unit will be provided with display monitor to provide Pressure Monitor graph Flow Profile Stop Watch Feature Scan Display multiphase capability and protocol locking capabilities Make amp model of above equipments should be specified and technical product brochure amp quality standard certificates should be furnished along with technical bid Warranty Five years comprehensive onsite warranty for entire CT system X ray TUBE and all additional equipments amp accessories including all
18. turn key items UPS batteries Air Conditioner 301Page Documentation 311Page User manual in English incorporating the newer applications Service manual in English Log book with instruction for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out Adequate books and journals within the warranty period SECTION VI ANNEXURES Technical Bid Price Bid Agreement Undertaking for CMC 32 1Page 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 An the respective box COVER A TECHNICAL BID DOCUMENTS SUBMITTED OR NOT og a an an 1 Details of the Item s Annexure IT iim 2 Tender document Fee ape No 3 Earnest Money Deposit Page Yes No No 4 Details of Manufacturing Unit contract person Page Yes No 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 6 Manufacturer s Authorization Format Page Yes No Annexure V for distributor Importer No Item wise 7 Proof of avg Annual turnover Page Yes No for pr
19. DIRECTORATE OF HEALTH SERVICES STATE DRUG MANAGEMENT UNIT Tel Fax 0674 2380750 2380749 2380549 F e mail sdmuorisSa yahoo co in semu orissa yahoo in Tender Reference No SDMU 2014 15 EQP CT 005 Re Tender TENDER DOCUMENT FOR SUPPLY amp INSTALLATION OF CT SCAN MACHINES 16 Slice DIRECTORATE OF HEALTH SERVICES STATE DRUG MANAGEMENT UNIT IN FRONT OF RAM MANDIR CONVENT SQUARE BHUBANESWAR 1 1lPage SECTION I NOTICE INVITING TENDER Tender Reference No SDMU 2014 15 EQP CT 005 Re Tender TENDERS ARE INVITED FROM ELIGIBLE BIDDERS AS PER THE ELIGIBILITY CRITERIA FOR SUPPLY amp INSTALLATION OF CT SCAN MACHINE 1 Period of Availability of Tender Document From 26 07 2014 TO 19 08 2014 Downloadable from website http 203 193 146 66 hfw SDMU tender html In case of any bid amendment and clarification responsibility lies with the bidders to collect the same from the above mentioned website before last date of submission of tender document and the tender inviting authority shall have no responsibility for any delay omission on part of the bidder Date time amp place of Pre bid meeting Date 04 08 2014 Time 12 Noon Place State Drug Management Unit In front of Ram Mandir Square Convent Square Bhubaneswar 1 Last date amp time for submission of Tender Date 19 08 2014 Time 12 Noon Address of Submission of Bid The Joint Director State Drug Manag
20. IFICATIONS IF ANY Following are the Technical deviations and variations from the purchaser s Technical Specifications Sl Item Name Clause of Technical Specification Statement of Deviations No Variations if any attach separate sheets if the space provided is not sufficient In case there is no deviation from technical specification Pl Mention No Deviation Signature of the Bidder Name Date Place Seal 42 Page To be submitted in Cover A Technical Bid Annexure VIII B Refer Clause No 3 10 DETAILS OF TECHNICAL SPECIFICATION COMPLIANCE OF THE PRODUCT OFFERED BY THE BIDDER Tender Specification Bidder s Compliance Also mention the Page No of the technical brochure Description of Function CT Computed Tomography sometimes called CAT scan uses special x ray equipment to obtain image data from different angles around the body and then uses computer processing of the information to show a cross section of body tissues and organs CT imaging is particularly useful because it can show several types of tissue lung bone soft tissue and blood vessels with great clarity Using specialized equipment and expertise to create and interpret CT scans of the body radiologists can more easily diagnose problems such as cancers cardiovascular disease infectious disease trauma and musculo skeletal disorders Product Eligibility Criteria 1 Should be USFDA or CE fr
21. Money Deposit required is mentioned in the Section I The Earnest Money Deposit will be submitted in the shape of demand Draft only in favour of Joint Director State Drug Management Unit Bhubaneswar from any Nationalized 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 ies The EMD will be forfeited if the tenderer withdraws its tender furnish forged documents which is found during bid evaluation OR doesn t sign the contract doesn t furnish performance security doesn t supply the items in case of successful bidder within the stipulated time period PERFORMANCE SECURITY amp AGREEMENT 7 1 7 2 The performance Security should be submitted in shape of Bank Draft Bank Guarantee from a Nationalised Scheduled Bank in favour of the CDMO of the concerned District Joint Director SDMU Head of the Directorates as the case may be depending on the requirement equal to the amount of 10 of the purchase order value of the item excluding cost of CMC amp taxes within 21 days of issue of the purchase order The agreement as per Annexure X will be signed between the supplier and the purchaser and will be kept by the purchaser 10lPage 7 3 7 4 The performance Security Money will be returned back
22. able Specify all possible pitch selections Single Continuous spiral on time should be at least 100 sec Should optimize radiation dose and resolution for each selection Bolus Triggered Spiral acquisition should be possible Facility of multi spiral bi directional spirals and back to back spirals 2 3 4 Topogram 1 Length and width Specify the range Scan Time Specify the range Views Frontal amp lateral views Should be able to interrupt acquisitions manually once the desired anatomy is obtained Data Acquisition System 1 Detector Capable acquiring 16 slices per 360 deg of rotation Total effective length of detector array at isocenter should be 20 mm Inbuilt mechanism for adapting the tube current during each scan this should enable radiation dosage reduction where body part thickness is less Detector system should not require frequent calibration Should have Inbuilt paediatric protocols based on weight of the patient 45 Page Tender Specification Bidder s Compliance Also mention the Page No of the technical brochure Image Reconstruction System 1 Real Time reconstruction speed 5 images per sec or more at 512x512 matrix 2 Display Matrix gt 1024x1024 3 Reconstructed slice thickness lmm 10mm freely selectable Scan Field and reconstructed field Monitor 1 Resolution 1280x1240 2 Pixel Size lt 0 3 mm 3 Two number of Flat screen medical grade
23. 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 Qty Price Total The price cost of the item also include the followings in addition to above Insurance Freight Transportation Customs duty Excise duty Charges for documents instructions manual tools Dee tne 59 1Page 6 F O R at the destinations mentioned in the consignee list 7 Training to doctors amp technicians 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
24. aser with LD no further purchase order will be placed to the firm for the said item including forfeiture of the Performance security and the concerned firm will be blacklisted for two 2 years from the date of issue of letter for the said item TERMS FOR PAYMENT A The payment s shall be made by purchaser in Indian currencies No advance payments towards cost of Instruments and Equipments etc will be made to the tenderer No payment will be made to the supplier if he has not deposited the unconditional performance security in shape of Bank draft bank gurantee amounting to 10 of the purchase order value which will be deposited with the O o of the concerned CDMO of the district 601Page B Before release of payment the supplier has to submit the signed agreement warranty documents of equipment and turnkey job to the consignee The undertaking as per Annexure XI amp XII will also be submitted to the consignee with photocopies to the purchaser C The payment of CMC will be made on six monthly basis after expiry of the warranty period and signing of the CMC agreement TURNKEY JOB The external power supply will be provided by the purchaser but the internal wiring and electrical fittings inside the room for installation amp commissioning of the equipment and accessories will be provided by the supplier without any extra cost except mentioned in the price schedule This cost is to be included in the cost of turnkey in the price
25. be quoted as per safety norm for 1000 Sq ft 7 Cabling for console including material amp labour to independent workstation 50 and from electrical point to the machine and other cablings Rate to be Running Meter quoted per Running M eter 8 Post processing room Chairs 10 nos 10 9 Doctors Executive Chair 2 nos 2 10 Table for reporting wood 2 nos 2 11 Any Other item s required for installation amp commissioning TOTAL Rs TOTAL In Words Note Total Price of turnkey should be the same as mentioned in column 5 of the Annexure IX A The quantity Unit of turnkey items mentioned above shall be taken into account for evaluation purpose only However payment shall be made based on the actual qty Sq Ft Running Meter as applicable after measurement inspection of the same Signature of the Bidder Name Date Place Seal 57 Page ANNEXURES Agreement Warranty and CMC Undertaking to be submitted at the time of award of contract 58 1Page ANNEXURE X Refer clause no 7 1 2 to be submitted on Rs 100 stamp paper AGREEMENT THIS AGREEMENT IS MADE AT THIS THE DAY OF 2014 BETWEEN Name of the Supplier with full address Here in after called the Supplier s as 1 Party AND The C D M O name of the District Health amp F W Department GoO Represented through the THE CONSIGNEE Hereinafter called the PURCHASER as 2 Party Relying on the documents
26. biomedical engineers Radiologists to be trained for clinical whereas the technician and biomedical engineers to be trained for operation and day to day maintenance of the unit 501Page 5 Fire fighting and Security System with inbuilt alarm smoke detector system to be connected to main hospital control system Additional equipments required 1 Online UPS for power backup e On line UPS of suitable rating of 30minutes backup shall be supplied for the complete system including computer system 2 Additional fully functional independent workstation of similar capability as satellite workstation should be installed in Radiology department 3 Dry View Laser Imaging Camera with the following specifications 1 Should have Dry Laser Technology 2 Resolution 16 bits 500 dpi 3 Supports 5 Multiple Film Sizes one of which must be 17 x14 4 Must have 3 or more online film tray sizes 5 DICOM Compatible Attach conformance statement 4 State of the art Laser color printer 1 Color Dry Printer for printing Film Quality Images on plain paper 2 DICOM Compliant 3 Laser Thermal Dye Sublimation Technology for B W or Color Printing 4 Resolution 1200x1200 dpi 5 More than 20 ppm 5 Patient Multi parameter Monitor 1 Should be USFDA and CE Notified body certified model 2 Should have 12 screen with TFT colour display 3 ECG Resp 5 lead ECG cable with Clip 2 set
27. by the vendor indefinitely at no cost to the purchaser These no charge upgrades shall include any circuit boards or parts if software is added to enhance existing capabilities System should have capability to being upgraded as new technology emerges for at least 7 10years Additional or new software must have the capability of being downloaded by remote computer access Software must include a free trial period before purchase Power Supply Power input to be 220 240VAC 50Hz 440 V 3 Phase as appropriate fitted with Indian plug Resettable over current breaker shall be fitted for protection System configuration Accessories spares and consumables Collapsible wheel chair with rubberized swivel wheels 02 no Standard Patient positioning acc and restraining devices 02 sets 27 Page Good quality light weight vinyl Lead Aprons of S5mm lead equivalent 10nos Lead Glass 150x100cmx 2mm lead Ino Double rows LED view boxes 4 in each row 2nos Patient transport trolley 2nos Instrument trolley 2nos Turn key 281 Pa A complete site preparation plan will be required to be submitted along with its financial Components in separate cover as a turnkey project The vendor will be eligible to inspect the proposed side after obtaining permission Care must be taken to address placement of the equipment sitting viewing and reporting area patient preparation space storage area etc Requirements of power and air conditioning m
28. ded Spatial alignment and visualisation of two different data sets of one patient generated on different modalities or with different acquisition times Perfusion CT for study of brain Liver kidney pancreas etc Volume measurements Fusion of morphological data obtained on CT MR or DSA Patient communication system An integrated intercom and Automated Patient Instruction System API should be provided Image quality 26 1Pa Low contrast resolution specify low contrast resolution of 5mm with 20cm CATPHAN phantom ge Specify High contrast resolution at 15 Ip cm or higher 0O and 10 with full FOV Specify Cross field homogeneity Connectivity And Archival DICOM connectivity should be optimised for networking with other imaging systems DICOM converters for linking the camera with other imaging systems of the department should be provided if required separately It should have sufficient memory to store images from the CT as well as other system connected to it Filming parallel to other activities including independent scanning documentation and post processing and configurable image text Archiving DVD CD writer should be provided for archival Specify minimum number of uncompressed and compressed images that it can store per disc Option of viewing these discs on any PC without DICOM viewer should be available Upgradeability Software upgrades that enhance existing applications must be provided
29. dress placement of 49 Page the equipment sitting viewing and reporting area patient preparation space storage area etc Requirements of power and air conditioning must be clearly specified in a separate section of the offer The temperature of the gantry room to be maintained at 20 C All turnkey work proposed by the selected firm will require approval of competent authorities of the institute before implementation The vendor should give the rates for the following including unit rates which will be taken into account at the time of evaluation The payment will be made as per actual work done to the satisfaction of the authority gt Concreting and tiling False ceiling 1000 sq feet Approx gt Split type AC 10 nos of 2 tons of 5star rating gt Cabling cost per Running Meter including material cost for console to independent workstation and from electrical point to the machine and other cablings gt Cost for 50 Running meters is to be quoted for evaluation purpose Post processing room chairs 10nos gt Doctor s Executive Chair 2nos gt Table for reporting wood 2nos gt Patient waiting chair 2 nos 5 in one row Standards and safety 1 2 Lead Glass window as per room requirement Safety aspects of Radiation dosage leakage should be spelt out Should comply with AERB Guidelines for radiation leakage amp safety User Training for two radiologists two technicians and two
30. e Finance Dept Govt of Odisha 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 New The supplier shall provide such packaging of the goods as is required to prevent their damage or deterioration during transit to their final destination The packaging shall be sufficient to withstand without any limitation including rough handling during transit exposure to extreme temperature salt and precipitation during transit and upon storage TURNKEY 10 1 10 2 The electrical power supply point will be provided by the purchaser at the room where the equipment will be installed but the wiring and electrical fittings inside the room and accessories if any required for installation amp commissioning of the equipment from the power supply point to the point of actual installation or any other civil work required for installation of the equipment will be provided by the supplier without any extra cost apart from the cost mentioned under turnkey in the Price schedule which should include the cost of all such requirement The details of the turnkey job requ
31. e of simultaneous viewing of all post processing functions and filming independently without the help of main console Data transfer between the operator console amp the satellite workstation should be instantaneous Image Evaluation Tools 1 Parallel evaluation of multiple ROI in circle irregular and polygonal forms Statistical Evaluation for area volume S D Mean Max and Histograms Profile cuts horizontal vertical and oblique views Distance amp angle measurement freely selectable positioning of co ordinate system grid and image annotation Dynamic evaluation of contrast enhancement in organs and tissues calculation of time density curves peak enhancement images and time to peak images Post Processing tools 1 2 D including image zoom and pan image manipulations including averaging reversal of grey scale values and mirroring image filter functions including advanced smoothing algorithm and advanced bone correction Real time multi planar reconstruction MPR of secondary views with viewing perspectives in all planes including curved amp orthogonal MPR Standard 3D applications CT angiography MIP MinIP SSD VRT and other advanced 3D applications and colour coding for different tissues 3D images for CT guided biopsy 3D virtual endoscopy colonoscopy bronchoscopy should be possible DSA and advanced neurological imaging packages should be provided 47 Page 8 9
32. eceding 3 financial years for manufacturer No Importer Proof of Annual turnover for preceeding 3 financial years for authorized distributor as well as manufacturer Importer in case of distributor Annexure VI Copies of the Annual audited statement for the last Page Yes No Three financial years in support of above No 8 Performance Statement Page Yes No during the last three years Annexure VII No 9 Copies of Purchase order Page Yes No in support of the performance statement No 10 Deviation No deviation Statement amp details Page es lo of technical specification Annexure VII A amp B No 33 Page 11 Leaflets Technical Brocheures of the Products offered No 12 Copy of Import license In case of Importer Page Yes No No 13 Copy of Valid ISO Certificate Page Yeg No No 14 Attested Photocopy of Up to date Page Yes No CE US FDA BIS Certificate No As per technical specification 15 Attested Photocopy of Up to date Page Yes No IEC Certificate No As per technical specification 16 Photocopy of PAN Page Yes No No 17 Photocopy of VAT clerance cerificate Page Yes No No 18 Copy of original Tender and schedules duly Page Yes No signed by the Tenderer No 34 Page To be submitted in Cover A Technical Bid DETAILS OF THE ITEMS QUOTED Ann
33. ement Unit In front of Ram Mandir Square Convent Square Bhubaneswar 1 Odisha Through Speed post Registered post Courier Date time and place of opening of Tender a Technical Bid Cover A opening 19 08 2014 12 30PM at the address mentioned above b Financial Bid Cover B The date of opening of financial bid will be intimated to the firms found successtul in the technical bid evaluation Venue is mentioned at the address mentioned above Bidders authorized representative may remain present at the time of opening of bid 21Page Director of Health Services O SECTION HI IMPORTANT INSTRUCTIONS TO BE NOTED CAREFULLY BY THE TENDERERS 1 Mode of Procurement The State Drug Management Unit shall invite the tender centrally amp evaluate the same After finalization approval of the supplier amp the rate the same will be communicated to the concerned CDMOs of the District Superintendent of the Medical College The purchase order shall be placed by the Chief Medical Officer of District Superintendent of the Medical College State Dug Management Unit Directorates as per the requirement 2 Purchaser Chief District Medical Officer Bolangir 3 Consignee District Headquarter Hospitals Bolangir 4 Delivery Period 5 Mode of Delivery By Air Road Rail 6 Guarantee Warranty Comprehensive onsite warranty including all spar
34. es maintenance etc for CMC a period 5 Five years from the date of installation amp commissioning and 5 five years CMC after warranty period 7 Tender Document Rs 5 250 Rs 5 000 5 VAT The tender document cost is to be Cost submitted in the shape of bank draft in favour of Joint Director State Drug Management Unit from any Nationalised Scheduled Bank payable at Bhubaneswar 8 Earnest Money Deposit EMD Name of Equipment EMD Rs CT SCAN 16 Slice Machine Rs 5 00 000 The no of equipment Rupees Five Lakhs is mentioned in the Schedule of a pronon The Earnest Money Deposit will be paid in the shape of Demand Draft only in favour of Joint Director State Drug Management Unit from any Nationalised Scheduled Bank payable at Bhubaneswar EMD exemption is not permitted except to local SSI units registered in Odisha only as mentioned in Section II Clause 23 5 9 Performance Security The selected firm should submit the performance security in shape of Bank Draft Bank Guarantee equal to the amount of 10 of the purchase order value excluding the tax amp CMC cost of the items within 21 days of issue of the purchase order amp the same will be returned back after completion of warranty period The performance security shall be furnished at the Districts Directorates after getting the purchase order from the concerned Districts Directorates 10 Eligibility Criteria The detail eligibility criter
35. 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 Payments as mentioned above will only be made after keeping the performance security deposit from the supplier as per clause no 7 1 if they have not deposited the same before Payment will only be made after ensuring signing of the Agreement undertaking and handing over of warranty papers of equipment and turnkey jobs by the supplier to the purchaser No claims shall be made against the purchaser in respect of interest on earnest money deposit or performance security deposit or any delayed payment or any other deposit Payments in shape of Draft Pay Order will preferably be despatched to the supplier by Registered post with A D or e payment on line transfer or may be handed over to the authorized person of the supplier The payment of CMC will be made on a six monthly basis after completion of warranty period and signing of the CMC agreement 18 Page PENALTIES 21 1 21 2 21 3 If the successful tenderer fails to deposit the required performance security within the time specified or withdraws his tender after acceptance of his te
36. exure IT Refer Clause No 3 2 Name of Item Name of Manufacturer Country of Origin Make Model Name Details of offered product at Page No s CT Scan 16 Slice Signature of the Tenderer Date Official Seal 35 1Page DETAILS OF EMD SUBMITTED Annexure ITA To be submitted in Cover A Technical Bid SI Draft No amp Date Name of the Bank EMD Amount Rs TOTAL Rs Signature of the Tenderer Date Official Seal 361Page ANNEXURE M Refer Clause No 3 5 To be submitted in Cover A Technical Bid DETAILS OF THE TENDERER amp LOCAL SERVICE CENTRE Address of Local Contact Person Branch Office Zonal Corporate Office Office The address in which the purchase orders and payment details will be Address of Service communicated Centre if any in Odisha Eastern India Name amp Full Address Telephone Nos landline Mobile Fax E Mail Date of Inception Copy of Certificate of incorporation of Manufacturer Name of the issuing authority Import License in case of Importer only VAT validity Furnish photocopy of VAT PAN Furnish photocopy of VAT Details of the Service Centre Facilities in Odisha Eastern India Signature of the Tenderer with seal Date Official Seal 37 Page ANNEXURE IV
37. ficate from the Director of Industries Odisha or General Manager District Industries Centre that it is a MSE SSI Units of the State of Odisha 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 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 prescribed performance security deposit Clause number 1 to 22 is also applicable to the Small Scale Industry Units of the State of Odisha 201Page SECTION IV SCHEDULE OF REQUIREMENT SL Name of the equipment s Quantity Place of supply amp Time of installation Nos installation 1 CT SCAN 16 Slice Machine 1 District Headquarter Within 45 days from Hospital Bolangir the date of placement of purchase order 211Page TECHNICAL SPECIFICATION Description of Function CT Computed Tomography sometimes called CAT scan uses special x ray equipment to obtain image
38. fidavit before Executive Magistrate Notary Public 38 Page To be submitted in Cover A Technical Bid in case the bidder is not the Manufacturer ANNEXURE V Refer Clause No 2 2 i MANUFACTURER S AUTHORISATION FORMAT To The Joint Director State Drug Management Unit In front of Ram Mandir Square Bhubaneswar 1 Odisha Ref Tender No Dated for Dear Sir We are the manufacturers of name of equipment s and have the manufacturing factory at 1 Messrs name and address of the agent is our authorized importer distributor for sale and service of name of equipment s 2 We confirm that no supplier or firm or individual other than Messrs name of the above distributor is authorized to submit a tender and enter into a contract with you for the above goods manufactured by us 3 We also extend our full warranty 5 years comprehensive warranty and also full back up support for 5 years AMC CMC after the warranty period as required by the purchaser 4 We undertake that we have adequate infrastructure and spare part support to carry out the warranty and AMC CMC services and do accept to provide uptime guarantee of 95 as per this tender clause No 13 1 You
39. 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 five 5 years after the five 5 years warranty No extra cost will be paid other than the CMC cost for functioning of the item during this period The supplier will provide sone 1 preventive maintenance in every six months in a year during the period of CMC The selected firm should have a service centre in Odisha All the warranty certificates must be handed over to the consignee after installation ge TRAINING amp OPERATIONAL MANUAL 12 1 The firm supplier will provide hands on training to two doctors and two technicians of the concerned health institution in his own cost for operating handling the equipment at the time of installation 12 2 The supplier firm will provide the operation maintenance manuals of the equipment to the purchaser 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 5 years from the date of installation amp commissioning Any uptime less than the specified period above will be compensated by the Sup
40. ia are mentioned at Clauses 2 1 2 2 amp 2 3 of Section III 31Page SECTION MI TERMS AND CONDITIONS FOR SUPPLY amp INSTALLATION OF CT SCAN MACHINE 16 SLICE 1 1 1 2 1 3 1 4 Sealed tenders will be received till 19 08 2014 upto 12 Noon by the office of the Joint Director State Drug Management Unit In front of Ram Mandir Square Bhubaneswar 1 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 Pre bid conference shall be held in the office chamber of the Joint Director State Drug Management Unit In front of Ram Mandir Square Bhubaneswar 1 on 04 08 2014 at 12 Noon 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 Supply amp Installation of CT Scan Machine amp Tender Reference No SDMU 2014 15 EQP CT 005 Re Tender The Sealed tenders Cover A Technical Bid submitted by the tenderers will be opened at the office of the Joint Director State Drug Management Unit Bhubaneswar at 12 30 PM on 19 08 2014
41. ier of any warranty obligations under this contract The successful supplier shall replace any part or whole system as may be necessary in the event of damage during transit or found damaged on arrival or during installation of the system or if found not in conformity to the specifications at his their own cost The tenderer should furnish an undertaking to the effect that he they should take responsibility after sales service of the equipments instruments to be supplied by him them and to provide spare parts for up keeping the Equipments Instruments for a minimum period of 10 years from the date of installation The price of the instruments equipments is inclusive of warranty for a period of 5 five years commencing from the date of installation The tenderers shall submit undertaking for C M C Comprehensive Maintenance Cost for a period of 5 five years from 6 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 5 years during the CMC period 62 1Page COMPREHENSIVE WARRANTY This warranty shall remain valid for five 5 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 co
42. ing System Heat Dissipation gt 800KHU minute Filter and beam limiting devices Smaller Focal Spot size and number The tube should have dynamic focal spots 10 The X ray cooling unit should be inbuilt in the gantry Oo ONIN MN Warranty of tube Comprehensive warranty for all parts including x ray tubes for 5 years irrespective of number of scans Patient Table 1 Minimum Load capacity of 200Kg 10 with 1 mm positioning accuracy 2 Table speed Horizontal gt 100 mm sec Vertical Table travel 50mm sec 4 Minimum table top height should be 55cm or less from the ground level for easy transportation of trauma patient 5 Longitudinal Scan Range at least 130cm or more 6 Manual movement of the table should be possible in case of power failure 7 Reproducing positional accuracy should be mentioned 8 Remote Up Down and forward backward should be standard 9 Facility of positioning aid for horizontal isocentric positioning of the patient 10 Carbon Fibre Table Top w 44 Page Tender Specification Bidder s Compliance Also mention the Page No of the technical brochure Spiral CT 1 Scan Time lt 0 6Sec for full 360 deg rotation 2 Min slice thickness lt 0 625 mm 3 4 Slice increment specify scan and selectable slice Max slice thickness lt 20 mm thickness Pitch Factor volume pitch variable between 0 5 sec to 2 sec or more and should be user select
43. ired are mentioned in the Technical specification The bidders have to mention the cost of turnkey in the Price Schedule under the turnkey column The detail price break up the of turnkey 131Page with Unit Price shall have to be provided as mentioned in the price schedule as the payment for turnkey items shall be made based on the actual measurement quantity of the turnkey items COMPREHENSIVE WARRANTY amp CMC Undertaking as per Annexure XI amp XII 11 1 11 3 11 4 11 5 11 6 14 Pa The comprehensive warranty will remain valid for 5 years from the date of installation amp commissioning of the equipment The original copy of warranty documents will be submitted to the purchaser at the time of installation The warranty will cover all the parts of the machine or item 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 traveling allowances or transportation cost will be paid by the purchaser during the warranty period The Supplier shall warrant that the Goods supplied under this contract are new unused of the most recent or current models and they incorporate all recent improvements in design and materials The Supplier shall
44. king capabilities Make amp model of above equipments should be specified and technical product brochure amp quality standard certificates should be furnished along with technical bid 52 1Page Warranty Five years comprehensive onsite warranty for entire CT system X ray TUBE and all additional equipments amp accessories including all turn key items UPS batteries Air Conditioner Documentation User manual in English incorporating the newer applications Service manual in English Log book with instruction for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out Adequate books and journals within the warranty period 53 1Page ANNEXURE IX To be submitted in COVER B PRICE BID List of Enclosures to be submitted in Price Bid 1 Price schedule format duly filled in and signed by the authorized signatory with company seal 2 Photocopy of up to date Odisha VAT clearance certificate In case VAT is payable to Govt of Odisha 54 Page Whether depot inside Odisha i e VAT paid to Government of Odisha Yes No To be submitted in Cover B Price Bid ANNEXURE IX A Refer Clause No 4 1 amp 8 16 If Yes Depot Address Name of the Make amp Total Cost of CST VAT amp ET In Case of Item s Model the Item Unit if a
45. ment in the above format 40 Page Name of Tenderer Name of M anufacturer To be submitted in Cover A Technical Bid the clients seriall Annexure VII Refer Clause no 3 9 PROFORMA FOR PERFORM ANCE STATEM ENT during the period of last three years PI Furnish order copies of y the names of which are mentioned below Tender Reference No Name of the Item Order placed by Address Make amp Date of Completion Have the goods of purchaser Onde ne amp Model Valiso Reasons for delay been functioning SL attach documentary D Item Name Qty c R As per if any satisfactorily roof ale ontract Rs Actual attach documentary proof contract proof 1 2 Total Qty attach separate sheets if the space provided is not sufficient notarized certification by the bidder authenticating the correctness of the information furnished Signature and seal of the Tenderer The documentary proof will be copies of the purchase order during the last 3 years indicating Contract No and date along with a 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 41 1Page To be submitted in Cover A Technical Bid Annexure VIIIA Refer Clause No 3 10 STATEMENT REGARDING DEVIATIONS FROM TECHNICAL SPEC
46. ments Particular requirement for Electrical Safety of the equipments 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 Copies of stay order s if any against the blacklisting should be furnished along with the bid approval from AERB Only NOC for the quoted model from AERB will not be accepted Alternative bids are not allowed The bidders shall have to quote for only one make amp model 2 2 Authorized distributors are eligible to participate in the tender provided i il 5 1Page They submit manufacturer s authorization from original equipment manufacturer OEM Authorized Importer as per the format at Annexure V They should have Proof of Average annual turnover of Rs 5 Crores or more in last three 3 financial years as per Annexure VI In addition to this the distributor shall also submit the average annual turnover of the manufacturer importer of the item s as mentioned in 2 1 v above iii Proof of supply of the quoted model executed directly by manufacturer or through distributor of the CT Scan Machines 16 Slice or Higher to any State or Central Government or Government Hospitals Corporate Hospitals PSU Hospitals Municipal Hospitals UN agencies Corporate Sectors Authorized agency of the State Central Govt
47. nder owing to any other reasons or unable to undertake the contract his contract will be cancelled and the earnest money deposit performance security deposit shall stand forfeited by the purchaser Violating the tender terms and conditions amp non supply supply which is not as per technical specification 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 performance 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 of the concerned District or High Court of Odisha INSPECTION TESTING 22 1 191Pa The selected supplier shall have to arrange for demonstration of the equipment at the supply point The purchaser or its nominated representative s shall inspect and test the equipments at the supply point to check their conformity to the specifications and other details incorporated in the contract ge CONDITIONS APPLICABLE TO LOCAL MSEs SSIs OF ODISHA The MSE SSI Units of the State of Odisha will be given the following preferences in the tenders provided they produce the following documents as per MSME Development Policy 2009 and IRP 2007 23 1 23 2 23 3 23 5 23 6 Attested copy of valid manufacturing licence of the items quoted P M T Certi
48. nest Money Deposit EMD Annual average turnover of the firm is Rs 50 Crore or more in the last 3 three financial years OR annual average turnover of Rs 5 Crores or more in the last 3 three financial years for bidders who are authorized distributors of the manufacturer In case of authorized distributor they will also have to furnish alongwith their own turnover the Annual Average turnover statement as per Annexure VI from the Manufacture Importer of the item s as mentioned above Valid ISO certificate of Manufacturer Valid ISI CE US FDA certificate of the manufacturer as per Section VI Technical Specification AERB certificate of type approval for the quoted model IEC Certificate of the manufacturer as per as per Section VI Technical Specification Proof of supply installation of the quoted model of CT Scan Machine 16 Slice executed directly by manufacturer or through distributor of the equipment s any State or Central Government or Government Hospitals Corporate Hospitals PSU Hospitals Municipal Hospitals UN agencies Corporate Sectors Authorized agency of the State Central Govt PSU in India and certificate in support of that from the user during the last three years x Major deviations from the technical specification of the item s as per tender xi Price bid quoted rate with signature and seal Hard Copy EARNEST MONEY DEPOSIT 6 1 6 2 6 3 The amount of Earnest
49. nstallation amp commissioning In case of turnkey the detail price breakup of the price mentioned in column 5 is to be mentioned in Annexure IXB In case the VAT is payable to Govt of Odisha pl furnish a copy of the up to date Odisha VAT clearance certificate Signature of the Bidder Name Date Place Seal 1 Rates should be quoted both in figures amp words and if there is any discrepancy the quoted rates in words will be taken for evaluation 2 The tenderer has to mention the make brand specification warranty of all the items in turn key 56 Page To be submitted in Cover B Price Bid ANNEXURE IX B Refer Clause No 4 1 amp 8 16 PRICE BREAK UP OF TURNKEY COST required for installation amp commissioning of CT Scan Machine Sl Name of the Items of Turnkey Make amp Unit Qty As mentioned under turnkey in Technical specification Model Wherever Applicable 1 2 3 4 3 x 4 1 Concreting and tiling with material amp labour Rate to be quoted per Sq ft 1000 Sq Ft 2 False Ceiling with material amp labour 1000 Sq Ft Rate to be quoted per Sq Ft 3 Lead Window fitting amp Furnishing 1 with material amp labour 4 Lead Sheet Door fitting amp Furnishing 1 with material amp labour 5 Splittype AC 10 nos of 2 Tons of 5 star rating 10 6 Fire extinguisher Alarm with Smoke detector Qty to
50. ntee 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 LABELLING 16 1 The equipment supplied must be properly labelled with Sl No Model Name Make amp year of Manufacture ACCEPTANCE OF TENDER AND SUPPLY CONDITIONS 17 1 The Purchaser 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 Purchaser 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 45 days from the date of issue of purchase order unless otherwise specified If no supply is received even after days or 73 days with liquidated damage from the date of issue of the purchase orders such orders will stand cancelled automatically without further notice Penalties shall also thereafter be applied to the tenderer as specified in clause no 21 1 to 21 2 The approved firm shall also suffer forfeiture of the EMD and Performance Security Deposit 17 4 The tender inviting authority or his authorised rep
51. ny on amp above VAT pl Items Price with CMC the item price Mention mentioned in amp Turnkey if any mentioned in 3 whether VAT is the schedule Exclusive of Mention whether payable to of CST VAT amp ET CST VAT and Govt of Odisha requirement Entry Tax ET the Yes No Cost in Rs both in words amp figures oe ae i 1 2 3 4 5 6 3 4 5 7 8 1 Basic Price of CT Scan 16 Slice 1 year after warranty Machine Rs 2 year after warranty at 3 year after warranty VAT Additional Equipments as per 4 year after warranty l technical specification 5 year after warranty ET 2 Online UPS for power backup Rs 3 Additional fully functional independent workstation Rs 4 Dry View Laser Imaging Camera A 5 State of the art Laser color printer A 6 Patient Multi parameter Monitor A 7 Defibrillator with Monitor 8 Dual head Pressure Injector Rs F Total Price Sl 1 to 8 in Rs Figure amp words 55 Page Note Form C or Form D shall not be issued by the tender inviting authority accordingly the tax should be mentioned at col 7 above CST VAT amp ET which will be chargeable on the price 3 shall be mentioned separately in column 7 above The cost of turnkey accessories equipment is to be quoted after referring the turnkey requirement mentioned in the technical specification required for i
52. om notified body approved CT Scan 2 Should have IEC 60601 certificate confirming to Electrical safety standards 3 Should have type approval from AERB for the quoted model Should furnish necessary certificate in the technical bid Technical Specification 1 Multi Slice Spiral CT Scanner for high resolution whole body scanning including vascular application 2 The system should be capable of acquiring 16 slices per rotation 3 Should have latest slip ring technology with true isotropic volume acquisition and sub millimetric resolution Should be DICOM ready CT Procedures 1 Contrast Media Tracking 2 CT Angiography 3 CT Pulmonary Angiography 4 CT Fluoroscopy for Biopsy 5 Advanced 3D analysis 6 Dynamic cerebral perfusion mapping 7 Head CT 8 Thoracic CT 9 Abdominal CT 10 Interventional CT Gantry Aperture gt 70 cm Control Panel on either side Positioning Lights FOV gt 50 cm Tilt Remote gt 30 deg Pe woo 43 Page Tender Specification Bidder s Compliance Also mention the Page No of the technical brochure X Ray Generator 1 High Frequency type 2 Power output gt 50 KW 3 mA Range 300 mA or more With incremental steps of 10 mA X Ray Tube 1 Tube current 300mA or more Real Time mA modulation for dose regulation Tube Voltage 90 140 KV Anode Heat Storage Capacity should be 5 MHU or more AUN Anode Temp Monitor
53. ondition 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 5 five years after the completion of 5 years comprehensive warranty period INSTALLATION AND DEMONSTRATION The installation and demonstration of the equipment shall be done by the Supplier s at free of cost at the installation site of the respective institutions TRAINING Supplier s shall impart adequate training to 2 doctors and 2 technicians at the site his their factory workshop inside outside India as the case may be at the Supplier s cost 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 Suppl
54. per monitor and 10 lead ECG cable with clip Iset per monitor 4 NIBP Adult cuff 2nos per monitor and two sizes of Pediatric Cuffs one per monitor 511Page Complete sets 5 SpO Adult SpO sensor with cable two nos per monitor and Pediatric SpO2 Sensors one no per monitor 6 Temperature Skin temperature Probe two per monitor and Rectal temperature probe one no per monitor 6 Defibrillator with Monitor 1 Should be USFDA and CE Notified body certified model 2 Should have inbuilt biphasic recorder with auto amp manual mode upto 360 Joule 3 Should be mains amp battery operated 4 Can deliver at least 25 shocks with fully charged battery with the following accessories gt Adult and paediatric paddle 1 each gt Disposable pads 10Nos gt ECG Cable 5 lead 1No gt ECG Electrodes 100Nos 7 Dual head Pressure Injector 1 Should be USFDA or CE Notified body certified model 2 Flow rate 0 1 10 ml sec Volume 1 ml to syringe capacity programmable pressure limit of 325 psi with 200 ml disposable sterile syringes Syringe heater range 35 deg C 5 deg C Should be provided with head mounting device and integral IV pole 3 100 nos syringes with tubings to be provide with the machine 4 Unit will be provided with display monitor to provide Pressure Monitor graph Flow Profile Stop Watch Feature Scan Display multiphase capability and protocol loc
55. plier 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 15 Pa 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 supplier must undertake to supply all spares for optimal upkeep of the equipment for TEN YEARS after installation If accessories other attachment of the system are procured from the third party then the supplier 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 purchaser 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 ge amp 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 warra
56. ract or for other justifiable reasons the contract 64 Page may be terminated by the C D M O Directors Superintendents as the case may be and the tenderer shall be liable for all losses sustained by the C D M O Directors Superintendents as the case may be in consequence of the termination which may be recovered from the Security Deposit made by the tenderer or other money due or become due to him Supply of sub standard items or non performance of tender terms amp conditions will disqualify a firm to participate in the tender for the next five years ARBITRATIONS In the event of any dispute out of the contract such dispute should be subject to the Jurisdiction of the Civil Court Dist Bolangir or High Court Odisha CHANGE OF TERMS AND CONDITIONS Any amendment to the terms amp conditions and clauses of the agreement if required must be done in writing duly signed by the two parties IN WITNESS WHERE OF the parties herein to have set and subscribed their respective hands the day and year first herein above written Executed by Purchaser s Consignee Executed by Supplier s In presence of Witness In presence of Witness 65 Page ANNEXURE XI Refer Clause No 11 1 to 11 6 13 1 WARRANTY GUARANTEE CMC UNDERTAKING to be submitted on Rs 100 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
57. resentative s has the right to inspect the factory of those 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 16 Page 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 PROCEDURE 13 1 The rates of each item quoted by the tenderer will be evaluated after taking the following points into consideration a b c d e The quoted rate should include excise customs duty transportation insurance packing amp forwarding or any other incidental charges In case of bidders who have quoted CST firms not registered under Odisha VAT CST as mentioned in the Cover B Price Bid by the tenderer shall be added to the quoted rate for price evaluation In case of bidders who have quoted VAT firms registered under Odisha VAT VAT as mentioned in the Cover B Price Bid by the tenderer shall be excluded for price evaluation Entry Tax will not be considered for price evaluation After giving price preferences to eligible local MSME Units of Odisha Ref Clause 18 5 As per the Govt of Odisha Finance Deptt Order No 13290 F dt 02 04 2013 in comparing the cost of an article if purchased from within the State with the price of similar article if purchased from outside the
58. rs 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 original 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 39 Page To be submitted in Cover A Technical Bid ANNEXURE VI Refer Clause No 3 8 To be furnished in the letter head of the Auditor Chartered Account ANNUAL TURN OVER STATEMENT The Annual Turnover for the last three financial years of M s who is a Manufacturer Distributor Importer Pl tick whichever is applicable are given below and certified that the statement is true and correct SI No Year Turnover in Rs 1 2009 2010 2 2010 2011 3 2011 2012 Or 2012 2013 if audited Average Annual Turnover for the above three years in Rs Date Signature of Auditor Place Chartered Accountant Name in Capital Seal Membership No Registration No of Firm Note a This turnover statement should also be supported by copies of audited annual statement of the last three years and the turnover figure should be highlighted there b To be issued in the letter head of the Auditor Chartered Accountant mentioning the Membership no c The authorized distributor has also to furnish his turnover state
59. sation 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 D M O Directors Superintendents as the case may be by reasons of such breach such as failure to supply delayed supply including the liability to pay any difference between the prices accepted by him and those ultimately paid for the procurement of the articles concerned Such damages shall be assessed by the C D M O Directors Superintendents as the case may be 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 cont
60. schedule 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 5 years warranty 8322 x5 41610 Hours Any uptime less that specified above will be compensated by the Supplier s The consignee shall maintain a log book in the format provided by the Supplier s which will indicate usage of the equipment every day and for calculation of up time DOWNTIME PENALTY CLAUSE During the Guarantee warranty period desired uptime will be 95 of 365 days 24 hour if downtime exceeds 5 penalty in the form of extended warranty double the number of days for which the equipment goes out of service will be applied The vendor must undertake to supply all spares for optimal upkeep of the equipment for FIVE 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 611Page In no case equipment should remain in non working c
61. solution 1280x1240 e Pixel Size lt 0 3 mm e Two number of Flat screen medical grade TFT Type of at least 19 with fast image refresh rate should be fast and preferably instantaneous and flicker free e Should be non interlaced and progressive display type amp sturdy Operator Console e Should perform Registration scheduling protocol selection volume rendering Volume measurements Multiplaner Reconstruction and standard evaluation application and all available post processing functions without the help of the satellite workstation as well as film exposure e Raw Data storage with at least 800 GB Hard disk having a minimum of 2 00 000 images storing capacity in 512x512 format Consoles Common Feature e The two sets of workstation should be interconnected by ISDN Lines to be provided by the vendor for two way transfer of images and reports e Spatial alignment and visualization of two different data sets of one patient generated on different modalities or with different acquisition time e Post Processing Software Perfusion CT VRT MIP SSD Image Fusion Vessel segmentation Virtual Endoscopy software to be provided on both the workstation e Cine display should be available both interactive and automatic e Window width and centre should be freely selectable e Patient online Registration pre registration facility and transfer of information from HIS RIS via DICOM should be possible An independent satellite work
62. station with Hard Disc of 800GB or more capable of simultaneous viewing of all post processing functions and filming independently without the help of main console Data transfer between the operator console amp the satellite workstation should be instantaneous 25 1Page Image Evaluation Tools Parallel evaluation of multiple ROI in circle irregular and polygonal forms Statistical Evaluation for area volume S D Mean Max and Histograms Profile cuts horizontal vertical and oblique views Distance amp angle measurement freely selectable positioning of co ordinate system grid and image annotation Dynamic evaluation of contrast enhancement in organs and tissues calculation of time density curves peak enhancement images and time to peak images Post Processing tools 2 D including image zoom and pan image manipulations including averaging reversal of grey scale values and mirroring image filter functions including advanced smoothing algorithm and advanced bone correction Real time multi planar reconstruction MPR of secondary views with viewing perspectives in all planes including curved amp orthogonal MPR Standard 3D applications CT angiography MIP MinlP SSD VRT and other advanced 3D applications and colour coding for different tissues 3D images for CT guided biopsy 3D virtual endoscopy colonoscopy bronchoscopy should be possible DSA and advanced neurological imaging packages should be provi
63. tem with inbuilt alarm smoke detector system to be connected to main hospital control system Additional necessary equipments required 1 N 291Pag Online UPS for power backup e On line UPS of suitable rating of 30minutes backup shall be supplied for the complete system including computer system Additional fully functional independent workstation of similar capability as satellite workstation should be installed in Radiology department Dry View Laser Imaging Camera with the following specifications e Should have Dry Laser Technology e Resolution 16 bits 500 dpi e Supports 5 Multiple Film Sizes one of which must be 17 x14 e Must have 3 or more online film tray sizes e DICOM Compatible Attach conformance statement State of the art Laser color printer e Color Dry Printer for printing Film Quality Images on plain paper e DICOM Compliant e Laser Thermal Dye Sublimation Technology for B W or Color Printing e Resolution 1200x1200 dpi e More than 20 ppm Patient Multi parameter Monitor e Should be USFDA and CE Notified body certified model e Should have 12 screen with TFT colour display e ECG Resp 5 lead ECG cable with Clip 2 set per monitor and 10 lead ECG cable with clip lset per monitor NIBP Adult cuff 2nos per monitor and two sizes of Pediatric Cuffs one per monitor Complete sets SpO Adult SpO sensor with cable two nos per monitor and Pediatric SpO2 Sensors
64. that i I we do Accept Agree for the warranty guarantee 5 years Warranty followed by 5 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 5 year comprehensive warranty is valid from dt to dt _ v The 5 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 66lPage ANNEXURE XII Refer Clause No 11 1 to 11 6 amp 13 1 UNDERTAKING to be submitted on Rs 100 stamp paper Tender ref No Name of the equipment Date of Installation Name of the Consignee Name of the purchaser Sir I we hereby declare that l 67 Page I we am are the manufacturers authorized agents distributors of I we do accept agree for the all clauses including the warranty 5 years followed by 5 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 Odisha 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 da
65. the Page No of the technical brochure Upgradeability 1 Software upgrades that enhance existing applications must be provided by the vendor indefinitely at no cost to the purchaser These no charge upgrades shall include any circuit boards or parts if software is added to enhance existing capabilities 2 System should have capability to being upgraded as new technology emerges for at least 7 10years 3 Additional or new software must have the capability of being downloaded by remote computer access Software must include a free trial period before purchase Power Supply 1 Power input to be 220 240VAC 50Hz 440 V 3 Phase as appropriate fitted with Indian plug 2 Resettable over current breaker shall be fitted for protection System configuration Accessories spares and consumables 1 Collapsible wheel chair with rubberized swivel wheels 02 no 2 Standard Patient positioning acc and restraining devices 02 sets 3 Good quality light weight vinyl Lead Aprons of 5mm lead equivalent 10nos Lead Glass 150x100cmx 2mm lead Ino Double rows LED view boxes 4 in each row 2nos Patient transport trolley 2nos 7 Instrument trolley 2nos Nn Turn key 1 A complete site preparation plan will be required to be submitted along with its financial Components in separate cover as a turnkey project The vendor will be eligible to inspect the proposed side after obtaining permission Care must be taken to ad
66. to the tenderer without interest after the expiry of the warranty period i e five 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 8 5 8 6 8 7 The details of the medical equipments with specifications are mentioned in Section VI The firm must clearly mention their specification special features upgraded version if any and detail technical catalogue of the offered model 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 5 years onsite comprehensive warranty and exclusive of Sales Tax VAT amp Entry Tax should be quoted for the medical equipments Item wise on door delivery basis The turnkey job cost of accessories if any required for Installation Commissioning 5 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
67. upplier shall provide such packaging of the goods as is required to prevent their damage or deterioration during transit to their final destination The packaging shall be sufficient to withstand without limitation rough handling during transit and exposure to extreme temperature salt and precipitation during transit and upon storage All primary packaging containers which come in contact with the item should strictly protect the quality and integrity of the Instruments amp Equipments Packing case size and weights should be taken into consideration in case of remoteness of final destination and the absence of heavy handling facilities at all points in transit The packaging marking shall show the description of quantity of contents the name of the consignee and address the gross weight of the packages the name of the supplier with a distinctive number of mark sufficient for purposes of identification Each package shall contain i a packaging note quoting the name of the purchaser ii the number and date of order iii nomenclature of the goods iv schedule of parts for each complete equipment giving part number with reference to assembly v Name amp address of the consignee vi Name amp address of the supplier TERMS OF CONTRACT The C D M O Directors Superintendents as the case may be will be at liberty to terminate the contract either wholly or in part without assigning any reason The tenderers will not entitled to any compen
68. ust be clearly specified in a separate section of the offer The temperature of the gantry room to be maintained at 20 C All turnkey work proposed by the selected firm will require approval of competent authorities of the institute before implementation The vendor should give the rates for the following including unit rates which will be taken into account at the time of evaluation The payment will be made as per actual work done to the satisfaction of the authority gt Concreting and tiling False ceiling 1000 sq feet Approx gt Split type AC 10 nos of 2 tons of 5star rating gt Cabling cost per Running Meter including material cost for console to independent workstation and from electrical point to the machine and other cablings Cost for 50 Running meters is to be quoted for evaluation purpose Post processing room chairs 10nos Doctor s Executive Chair 2nos Table for reporting wood 2nos Patient waiting chair 2 nos 5 in one row VV VV ge Standards and safety Lead Glass window as per room requirement Safety aspects of Radiation dosage leakage should be spelt out Should comply with AERB Guidelines for radiation leakage amp safety User Training for two radiologists two technicians and two biomedical engineers Radiologists to be trained for clinical whereas the technician and biomedical engineers to be trained for operation and day to day maintenance of the unit Fire fighting and Security Sys
69. ver all the parts of the machine or item and any replacement or repair required within the warranty period will be provided by the supplier free of cost at the destination point Installation point The supplier will take back the replaced parts goods at the time of their replacement No claim whatsoever shall be on the purchaser for the replaced parts goods thereafter No traveling allowances or transportation cost will be paid by the purchaser during warranty period The Supplier warrants that the Goods supplied under this contract are new unused of the most recent or current models and they incorporate all recent improvements in design and materials even if the advanced facilities are not mentioned in our product specification The Supplier further warrants that all Goods supplied under this contract shall have no defect arising from design materials or workmanship except when the design and or material is required by the Purchaser s Specifications or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the place of final destination The Purchaser consignee shall promptly notify the Supplier in writing Fax Telephone of any claims 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
70. ys 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 Te 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 shall 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 3 years warranty period Signature of the witness Signature of the Tenderer Name amp address Name amp address Dated Seal of the firm 681 Pa ithe oO

Download Pdf Manuals

image

Related Search

Related Contents

    Owners Manual/Bedienungsanleitung M70H WWW  Leica ICC50 W Mode d`emploi  Hybrid Standalone DVR Quick Start Guide  DOP102_FR-version 1.3  RAM Mount RAM-VBD-122 mounting kit  Bedienungsanleitung  Chapter 4A - Maternal and Child Health Access  

Copyright © All rights reserved.
Failed to retrieve file