35
1 dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA Qksu@QSDl ua0&01202770455 E-mail ID:[email protected] i=ka d% o&75@2017 fnuka d%& 03 &08&2017 fufonk lwpuk jkT; vkink eks pu cy ds xBu ds QyLo:i jkT; vkink fuf/k ls Lohd` r fo'ks "khd` r midj.kks dks dz ; fd;s tkus gs rq eq gjcUn Qkbus a f'k;y fcM vkea f=r dh tkrh gS %& Ø0 la0 oLrq @midj.k dk uke dqy la[;k /kjksgj /kujkf'k (Earnest Money) ykxr ewY; dk 02 izfr'kr fooj.k Vs.Mj Qhl vkiwfrZ vof/k lEiwfrZ dk LFkku 1 2 3 4 5 6 7 (62) LOT-62 1 Spong Sterile 4" X 4" 5400 38814 :0 500@& Ø;kns 'k iz kIr gk s us ds 10 fnol ds vUnj 41oha okfguh ih,lh] xkft;kcknA 2 Portable defibrillator with recorder 2 3 Infantry pack (CPR Mannequin ) 05 pieces pack with lungs Bag 1 4 Squadron plus (CPR Manikin) 05 pieces pack with lungs Bag 1 5 Deluxe OB Mannequin 1 (63) LOT-63 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue stretcher 9 10 Portable suction equipment 2 11 Manual Suction unit 2 12 Multi parameter Monitor 2 13 Pulse oxymeter 1 14 Nebuliser 1 15 Portable Anesthesia APPARTUS 2 16 Emergency accident Kit 2 mijks Dr midj.kks a dh vkiwfrZ gs rq bPNq d fufonknkrk fdlh Hkh dk;Z fnol es a dk;kZ y; ls ukuk;d 41oh okfguh ih,lh xkft;kckn ls fufonk Qhl 500&00 ¼:i;s ikWp lk S ek=½ udn tek djds fufonk QkeZ e; Vs fDudy@QkbusfU'k;y fcM ds fu;e 'krs Z rFkk midj.kks a dk rduhdh Lis f'kfQds 'ku iz kIr dj ldrs gS A fufonk iz i= mRrj iz ns 'k iq fyl dh os clkbV http://uppolice.gov.in ,oa mRrj iz ns 'k lw puk foHkkx dh os clkbV www.upgov.nic.in ls Mkmuyks M dh tk ldrh gS ] ys fdu fufonk tek djus ds lkFk 500&00

dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

1

dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA Qksu@QSDl ua0&01202770455 E-mail ID:[email protected] i=kad% o&75@2017 fnukad%& 03 &08&2017

fufonk lwpuk jkT; vkink ekspu cy ds xBu ds QyLo:i jkT; vkink fuf/k ls Lohd̀r fo'ks"khd̀r midj.kks dks dz; fd;s tkus gsrq eqgjcUn Qkbusaf'k;y fcM vkeaf=r dh tkrh gS%&

Ø0 la0

oLrq @midj.k dk uke dqy la[;k

/kjksgj /kujkf'k (Earnest

Money) ykxr ewY; dk 02 izfr'kr

fooj.k Vs.Mj Qhl

vkiwfrZ vof/k lEiwfrZ dk LFkku

1 2 3 4 5 6 7 (62) LOT-62 1 Spong Sterile 4" X 4" 5400 38814 :0

500@& Ø;kns'k izkIr gksus ds 10 fnol ds vUnj

41oha okfguh ih,lh] xkft;kcknA 2 Portable defibrillator

with recorder 2

3 Infantry pack (CPR Mannequin ) 05 pieces pack with lungs Bag

1

4 Squadron plus (CPR Manikin) 05 pieces pack with lungs Bag

1

5 Deluxe OB Mannequin 1

(63) LOT-63

6 Airway Oral 60 mm/80mm/90mm/100mm SET

45

7 Flaxible splints (Large/medium/small)

108

8 Pheumatic splints set 18

9 Emergency rescue stretcher

9

10 Portable suction equipment

2

11 Manual Suction unit 2

12 Multi parameter Monitor 2

13 Pulse oxymeter 1

14 Nebuliser 1 15 Portable Anesthesia

APPARTUS 2

16 Emergency accident Kit 2 1

mijksDr midj.kksa dh vkiwfrZ gsrq bPNqd fufonknkrk fdlh Hkh dk;Z fnol esa dk;kZy; lsukuk;d 41oh okfguh ih,lh xkft;kckn ls fufonk Qhl 500&00 ¼:i;s ikWp lkS ek=½ udn tek djds fufonk QkeZ e; VsfDudy@QkbusfU'k;y fcM ds fu;e 'krsZ rFkk midj.kksa dk rduhdh Lisf'kfQds'ku izkIr dj ldrs gSA

fufonk izi= mRrj izns'k iqfyl dh osclkbV http://uppolice.gov.in ,oa mRrj izns'k lwpuk foHkkx dh osclkbV www.upgov.nic.in ls MkmuyksM dh tk ldrh gS] ysfdu fufonk tek djus ds lkFk 500&00

Page 2: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

2

¼:i;s ikWp lkS ek=½ dk cSad Mªk¶V fufonk Qhl ds :i esa] lsukuk;d 41oh okfguh ih,lh xkft;kckn ds i{k esa tek djuk gksxkA

fufonk ls lEcfU/kr dksbZ Hkh tkudkjh fdlh Hkh dk;Z fnol esa dk;kZy; lsukuk;d 41oh okfguh ih,lh xft;kckn ls VsyhQksu uEcj 0120&2770455 rFkk eksckby uEcj 09454400372 ij izkIr dh tk ldrh gSA

fufonk ds lkFk midj.k ds lEeq[k n'kkZbZ xbZ /kjksgj /kujkf'k (Earnest Money) tek dh tk;sxh] tks fMek.M Mªk¶V@cSadj pSd@cSad xkj.Vh@,Q0Mh0vkj0 (Fix Deposit Receipt) ds :i esa lsukuk;d 41oh okfguh ih,lh xkft;kckn ds i{k esa cuokdj izLrqr dh tk;sxh] tks QeZ /kjksgj /kujkf'k (Earnest Money) tek djus ls NwV ds fy, nkok djrh gS] mldks l{ke izkf/kdkjh }kjk fuxZr /kjksgj /kujkf'k (Earnest Money) esa NwV iznku fd;s tkus lEcU/kh izek.k&i=@izi= rduhdh fcM ds lkFk miyC/k djk;k tkuk vfuok;Z gSA

v/kksgLrk{kjh fdlh Hkh fufonk dks fcuk dkj.k crk;s vkaf'kd vFkok iw.kZ :i ls fujLr djus gsrq l{ke gksaxsA v/kksgLrk{kjh dks dz; fd;s tkus okys midj.kksa dh la[;k ?kVkus] c<+kus dk Hkh vf/kdkj gksxkA

¼2½ mDr foKfIr m0iz0 iqfyl foHkkx dh osclkbV http://uppolice.gov.in o lwpuk foHkkx dh osclkbV www.upgov.nic.in ij miyC/k gSA

fufonk tek djus o [kksyus gsrq le;&lkj.kh fuEuor~ fu/kkZfjr dh x;h gS %&

1& fufonk vkeaf=r fd;s tkus dh frfFk& izdk'ku dh frfFk@osclkbV ij vkus dh frfFk ls 2& fufonk tek djus dh vfUre frfFk & fnukad%& 21 &08&2017 vijkUg 13%00 cts rd 3& rduhdh fcM [kksys tkus dh frfFk & fnukad%& 21 &08&2017 vijkUg 14%00 cts 4& rduhdh lfefr dh cSBd ,oa & rduhdh lfefr ds v/;{k }kjk fu/kkZfjr dh tk;sxhA Mseks@izn'kZu dh frfFk 5& vgZ ik;h x;h QekZsa dh QkbusfUl;y & rduhdh lfefr dh vk[;k izkIr gksus ij fu/kkZfjr dh tk;sxh fcM [kksys tkus dh frfFk rn~uqlkj QeksZ dks lwfpr fd;k tk;sxkA 6& dz; lfefr dh cSBd dh frfFk & mijksDrkuqlkjA

fufonk fo"k;d lokZf/kdkj dz; lfefr ds v/;{k esa fufgr gksxs A

¼vkHkk flag½ lsukuk;d

41oh okfguh ih,lh xkft;kckn A

v/;{k Ø; lfefr

Page 3: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

3

INSTRUCTIONS TO TENDERERS GENERAL

The last date for submission of tender offers shall be 21 -08 -2017 till 13:00 hrs, unless otherwise notified.

Work Description

Supply of jkT; vkink ekspu cy ds xBu ds QyLo:i jkT; vkink fuf/k ls Lohd`r fo'ks"khd`r

midj.k

as per specification mentioned there in

2- Eligibility and Qualification To be eligible tenderer shall provide satisfactory evidence of their eligibility, capability and adequacy of resources. For this, all offers submitted shall include the following information.

The tenderer should be manufacturer OR Authorized DEALER of Manufacturer/ Company.

The tenderer should have authorization certificate from participating in the tender on behalf of Manufacturer/ Authorized DEALER or authorization of the respective Company.

(2) The Tenderer should have got registration under GST (Goods and service tax)/ UP Trade Tax or have got registration under Central sales tax at the time of submission of tenders. Proof towards this has to be submitted along with the bid.

(3) The offered item jkT; vkink ekspu cy ds xBu ds QyLo:i jkT; vkink fuf/k ls

Lohd`r

fo'ks"khd`r midj.k will come with minimum two year warranty, An undertaking to this

effect shall be appended.

(4) The tenderers should also enclose a Performance statement for the last three years giving details of orders received and executed. Supply orders /certificates/ Performance certificates should also be enclosed from the respective deptt. (Annexure-3)

(5) An affidavit that, tenderer:-(by public notory on stamp paper) (i) Has not been declared bankrupt by any institution or Government.

(ii) Is not blacklisted by the Government or any other organization for failure to any dues.

(iii) Has not been adjudged by any court as insolvent or was/were not under any law for an offence involving moral turpitude or any criminal activities etc.

(6) Permanent Income Tax and GST (Goods and service tax)/ Trade Tax account number. Latest Income Tax clearance certificate self attested photocopy.

(7) Early deliveries are required. It shall be executed within 15 Days from the date of issuing order.

(8) Firms are required to submit full technical details, printed leaflets, full specifications of item given in (Annexure-1).

Page 4: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

4 (9) All the accessories should conform to the relevant Indian standards that his equipment

conform to. The tenderer should specify the full specification etc. that they are offering which in no case should be inferior than the specifications attached as Annexure 1. Any deviation on this may be specified clearly.

(10) In case of a J.V./Consortium it is obligatory that all constituents of the bidder shall provide their M.O.U. and their consent in writing to establish the legality, credibility of their association.

In the case of a partnership firm or consortiums, names of all partners should be disclosed and the offer shall be signed by all the partners or in the event of absence of any partner, it shall be signed on his behalf by a person holding a power of attorney, authorizing him to do so along with duly attested copy of the partnership deed should be furnished along with the offer.

In the case of a limited Company/Joint venture, the names of all the Directors should be mentioned and the offer should be accompanied by a certificate certifying that the person signing the offer is empowered by a resolution of the Board of Directors to do so on behalf of the company and a certified copy of the resolution along with a copy Memorandum and Articles of Association of the company should be furnished

(11) All entries by the tenderers should be in one ink. Cancellations and insertions should be avoided but if done each one should be signed by the tenderer.

(12) All firms are required to deposit Earnest Money. The Earnest money shall be in the form of bank draft/bankers cheque/Bank Guarantee of a scheduled/Nationalized bank/FDR in favour of the COMMANDANT, 41BN PAC GHAZIABAD.

Tenderers who claim for exemption from Earnest Money deposit are required to submit required certificate/document issued by competent authority.

(13) The Demo of jkT; vkink ekspu cy ds xBu ds QyLo:i jkT; vkink fuf/k ls Lohd`r

fo'ks"khd`r midj.k is required along with the tender bid. At the item of bidding

vediography of demo is recomended.

(14) Balance Sheet of previous two years is Required to submit alongwith the tender bid.

(15) The Manufacturer should have supplied and installed in last Five years from the date of Tender Opening, at least 33% of the quoted quantity of the similar equipment meeting major parameters of technical specification which is functioning satisfactorily. (For equipments which are consumable in nature, as identified in the list of requirement, proof of delivery/acceptance by consignee/purchaser shall also be considered acceptable)

(15)A The Tenderers quoting as authorized representative of the manufacturer meeting the above criteria 2 (a) should have executed at least one contract in the last five years from the date of tender opening of similar equipment meeting major parameters of technical specification which is functioning satisfactorily, anywhere in India of the same manufacturer.

3 Contents of tender Document (1) The offer document issued for the purpose of offer shall include all the documents listed in clause 2 in a chronological order together with any addendum there to be issued in accordance with clause 4. Each page of Tender Document, Technical Bid, Financial Bid should contain page number from beginning to end & initial of tenderer.

(2) All papers must be submitted in duplicate including enclosures.

Page 5: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

5 (3) The tenderer must enclose copy of Tender document purchased from COMMANDANT,

41BN PAC GHAZIABAD.or downloaded from Information Deptt. of Uttar Pradesh website- www.upgov.nic.in and UP Police website- http://uppolice.gov.in/ duly signed on each page, failing which their offer is liable to be rejected.

(4) Duly filled/ signed check list must be enclosed with the offer as per Annexure-2 failing which tender may be rejected.

4 Amendments to Tender Document

(1) At any time prior to the deadline for the submission of the offer, the COMMANDANT, 41BN PAC GHAZIABAD. may for any

reason whether at its own initiative or in response to a clarification requested by an eligible tenderer, modify the offer document by issuance of an addendum .

(2) For any change in terms and conditions of tender/ tender specification, the tenderers are requested to visit websites http://uppolice.gov.in/ & www.upgovt.nic.in regularly. Any changes/modifications in tender enquiry will be intimated through the above mentioned websites.

5 PREPARATION OF OFFER (1) Language of Offer

The language of offer shall be in Hindi/ English. (2) Documents Comprising The Offer

The offer to be submitted by the tenderer shall comprise of the following: a) Form of offer and appendices there to

b) The earnest money.

c) The document about eligibility and qualification as required/for quality control see Annexure-X page no 12

d) Any other material required to be completed and submitted in accordance with the instructions to tenderers embodied the offer document. The forms, and the data provided in this document shall only be used without exception.

e) The structure of the offer will be strictly in accordance with the evaluation criteria prescribed for technical evaluation.

6. Validity of the offer shall be 60 days from the date of opening of tender.

7. Place of delivery

Place of delivery shall be FOR destination. It shall be the supplier's responsibility to deliver at COMMANDANT, 41BN PAC GHAZIABAD. at his own cost in full and good condition.

8. Earnest Money (1) All firms are required to deposit Earnest Money. The Earnest money shall be in the form

of bank draft/bankers cheque /call deposit receipt of a scheduled/Nationalized bank in favour of the COMMANDANT, 41BN PAC GHAZIABAD.

Tenderer will submit certificate/document issued by competent authority with technical bid, if claims exemption for depositing Earnest Money.

Page 6: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

6 (2) Any offer not accompanied by the Earnest Money Deposit will be rejected. No

correspondence shall be entertained.

(3) In the event of the offer being accepted subject to provisions of the bid the said amount will not be appropriated towards the amount of Performance Security payable by him.

(4) The Earnest Money shall not carry any interest in any circumstances. (5) If after submitting the offer, the tenderer withdraws his offer or modifies the same, the

COMMANDANT, 41BN PAC GHAZIABAD. shall be entitled to forfeit the full amount of Earnest Money Deposited as part of the offer.

(6) The earnest money of unsuccessful tenderers shall be returned within 30 days of finalization of tender.

(7) The earnest money of successful tenderer shall be returned after the performance security deposit as required in terms of the resulting contract is furnished by the firm.

(8) If the successful tenderers fail to furnish the performance security deposit as required in the contract within the stipulated period, the earnest money shall be liable to be forfeited by the purchaser.

9. PRICE

(1) Price will be quoted in figures as well as in words in Indian currency only. L-1 firm would be decided by adding the cost of all the equipments, guarantee/warranty including all other livable taxes and duties. Format for the price bid is enclosed as Annexure 4

(2) If the rates quoted are INCLUSIVE OF GST CUSTOM, EXCISE DUTY AND CENTRAL SALES TAX/ VAT TAX, the rates of Custom duty, Excise Duty and CST/ VAT Tax must be specified by the tenderers and failing which their offer shall be ignored

(3) If there is any discrepancy between the offer quoted in figures and in words, the lower of the two will be treated as the offer.

10. SUBMISSION OF OFFER

(1) The Offer Submission

Sealed, independent Technical and Financial offers shall be submitted in two sealed

envelopes marked envelope No 1 (for technical bid) and envelope No 2 (for financial bids)

and shall be again put together in one common cover and sealed. Each sealed cover shall be

marked on the left-hand top corner ‘Offer for the supply jkT; vkink ekspu cy ds xBu ds

QyLo:i jkT; vkink fuf/k ls Lohd`r fo'ks"khd`r midj.k The full name and address of the

tenderers and the name of authorized agent delivering the sealed cover containing the offer

shall be written on the bottom left hand corner.

Contents of envelope no. 1: The envelope no. 1 shall contain following documents:-

a) Tender Fee, Earnest Money and Technical proposal in form prescribed.

Page 7: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

7

b) Documents mentioned in tender clause 2 and all qualifying documents mentioned in tender terms and conditions along with Annexure-X page no 12

(3) Contents of envelope no. 2: The second envelope clearly marked envelope No 2 shall contain the financial offer fully,

Offer shall be submitted in sealed envelop marked " Financial Bid for supply

jkT; vkink ekspu cy ds xBu ds QyLo:i jkT; vkink fuf/k ls Lohd`r fo'ks"khd`r

EQIPMENTS"

(4) The tenderer shall place his financial offer in envelope No. 2. He shall not quote his financial offer anywhere directly or indirectly in envelope no. 1. Tender offer in duplicate. The tenderer shall submit the bid in duplicate with the financial bid and technical bid in separate sealed envelopes clearly marked “ Financial bid duplicate” and “Technical bid duplicate” and both placed in one sealed envelope clearly indicate the name of the tendering firm and marked duplicate. Photocopy of earnest money will be placed with duplicate technical bid.

(5) Place of Submission

The offers shall be received in the tender box kept in the office of COMMANDANT, 41BN PAC GHAZIABAD.

(6) If submitted by post, the sealed envelope marked above shall be enclosed in another envelope properly addressed and shall be sent by registered post acknowledgement due or by speed post subject to receipt in the office of COMMANDANT, 41BN PAC GHAZIABAD. by the specified date and time. The date and time of receipt of the offer shall strictly apply in all cases. Any delay will be the responsibility of Tenderer.

11. Date and Time of Submission of Offer The offer shall be received by the COMMANDANT, 41BN PAC GHAZIABAD. at the addr ess mentioned above not later than up to 21 - 08 -2017 till 13:00 hrs. The COMMANDANT, 41BN PAC GHAZIABAD.may at his discretion extend the dead line for submission of offer by issuing an addendum in accordance with Clause 4 in which case all rights and obligations of the COMMANDANT, 41BN PAC GHAZIABAD.nd tenderers previously subjected to the original dead line shall therefore be subjected to new dead line.

12. Late Bids Offers received after the dead line of submission will not be opened and shall be returned unopened to the tenderer.

13. Modification and Withdrawal of Offer If after submission of the offer, the tenderer withdraws his offer or unilaterally modifies the same, without prejudice to any other rights and power of the COMMANDANT, 41BN PAC GHAZIABAD. hereunder or in law, the COMMANDANT, 41BN PAC GHAZIABAD. shall be entitled to forfiet the full amount of the Earnest Money deposited by the tenderer.

14. OFFER OPENING AND EVALUATION (1) Offer Opening

All offers received in the tender box will be opened by a Technical committee in the presence of the tenderers/their authorized representatives. The following procedure will be adopted.:--

Page 8: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

8 (i) First of all the information about number of tenderers will be announced for information of all

those present.

(ii) The outer envelope containing envelope no 1 and 2 of all the offers received will be opened first. Envelope 1 and 2 of all the offers will be arranged alphabetically as far as possible and will be marked with serial number accordingly.

(iii) Envelope no 1 of each tenderer will be then opened serially. Documents in the envelope no 1 will be verified by the opening authority to check the validity as per requirement. At the first stage only Earnest money, technical proposal will be summarily checked. If any requisite is wanting a note to that effect will be recorded by the committee. The date of opening of envelope 2 will be notify in due course to the eligible tenderers.

(iv) All the envelope(s) no 2 of the tenderers whose envelope no 1 does not contain the specified document or any of the specified document is missing, will be separated out. A note on the envelope no 1 of such offers indicating the nature of deficiency will be recorded. The envelope no 2 of such tenderers shall not be opened and a note to the effect will be recorded on the concerned envelope No.2.

(v) After scrutiny of technical bids and demonstration of items, the financial bid of technically qualified firms will be opened and ranking statement will be prepared and the finalization of tender will be done on L-1 (the least price) basis.

(vi) If tenderer fails to supply the equipment with the specified period, the Tender Accepting Authority may resort to cancellation of the said order.

15. The supplier shall have to bear all the expenses and other accessories required for the testing

and trials to be conducted by the Indenting Officer.

16. Clarification of Offer To assist in examination and evaluation of offers, the COMMANDANT, 41BN PAC GHAZIABAD. or his representative may ask tenderers individually for clarification of their offer including break up costs, reasons in case of very high/very low offer etc. The response thereof shall be in writing.

17. Offer Liable For Rejection The offer is likely to be rejected, if on opening, it is found that:

a) The tenderer has not included required warranty. b) The tenderer has not strictly followed the procedure laid down for submission of offer. c) The tenderer has proposed conditions or qualifications which are inconsistent and contrary to

the terms and conditions specified. d) Additions, corrections or alteration are made by the tenderer/s on any page of the document. e) Any page or pasted slips are missing. f) The tenderer has specified any additional condition g) The bidder is expected to examine carefully all instructions; conditions and terms. Bids failing

to comply with the requirements will be summarily rejected. 18. Tender Accepting Authority's Right To Reject

The Tender Accepting Authority reserves the right to accept or reject any offer and to nullify or suspend the offer process and reject all the offers at any time prior to award of contract without any assurance for costs or consequences on the part of the tenderers.

19. Notification of Award

Page 9: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

9

Prior to the expiration of offer validity period or any such extended validity period, the Tender Accepting Authority will notify the successful tenderer in writing and also by a registered letter that his offer has been accepted. This letter (herein after and in conditions of contract called letter of acceptance/supply order) shall specify the details of accepted offer for removal of any doubts.

20. Delivery Period

Early deliveries are required. It shall be executed within 15 Days from the date of issuing order. Tenderers are required to quote their delivery schedule.

Penalty @ 0.5% per week or part thereof of the contract value shall be levied for delay in supply subject to maximum of 10% in the form of LD.

In case the firm does not complete the supply within the delivery period, action will be taken against the firm as per para 15.7 of DGS&D Manual and para 14.7(i) of Ministry of Commerce, department of supply of the general conditions of the contract.

Firm should not deliver stores to consignee(s) beyond scheduled delivery period without obtaining prior sanction of purchaser.

In case, firm deliver stores after scheduled delivery period, even if the stores are accepted by the consignee, it would be at the risk and cost of the seller as the supply may not be taken as contractually accepted.

COMMANDANT, 41BN PAC GHAZIABAD. may extend delivery period with or without liquidated damage in exceptional circumstances.

21. SUPPLY/INSTALLATION OF ORDERED STORES

The bulk supplies in the case of successful tenderers should conform to tender samples accepted in trial evaluation in all respects besides specification mentioned .

The tenderers will be fully responsible for proper installations, testing and making the equipment functional before acceptance of stores and final settlement of account.

(3) The equipment should be brand new, lot/make/model no/batch number/year of manufacturing/ name of manufacturer & other detail should be given.

( 4) Original literature supplied with the item/equipment should also be provided.

22. Guarantee/Warranty

A 1. The supplier warrants comprehensively that the goods supplied under the contract is new, unused and incorporate all recent improvements in design and materials unless prescribed otherwise by the purchaser in the contract. The supplier further warrants that the goods supplied under the contract shall have no defect arising from design, materials, manufacturing or workmanship or from any act or omission of the supplier that may develop under normal use of the supplied goods under the conditions prevailing in India.

2. The warranty shall remain valid for the period as mentioned in the list of requirement/ General Technical specification, after the goods or any portion there of as the case may be, have been delivered, installed and commissioned at the final destination.

a. No conditional warranty will be acceptable. b. Warranty as well as Comprehensive Maintenance contract will be inclusive of all accessories and Turnkey work and it will also cover the following wherever applicable:- Any kind of motor. Plastic & Glass Parts against any manufacturing defects. All kind of sensors. All kind of coils, probes and transducers.

Page 10: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

10

Printers and imagers including laser and thermal printers with all parts. UPS including the replacement of batteries. Air-conditioners

c. Replacement and repair will be under taken for the defective goods. d. Proper marking has to be made for all spares for identification like printing of installation and

repair dates. 3 In case of any claim arising out of this warranty, the Purchaser/Consignee shall promptly notify

the same in writing to the supplier. 4. Upon receipt of such notice, the supplier shall, within 24 hours on a 24(hrs) X 7 (days) X 365

(days) basis respond to take action to repair or replace the defective goods or parts thereof, free of cost, at the ultimate destination. The supplier shall take over the replaced parts/goods after providing their replacements and no claim, whatsoever shall lie on the purchaser for such replaced parts/goods thereafter. The penalty clause for non rectification will be applicable as per tender conditions

5. In the event of any rectification of a defect or replacement of any defective goods during the warranty period, the warranty for the rectified/replaced goods shall be extended to a further period of twenty four (24) months from the date such rectified / replaced goods starts functioning to the satisfaction of the purchaser.

6. If the supplier, having been notified, fails to respond to take action to repair or replace the defect(s) within 24(hrs) X 7 (days) X 365 (days) basis, the purchaser may proceed to take such remedial action(s) as deemed fit by the purchaser, at the risk and expense of the supplier and without prejudice to other contractual rights and remedies, which the purchaser may have against the supplier.

7. During Warranty period, the supplier is required to visit at each consignee‟s site at least once in 6 months commencing from the date of the installation for preventive maintenance of the goods

8 The Purchaser/Consignee reserve the rights to enter into Annual Comprehensive Maintenance Contract between Consignee and the Supplier.

9 The supplier along with its Indian Agent and the CMC provider shall ensure continued supply of the spare parts for the machines and equipments supplied by them to the purchaser for 10 years from the date of installation and handing over.

10 The Supplier along with its Indian Agent and the CMC Provider shall always accord most favoured client status to the Purchaser vis-à-vis its other Clients/Purchasers of its equipments/machines/goods etc. and shall always give the most competitive price for its machines/equipments supplied to the Purchaser/Consignee.

B That supplier shall provide warranty for required period that the stores supplied would continue to be of

the same quality and particulars for a period of required from the date of supply of the store to

consignee. If during the aforesaid period of required, the said stores be discovered not to conform to the

description and quality aforesaid not giving satisfactory performance or have deteriorated, the decision

of the tender accepting authority in that behalf shall be final and binding on the supplier and the

COMMANDANT, 41BN PAC GHAZIABAD. shall be entitled to call upon the supplier to rectify and/or

replace the stores or such portion thereof as it finds to be defective within a reasonable period, or such

specified period as may be allowed by the tender accepting authority in his discretion of application

made thereof by the supplier and in such an event, the above period shall apply to the stores rectified

and/ or replaced from the date of rectification ;and/or replacement mentioned in warranty thereof.

Page 11: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

11

Otherwise the supplier shall pay to the COMMANDANT, 41BN PAC GHAZIABAD. such compensations may

arise by reasons of the warranty therein contained.

23. Performance Security Deposit A Performance Security deposit equivalent to 10 percent of the total value of the estimated cost have to

be furnished by the successful supplier in the form of Bank Guarantee/ fixed deposits from a scheduled

Nationalised Bank acceptable to COMMANDANT, 41BN PAC GHAZIABAD.within 4 days of issue of

Purchase Order for due performance of the aforesaid agreement. The Performance Security Deposit will

not carry any interest whatsoever in any circumstances.

24. Claims under performance security:

The P.A.C. shall make the claims under performance security after notifying to the supplier stating the

nature of the default in which respect the claim is made.

(i) In the event of any default on the part of the supplier to comply with any of the terms of this

supply, the “COMMANDANT, 41BN PAC GHAZIABAD. is entitled to issue a termination notice

to the supplier. The supplier is required to comply with the actions/penalties imposed upon the

supplier, including termination of supply order within 7 days from the date of receipt of written

notice. The “COMMANDANT, 41BN PAC GHAZIABAD.'' shall have the right to forfeit the entire or

part of the amount of Performance Security Deposit & Earnest Money Deposit, lodged by the

supplier/s and to appropriate the Performance Security Deposit or any part thereof in or towards

the satisfaction of any claim of the “COMMANDANT, 41BN PAC GHAZIABAD.'' for any damage,

losses, costs, charges or expenses or otherwise. The decision of “COMMANDANT, 41BN PAC

GHAZIABAD.'' in respect of such damages, losses, costs, charges or expenses or otherwise

howsoever shall be final and binding on the supplier's.

(ii) In the event of Performance Security Deposit being found insufficient or if the Security Deposit

has been wholly forfeited, the balance of the total sum recoverable as the case may be shall be

deducted from any sum due to the supplier or which at anytime thereafter may become due to

supplier with the “COMMANDANT, 41BN PAC GHAZIABAD.''Should that sum also be not sufficient

to cover the full amount recoverable, the supplier shall forthwith pay to the the “COMMANDANT,

41BN PAC GHAZIABAD'' on demand the remaining balance due or the same can be recovered as

arrears of Taxes under the provision of the Act.

(iii) Upon the compliance by the supplier with all obligations and requirements, the Earnest Money

Deposit or such part thereof as shall not be liable to be forfeited or appropriated as aforesaid

shall be refunded to the supplier at the successful completion of the supply & to the satisfaction

of the user.

Page 12: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

12 25. Disputes, if any, between the two parties shall be settled by Arbitration. The Arbitrator shall be appointed

by COMMANDANT, 41BN PAC GHAZIABAD.and Arbitration procee di ngs shall be held at Moradabad UP.

The decision of the Arbit rator shall be binding on both the parties.

26. Any legal issue arising out of or in respect of the Contract shall be settled by Legal Court at Moradabad only.

27. Contract Agreement The supplier shall execute an agreement on a non-judicial stamp paper of Rs 100/-. The Agreement

annexed to said Conditions, will be prepared and completed at the cost of the supplier with such

modifications as may be necessary.

28. Compliance With Statutes or Regulations The supplier shall conform and implement all Central or State Statutes, Rules, Regulations and other judicial orders issued from time to time in all respect.

29. Recovery of Dues The COMMANDANT, 41BN PAC GHAZIABAD.or his representative shall, without prejudice to its any

other rights and remedies, be entitled to recover from the supplier all amounts due to or recoverable by

COMMANDANT, 41BN PAC GHAZIABAD. from him/ them, there under as arrears of taxation as per the

U.P.Police Acts, Statutes, Clauses governing the recovery of taxes.

30. All the specifications mentioned in the Annexure-1in this tender are the minimum required and

tenderers are advised to quote only for the same or better specifications, otherwise their bid will be

technically disqualified. Performance in the real type situations shall be the basis to judge the

specifications. The technical committee appointed by the COMMANDANT, 41BN PAC GHAZIABAD.will

judge the performance.

31. PAYMENT TERMS

100% Payment will be released on receipt of stores in good condition and survey at consignee(s) locations.

32. Transfer and sub-letting

The tenderer has no right to give bargain, sell, assign or sub-let or otherwise dispose of the resultant contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the resultant contract or any part thereof.

33. Definitions

The term “Government” shall mean the Govt. of Uttar Pradesh and Govt of India.

The term “COMMANDANT, 41BN PAC GHAZIABAD.” shall mean and include his successors and assigns.

The term “Specified Bank” shall mean any scheduled Bank in India.

The term “U.P.Police” means Uttar Pradesh Police constituted under the Police Act.

“Tender Accepting Authority” shall mean the COMMANDANT, 41BN PAC GHAZIABAD.of Uttar Pradesh.

Page 13: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

13

“Tender accepting Authority” shall mean the. COMMANDANT, 41BN PAC GHAZIABAD. UP.

(2) Interpretation

Words imparting persons or parties shall include firms, joint ventures and organization having legal capacity.

(3) Singular and Plural Words imparting the singular only also include the plural and vice versa where the context requires.

(4) Notices, Consents, Approvals, Certificates and Determinations Where ever in the contract any provision is made for the giving or issue of any notice, consent or approval or certificate or determination by any person, unless otherwise specified such notice, consent, approval, certificate or determination shall be in writing and the words ‘notify’, ‘certify’, or ‘determine’ shall be constructed accordingly. Any such consent, approval, certificate or determination shall not unreasonably be withheld or delayed.

Page 14: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

14

Annexture-X Quality Control Requirements

(Proforma for equipment and quality control employed by the manufacturer(s) Tender Reference No. Date of opening Time Name and address of the Tenderer: Note: All the following details shall relate to the manufacturer(s) for the goods quoted for. 01 Name of the manufacturer a.

a. full postal address b. b. full address of the premises c. c. telegraphic address d. d. telex number e. e. telephone number f. f. fax number

02 Plant and machinery details 03 03 Manufacturing process details 04 04 Monthly (single shift) production capacity of goods quoted for

a. normal b. maximum

05 Total annual turn-over (value in Rupees) 06 Quality control arrangement details

a. for incoming materials and bought-out components b. for process control c. for final product evaluation

07 Test certificate held a . type test b . BIS/ISO certification (for each item) c . any other

08 Details of staff a. technical b skilled c unskilled

Signature and seal of the Tenderer

Page 15: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

15

DECLARATION

I Name of authorized representative----------------------------------son of-------------of M/S

(Name of frim)------------------------------ -----------have read all the rules of tender (I to 33) given

avove. these are acceptable to our firm. earnest money in the money in the form of bank

draft/bankers cheque/call deposit receipt of a scheduled/nationonalized bank of rs.---------------

(in words)---------------------------------------------------------------in favors of commandant 41b.n.

p.a.c. ghaziabad u.p. is enclosed herewith.

PALCE------------------------- DATE--------------------------- (signature)

Page 16: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

16

Annexture-1 Sl.193. Sponge Sterile 4" x 4" Specifications Qualitative Requirements Picture of Equipment

a) Dimensions: 10 x 10 cm b)Material: 12 ply, good absorbent quality c) Package: packet of 4 swabs sterilized and ready to use packs d) Thickness : 1 to 1.5” e) Operating temperature of 0°C to 50°C and water resistance as per

IEC 60529/en 60529 IP 44

Sl. 194 . Portable Defibrillator with recorder

Specifications S/No.

Spectification Picture of Equptment

1 The AED should have automated voice prompts with CG display ,light weight, weighing less than 03 Kgs

2 Should have bi-phasic technology and should deliver shocks with energy of 150 joules for all shocks.

3 Should confine to latest slandered of AHA or equivalent body.

4 Should have options to connect 03-lead ECG cable. 5 Long life disposable battery should be slandered with the

unit with life of atleast300 shocks or 04 years on stand –by- mode.

6 Should be supplied with rechargeable battery compatible to the unit with accessories to charge it in addition to the disposable battery.

7 Should do self test automatically. In case of any fault with the unit it should automatically indicate.

8 Easy availability of multifunction disposable pads and other spares and disposables.

9 Should have a data card as memory tool. 10 Should have international testing certificate with large

installation base in India. Should provide onsite training to our para Medical stag and doctors. Sl. 195. Infantry Pack (CPR Mannequin) 5 pieces pack with Lung Bag(73) Specifications Qualitative Requirements Picture of Equipment

Infant mannequin set for CPR training with provision of Manoeuvring airway opening skills, air ventilation and chest

Page 17: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

17

compression. It should be made up of good quality of rubber and plastic. It composed of three parts

MAIN BODY:- 1. It is made up of rubber and is without head with provision to attach head in the neck. 2. It should clearly landmark with hands and feet having grooves over upper torso to fix chest part. 3. Length from neck to toe- 48 to 55 cms 4. Length of the neck - 08 to 12 cms. HEAD 1. It should be made of good quality of plastic fixed with neck. 2. With a facility for extension of Head 1-1.5 cm for inserting lung bag, through mouth. 3. Mandible or lower Jaw should be movable; 4. Eye ear nose should be well land marked. CHEST 1. It should be made up of good quality of rubber. 2. It should be compressed by 1-1.5 cm 3. It should contain impression of navel and nipple. 4. The chest should be such that it can be adjusted over the grooves of the main body. LUNGS BAGS 1. Pendulum in shape, made up of polythene. 2. Length: 29-32 Cm MOUTH: Rectangle in shape with two flaps that can be fixed over the mouth to prevent air entry from out side.

Length: 11-12 cms Width: 4-7 cms The mouth will lead in to wind pipe WINDPIPE: Spherical in shape when inflated. Length: 15-17 cm Circumference: 6 to 7 cm LUNG Spherical in shape when inflated. Radius: 3-3.5 cms LUNG INSERTER Made up of plastic for inserting lung bag in place. Length: 30-35 cms Width: 2-2.5 cm.

Page 18: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

18 Sl. 196 Squadron Plus (CPR Mannequin) 5 pieces pack with Lungs Bag

Specifications Qualitative Requirements Picture of Equipment Adult Manikin set for CPR training with provision of manoeuvring airway opening skills, air ventilation and chest compression. It should be made up of good quality of rubber and plastic. It should be composed of 05 parts:

Length of the mannequin: 50 –70 Cms

Width of the Chest: 30-40 Cms

The mannequin should be in 5 parts:-

1. HEAD Head should be made up of a good plastic quality.

Size: Length: 19 –25 cms Width: 12-15 Cms It should be screwed with the neck with a facility for extension. Mouth should be opened by 2.5 cm to 4 cm for inserting lung bag If possible mandible or lower jaw should be movable. Nose should be made up of such material that can be pinched. Eye ear should be well impressed. 2. MAIN BODY (BACK) It is the posterior portion of the body to which head and chest portion is fixed. 1. hould be made up of good quality of plastic with a circular hole in the center of the torso to place the piston.

2. At the end of the neck there should be a provision to screw the head.

3. There should a provision to attach chest part over the upper portion of back. 4. Length of the back + 48-68 cms 5. Width: 28-40 cms 6. Length of the neck: 16cms – 18 cms. CHEST 1. Should be made up of good quality of rubber 2. Can be compressed by 4-7 cms 3. Clavicle, xyphoid process, sternum, navel and ribs should be with proper landmarks. 4. Left right chest should be well impressed. 5. There should be cleft in the center of the chest so that airway system (lung) can be inserted. Length of the chest 30-45 cms, Width 28-38 cms.

PISTON 1. Should be made up of good quality of sponge. 2. Should properly fit over the hole of the back 3. Dia of the piston 12 to 15 cms (Subject to fit over the hole on the back) 4. Height of the piston: 7-10 cms. LUNG BAG:

Page 19: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

19 1. Should be made up of good quality of polyethylene.

2. It will be in three parts

MOUNTH Rectangle in shape in shape with two flaps that be fixed over the mouth to prevent air entry from out sides.

Size : Length ; 12 –13 cms Width : 4-7 cms The mouth leads into windpipe. Windpipe : should be spherical in shape when inflated. Circumference; 10-12 cms LUNG : Spherical in shape when inflated. Radius; 6-7 cms INSERTER: 1. A flat plastic strip for inserting lung bag through of the mannequin into cleft of the chest. 2. Length: 48-52 cms 3.Width: 3-4 cms

Sl.197. Deluxe OB Mannequin

Specifications Qualitative Requirements Picture of Equipment

It is used to import training of normal delivery and childbirth complications. It should have a model of female abdomen with abdomen layer as a non transparent flap, which should have an arrangement to attach with the remaining portion of the model by press button. Consists of 07 parts:-

MAIN BODY 1. Should be made up of rubber showing the landmark of lumber, sacrum, spine, pubic symphisis , pelvic girdle, with oval shaped perineum opening with a dia of 13-15 cms. 2. Both the thigh should be upward raised and apart. 3. The main body should be covered from abdomen to perineum. 4. Length of the main body – 35 to 40 cms 5. Depth of the main body showing abdomen 10 to 12 cms.

ABDOMEN LAYER 1. It should be meant to cover the hollow abdominal space of the main body .

It should be made up of non-transparent rubber flap, which should have an arrangement to attach with the main body with press buttons.

2. It must have the provision for the cavity so that uterus and foetus can be placed in abdominal layer to simulate the pregnancy.

UTERUS 1. It should be a hollow plastic bag containing a fetus shaped baby

Page 20: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

20 made up of rubber. 2. It should be a shape that it could be placed inside the abdominal layer to look like a pregnant lady.

3. There should be preservative inside the uterus.

INFANT 1. It will be used to show simulated delivery. 2. It should be hollow. 3. Made up of rubber with a facility for filling air with an air valve attach with foot. 4. A provision to attach umbilical cord over navel point. 5. A separate manual air-filling pump should be provide to fill air in the infant 6. Length of the infant- 50 to 60 cms. UMBILICAL CORD 1. It should be made up of flexible plastic tube. 2. Length of the tube: 65 to 75 cms 3. Dia of the tube: 2 to 2.5 cms 4. It should contain a facility to attach with the navel of the infant at one end and to attach with placenta at the other end.

PLACENTA A disc shaped placenta should be made up of good quality of rubber Having its colour and impression with a provision to attach the umbilical cord with it.

PERINEUM FLAP 1. It should be made up of rubber for covering perineum opening with a facility to attach and detach with perineum.

2. Perineum should have an cut (Vaginal Opening) so that could show the impression of vaginal opening.

Sl, 198 . Air Way oral Set 60/80/100 MM

Specifications

Qualitative Requirements Picture of Equipment 1. Size: set of 60 mm/70 mm/ 80 mm/90 mm/100 mm 2. terial: good quality plastic; disposable airways 3. Colour coded for different sizes; 4. In sets of above sizes in sterilized packs

Page 21: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

21 Sl.199 Flexible Splints Large/ Medium/ Small

Specifications Qualitative Requirements Picture of Equipment 1. Material light weight , radio lucent, mouldable

2. Water Proof and body fluid poof.

3. Portable light weight padded flexible splints of three sizes and reusable,

4. Standard and junior sets with all three sizes

5. Velcro strapped for easy application and removal

Sl.200 Pneumatic Splints Set

Specifications Qualitative Requirements Picture of Equipment 1. Material radio lucent, light quality plastic.

2. With inflation valve and closing clamp, fixing by radio lucent zipper.

3. Set of six sizes hand and wrist half arms, full arms, foot and

4. Ankle, half leg and full leg, reusable sots with carry bag.

Sl. 201 . Emergency Rescue Stretcher

Specifications Qualitative Requirements Picture of Equipment The Stretcher should have following features:- a)Foldable and compact with built-in flotation. b)Colour coded patient restrain straps with double locking Quick release safety buckles and built in head restraints system. c)Corrosion resistant stainless steel frame with cover and case. d)Vertical hoisting sling. e)Individual replacement components. f)Weight should not be more than 20 Kgs.

Sl. 202 Portable Suction Equipment

SPECIFICATION FOR PORTABLE SUCTION EQUIPMENT S.N Electrically driven suction e apparatus generally conforming IS/ISO

10079-2:1999 Picture of Equipment

Mobile, electronic membrane suction pump for removal of mucous, blood and solid food particles from emergency patients.

02 The pump should have a sturdy housing, which is easy to clean and having storage for the suction hose.

03 The base should be of non-tip type. 04 It should have a stable and ergonomic handle.

Page 22: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

22 05 It should have pre-selected suction levels with quick-selection buttons

for easy operation. 06 The pump should be chargeable via both 230V and 12V. 07 It should have rechargeable Nickel Cadmium (2.8 Ah) batteries. 08 LED display for indication charge level of rechargeable battery. 09 It should operate for at least 02 hrs, 30 minutes at maximum suction of

full charge.

10 The battery should have a service life of about 400 charge/discharge cycles in 03 years.

11 Suction capacity at 12 V should be more than 20 I/min with maximum vacuum of more than 75 kPa.

12 Weight of the entire unit should not be more than 06 Kgs. 13 It should not measure more than 400(W) x 300(H)x 150(0) in mm. 14 50 W motor output. 15 Maximum current consumption should not be more than 4 A. 16 It should be operable in temperature range of -18 to +40 "C. 17 Product class for suction pump as per 93/42/EEC: llb. 18 The reusable canister must have capacity of more than 750 ml and

should have hydrophobic bacterial filter with 1 um filtration grade.

19 Option for connection of disposable collection canister system. 20 The aspiration tube should be of 10mm diameter and at least 1200mm

length.

21 It should have a wall-mounting set (including installation set) with an integrated charger and complying with EN1789 norms.

22 The unit should conform to EN 10079-1, EN 1789, and Directive 95/54 /EC norms. Classification according to EN 60601-1 with class 11 protection against electric shock with charger: class I.

23 Accessories should include: a) Accessory bag for suction pump accessories. b) Wall mounting with integrated charging device. c) Power cable d) 12 Volt connection cable and charger(Plug charging device) Sl. 203. Manual Suction Unit (V-VAC) Specifications This is hand operated suctioning device to suck the oro-pharyngeal from inside body of the patient. This equipment can be oprated by hand or foot or both generally as per IS/ISO: 10079-2:1999

Picture of Equipment

1 Model : Hand operated ,Manual unit 2 Performance : Maximum suction pressure of 500 mm hg 3 Peak flow rate : 15 to 20 L/Minute (which can be regulated) 4 Light weight and compact. 5 No clog suction tip and intake valve 6 Reusable handle with replaceable cartridges 7 Double male connecter and short suction catheter for easy

fixation an effective suctioning.

Page 23: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

23 Sl. 204 . Multi Parameter Monitor

SPECIFICATION FOR MULTI PARAMETER MONITOR

Technical specification Should have large bright colour LCD display of “12” or more. Should be capable to display up to 10 waveforms. Should monitor NIBP, IBP (2CH), ECG (5 Lead), SPO2, Temp. Should have facility for arrhythmia and ST Segment Analysis. Should able to detect irregular pulse and arrhythmia events. Should be suitable for Adult to Neonate usage. SPO2 measurement range should 0 to 100%. Should be capable of measuring oxygen saturation even in case of motion artefacts. Should have 24 hrs trend facility for all parameters. Should have audio- visual alarms for all parameters and should display alphanumeric alarms messages. Should have automatic and manual alarms setting for all parameters. Should have inbuilt 3ch Thermal recorder with selectable recording speed. Should be easy and simple to operate. Should have CO2, N2O & Anaesthesia Agents monitoring using side stream technology. Should be supplied complete with following Should be supplied complete with following ECG Cable (5 lead) 02 No Adult BP Cuff 02 No Pied Bp Cuff 02 No Neonatal BP Cuff (2.5,3,4 & 5 cm) 02 no’s each SPO2 Probe finger with complete cable 02 No Universal SPO2 Probe for paid & Neo 02 No IBP Transducer (reusable) with cable 02 No’s Body temperature sensor (rectal) 01 No’s Should provide 5 Year warranty and 5 Years AMC/CMC after that Demonstration is a must. Company should have at least 10 installations of similar products to govt institutions in last 5 Years. Firms must have installed same equipment in at least 10 Government Hospitals without problems.

a. It shuld bave an internal battery which should last for 30-40min b. It shuld be operational at wide temperatures (10 deg C to 50 deg C) and

humidity 120 % to 90 %) c. It shuld have a facility of 24 hours data storage of mended parameters. d. Should have a facility to deactivate all the alarms if neccerssy. e. With American FDA/ European CE or equivalent certification.

Page 24: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

24 Sl. 205 Pulse Oxymeter

Specifications Qualitative Requirements Picture o f Eqeuipment

Pulse ox meter is used for continuous monitoring of functional oxygen saturation of arterial haemoglobin (Spo2) and pulse rate .It is intended for use with neonatal, paediatric adults patients who are well or poorly per fused, in hospital, hospital type facilities, intra-hospital transport and home environments. The Following guidelines of standard may be reeferd pulse ox meter conforming to MDD93/42/EEC OR DOC.MHD (312)/IEC 60601-2-61 MEASUREMENT RANGE:

SPO2, 2 1- 100 % Pulse Rate 20 - 300 beats per minute (bpm) Accuracy SpO2 Adults 70 - 100 % +2 digit 0-69 % specified Neonates 70 - 100 % + 3 digits 0-369 % unspecified. Pulse Rate 20-250bpm + 3bpm Asses 68% of the population. Power Requirements 100-240 VAC 50-60 Hz 15 VA Pulse Rating: 250 A/2A Battery Type Lead acid with 3 hrs of Battery Backup Operating Temperature: 10 to 450 C Sensor within : Physiologic range for specified accuracy Weight: 1.3 Kg (Max, without pole amount screws) Accuracy: 50-60 %, Range + 3 %, 70 -100 % Range + 2% Trends: Pulse Rate - 1 hr, 12 hr, 24 hr, SAO2, - 1 hr, 12 hr 24 hr

Numeric data display: SPO2 & Pulse Rate (LED+LCD) with backlit LCD display for plesthysmograph with adjustable brightness. Auto gain control system. 1- User selectable upper and lower alarm liments 2- Standerd proves with finger and ear sensors for adult/paediatric and neonatal

use. 3- Should be Sensitive and function accurately even at low perfusion states of

low blood pressure of hypothermic conditions.

Sl. 206. Nebulizer

Specifications Qualitative Requirements Picture of Equipment 1. Aerosol with piston Electro compressor 2. Mein; osomg speed : 1cc in 3 minutes 3. Pressure 1:1 bar 4. Air flow 15 liter/minute 5. Noise Level : 60 db 6. Granulmetric size of medication: 1-10 microns by means of multi PIPSER Component.

Page 25: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

25 Sl. 207 Portable Anaesthesia kit

Specifications Portable anaesthesia KIT as per IS: 7176 : 1985. This item comprises oxygen therapy equipment, central gas pipe line and anaesthesia machine. It is used during surgery of the patient. The requirements of portable Anaesthesia kit as under.

Picture of Equiptment

1 The machine has to be a complete portable anaesthesia machine with all accessories built on a light weight metal frame foldable built in stand .

2 Provision for halothane vaporizer with glass bottle. 3 Flow meter unit for oxygen & nitrous oxide. 4 Oxygen & nitrous oxide regulators with pin-index system

separately for each. 5 Brains circuit complete with bag mount corrugated tube

minimum 40 inch length. 6 Re-breathing bags of all sizes. 7 Face mask padded of all sizes (paediatric to adult) 8 catheter mounts. 9 Paediatric circuit with T-piece arrangements. 10 Facility for emergency oxygen with blow. 11 “A” type gas cylinders for oxygen & nitrous oxide. 12 Nitrous oxide tube 9inch (230mm) with fine adjustment

control. 13 Max connection for “B” & “C” type gas cylinder. 14 Tools kits. 15 Carrying case for anaesthesia machine with accessories. Sl. 208 . Emergency Accident Kit Specifications Qualitative Requirements Picture of Equipment

1. Thermometer 96F-107 F 2. Bandage Scissors 3. Splinter Forceps 4. Insect Repellent 5. 20cc. Irrigation Syringe 6. Wound Closure Strips (10) 7. Povidone Iodine (1oz) 8. Tincture of Benzoic (2) 9. Double Antibiotic Ointment (4) 10. Antiseptic Towel letters (6) 11. Moleskin’ 12. Nitrite Examination Gloves (2) 13. Antimicrobial Hand Wipes 14. Infectious Control Bag 15. Dressing (8) 16. Non-adherent sterile dressing (2) 17. 5”x9” Trauma Pad 18. Conforming Gauze Bandage 19. Adhesive Tape, 10 yards 20. Strips and knuckle bandages (15) 21. Cotton Tipped Applicators (4) 22. Oral Dehydration Salts

Page 26: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

26

23. Extra strength Tyleno ® (8) 24. Motrin ® (8) 25.Antihistamine (4) 26. Advil Cold ® (4) 27. Diamode (Imodium ® ) (6) 28. Aloe vera gel 29. 5-0 nylon suture w/cutting Needle 30. 1cc syringe with needle 31. 3cc syringe 32. 25 gauge x 5/8” needle 33. 18 Gauge x 1.5” Needle 34. 21 Gauge x 1.5 “Needle 35. Angiocatheter 18 g 36. Safety Pin (3) 37. Accident Report & Pencil Emergency Accident Kit Specification. Prefilled Syringes : Atropine 10 ml o.1 mg/ml protected needle (2) Dextrose 50% , 50 ml 500 mg/ml protected needle (1) Diazepam 2ml 5mg/ml carpujects ® (2) Epinephrine 10 ml 1:10, 000 20ga protected needle (3) Lidocaine 2% 5 ml 20 mg/ml 20 ga protected needle (2) Sodium Bicarbonate 8.4 % 50 ml 50 m Eq 18 ga protected needle (1) AMPULES : Diphenhydramine 1 ml 50 mg/ml (2) Epinephhrine 1 ml 1:1,000 (1mg/ml) (3) Lanoxin 2ml , 25 mg/ml (1) Naloxone 1 ml 0.4 mg/ml (2) Phenergan 1 ml 25 mg/ml (2) VIALS: FUROSEMIDE 2 ML 10 MG/ML (2) PROCAINAMIDE 10 ML 100 MG/ML Vial (1) Solu_Cartef 250 mg 125 mg/ml act o-vial (1) CAPSULES & TABLETS Aspirin Tablets (4) Clonidine Tablets o.1 mg (2) Diphenhydramine 25 mg Tablets (4) Nitroglycerin Tabs 25 tabs 0.4 mg 1/150 gr (1)

MISCELLANEOUS

Activated charcoal 25 gr (1) Albuterol Inhaler 17 gr (1) Ammonia Inhalant spiral 0.3 ml (2)

SAFETY SYRINGES & NEEDLES : 10 cc w/2 1 ga x 1 ½” (1) 10 cc w/22 ga x 1 ½” (1) 2 cc w/20ga x 1 ½” (1) 3 cc w/21ga x 1 ½” (1) 3 cc w/22 ga x 1” (1) 3 cc w/25 ga x 5/8” (1) I.V. EQUIPMENTS: 0.9% Sodium chloride, 500 ml (1) I.V. Administration Tubing (1) I.V.Catheter 20ga x 1” (2) SURGICAL INSTRUMENTS : Alcohol Sponges (2) Gauze 3x3 (2) Gloves, Nitride (1 pair) Haemostat (2)

Page 27: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

27

Needle Holder (1) Scalpel (1) Scissures (1) Sutures Proline (1) Vicryl (1) Tape (1) Thumb Forceps (1) Tourniquet (1) AIRWAYS EQUIPMENTS: End tracheal Tubes w/style 3mm (1) 5mm (1) 7mm (1) Laryngoscopes Large (1) Small (1) Interchangeable light source (1) Air ways Small (1) Medium(1) Large (1) Micro shield Mask (1) (included in model 700 only) MONITORING EQUIPMENTS: Sphygmo (1) Stethoscope (1) ORGANIZATIONAL MATERIALS American Heart Assn. Algorithms (1) Quarterly Inspection Record (1) Plastic Seals (4) Reorder Form (1) Treatment Tag (1)

DIMENSIONS OF THE STAT KIT 700: 1/8” X 17 ¼” X 19 7/8”

Weight: 16 pounds STATS KIT 900 ADDITIONAL CONTENTS Resuscitation Equipments Resuscitator w/Adult Mask (1) RES-Q-VAC Suction Unit (1) OXYGEN EQUIPMENT Aluminium “C” cylinder w/toggle handle (1) Oxygen Mask, w/strap & non-re breathing bag b (1) Oxygen Tubing (1) OPTIONAL ACLS DRUGS: Amiodarone 3ml 50 mg/ml ampule (2) Vasopressin 10ml 20 units vial (2) Portable carrying case

Page 28: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

28

Annexture-"2"

Check List 1. Tender should be manufacturer or Authorised dealer of manufacturer/

Company Yes / No Page No.

¼dgkW ls dgkW rd½

2 Have you attached proof of registration under GST/UP Trade Tax or Central Trade Tax?

Yes / No

3 Have you attached undertaking for required one year warranty ? Yes / No 4. Have you attached Performance statement, copy of supply orders &

necessary Certificates from current/previous clients? Yes / No

Have you attached an affidavit on appropriate non judicial stamp paper that you :

(a.) Have not been declared bankrupt by any Institution or Government? Yes / No (b.) Is not black listed by the Government or any other Organization for

failure to any dues? Yes / No

5 (c.) Have not been adjudged by any court as insolvent or was not under any law for an offence involving moral turpitude or any criminal activities etc.?

Yes / No

6 Have you furnished your Permanent Income Tax and GST/Trade Tax Account Number and latest Income Tax clearance certificate self attested photocopy.

Yes / No

7. Have you mentioned rates of GST/ Excise duty & CST/UPTT if quoted exclusively?

Yes / No

8 Are you agree with delivery period of 15 days Yes / No 9 Have you attached full technical details, printed leaflets with full & detailed

specifications of each item, Make, Model of proposed equipment? Yes / No

10 Have you attached detailed specifications of accessories? Yes / No 11 Have you attached copy of purchased/ downloaded tender document duly

signed on each page? Yes / No

12 Have you submitted all papers including enclosures in duplicate (duplicate should strictly be same as originals)?

Yes / No

13. Have you marked page numbers from beginning to end of your tender proposals i.e. Technical & Financial proposals?

Yes / No

14 Have you made initials on each page of tender document, Technical Bid, Financial Bid & enclosures thereof?

Yes / No

15 Has Earnest Money deposit been enclosed ? If not then supporting documents are submitted for exemption of Earnest Money.

Yes / No

16 Has the cost of tender been enclosed with the document if downloaded from website?

Yes / No

17 Has tenderer accepted the offer validity as required? Yes / No 18 Has tenderer submitted Balance sheet of Previous two years is Required to

submit along with the tender bid. Yes/No

Signature of Tenderer _______________

Address __________________________

Page 29: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

29

Annexture-"3"

Performance statement for last three years

Name of Firm/ Organization to whom supply made:

Contact Nos :

Description of stores :

Quantity of Order :

Value :

Original Delivery Period :

Qty. supplied within original Delivery Period :

Final Ext. Delivery Period :

Last supply position :

Reasons for delay in supplies (if any) :

Signature of Tenderer ________________________

Address ___________________________________

Page 30: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

30

Annexture-"4" ¼QkbusfUl;y fcM½

fufonk gsrq vkosnu&i=

lsok esa]

v/;{k dz; lfefr@ lsukuk;d 41oh okfguh ih,lh xkft;kckn A egksn;] eSaus jkT; vkink ekspu cy ds xBu ds QyLo:i jkT; vkink fuf/k ls Lohdr̀ fo'ks"khdr̀ midj.kks dh vkiwfrZ fd;s tkus ds lEcU/k esa vkids Lrj ls izdkf'kr fufonk lwpuk fnukafdr& 03&08&2017 dk v/;;u fd;k rFkk jkT; vkink ekspu cy ds xBu ds QyLo:i jkT; vkink fuf/k ls Lohdr̀ fo'ks"khdr̀ midj.kks dh vkiwfrZ gsrq fufonk izLrqr dj jgk gWwa%&

dz0 la0

midj.k dk uke dqy ek=k mRiknd bdkbZ dk uke ,oa midj.k dk eSd@ekMy

la[;k

midj.k dk ewY;

¼dj jfgr½

midj.k ij visf{kr leLr lHkh djksa dh

/kujkf'k

lHkh midj.k dk 'kq) ewY; ¼leLr djksa

lfgr½ (62) LOT-62 1 Spong Sterile 4" X 4" 5400 2 Portable defibrillator with recorder 2 3 Infantry pack (CPR Mannequin ) 05 pieces

pack with lungs Bag 1

4 Squadron plus (CPR Manikin) 05 pieces pack with lungs Bag

1

5 Deluxe OB Mannequin 1

(63) LOT-63 6 Aieway Oral 60 mm/80mm/ 90mm/ 100mm

SET 45

7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue stretcher 9 10 Portable suction equipment 2

11 Manual Suction unit 2 12 Multi parameter Monitor 2 13 Pulse oxymeter 1 14 Nebuliser 1 15 Portable Anesthesia APPARTUS 2

16 Emergency accident Kit 2

bl fufonk vkosnu i= ds lkFk layXu fufonk lwpuk la[;k% o&75@2017 ¼ jkT; vkink ekspu cy ds xBu ds QyLo:i jkT; vkink fuf/k ls Lohd`r fo'ks"khd`r midj.kks ½ fnukafdr& 03 &08&2017 esa dz; gsrq izLrkfor midj.k dk fooj.k rFkk midj.k ls lEcfU/kr fu;e ,oa 'krksa Z dk xgurkiwoZd v/;;u dj fy;k x;k gS] rFkk lHkh 'krsaZ fcuk fdlh vkifRr ds Lohdkj gSaA

vkiwfrZ gsrq izLrkfor midj.kksa ds foRrh; fcM esa vafdr ewY; cktkj Hkko@nj vuqcU/k ij vk/kkfjr gSA dz; gsrq izLrkfor ,oa fu/kkZfjr LisflfQds'ku;qDr midj.k dh fufonk izLrqr dh tk jgh gSA fnukad&

fufonknkrk ds gLrk{kj lhy eqgj lfgr fufonk izLrqr djus okyh QeZ dk uke ,oa O;kikj dj@vk;dj@fcdzh dj

dk iathdj.k la[;k

Page 31: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

31

DETAILS OF MANUFACTURER

1. Details of manufacturer. (a) Name : (b) Office : (i) Address : (ii) Telephone : Land line : Mobile : (iii) Fax : (iv) e-mail : (c) Works : (i) Address : (ii) Telephone : (iii) Fax : (d) Contact person including name of Head of Firm as well as of Board of Director (i) Name: (ii) Designation (iii) Telephone : Land line : Mobile : (iv) Fax : (v) e-mail : (e) supporting authorization documents (kindly attach) 2. Details and Address of Subsidiary Office(s) 3. In case of foreign firm, contact person in Delhi/ India (a) Name : (b) Address : (c) Name of company : (d) Telephone : Land Line : Mobile : (e) e-mail : (f) Fax : (G) Certificate of authorized distributor/dealer (kindly attach) 4. Please confirm that you have offered packing as per tender enquiry requirements. If not indicate deviations

Page 32: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

32

5. Gross weight of consignment. (Net weight of each item) 6. PAN Confirm whether you have attached photocopy of PAN Card duly attested. 7. Status (a) Indicate whether you are LSU or SSI. (b) Are you registered with DGS&D for the item quoted? If so, indicate whether there is any monetary limit on registration (c) If you are a Small Scale Unit registered with NSIC under Single Point Registration Scheme, whether there is any monetary limit. (d) In case you are registered with NSIC under Single Point Registration Scheme for the item quoted, confirm whether you have attached an attested photocopy of the registration certificate indicating the items for which you are registered. 8. Banker :- (a) Name : (b) Address : (c) Telephone : (d) e-mail : (e) Fax : 9. Business name and Constitution of the firm. Is the firm registered under :- (i) The Indian Companies Act, 1956 (ii) The Indian Partnership Act,1932. (Please also give name of partners) (iii) Any Act; if not, who are the owners. (Please give full names and address.) 10. Whether the tendering firm is Manufacturer of the store specified in the tender. 11. (a) If stores offered are manufactured in India, please state whether all the raw materials, components etc used in their manufacturing are also produced in India. If not give details of materials components etc, that are imported and their breakup of the Indigenous and Imported components together with their value

Page 33: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

33

and proportion it bears to the total value of the store should also be given. (b) Authorized Dealers/Distributors to specify the details of indigenous and imported material with their value. 12. State whether raw materials are held in stock sufficient for the manufacture of the stores. 13. Please indicate the stocks in hand at present time.: i) Held by you against this Enquiry. (ii) Held by M/s.___________ over which you have secured an option 14. Do you agree to Sole Arbitration by Secretary Ministry of Home Affairs or by some other person appointed by him as provided in Clause 24 of the General Conditions of Contract form DGS&D-68 (Revised) (Your acceptance of non- acceptance of this clause will not influence the decision of the tender. It should, however, be noted that an omission to answer the above question will be deemed as an acceptance of the Clause). 15. For Partnership firms state whether they are registered or not registered under Indian Partnership Act, 1932. Should the answer to this question by a Partnership firm be in the affirmative, please state further :- (a) Whether by the partnership agreement, authority to refer disputes concerning the business of the partnership to arbitration has been conferred on the partner who has signed the tender. (b) If the answer to (a) is in the negative, whether there is any general power of attorney executed by all the partners of the firm authorizing the partner who has signed the tender to refer dispute concerning business of the partnership to arbitration. (c) If the answer to either (a) or (b) is in the affirmative, furnish a copy of either the partnership agreement or the general power of

Page 34: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

34

attorney as the case may be N.B.: (1) Please attach to the tender a copy of either document on which reliance is placed for authority of partners or the partner signing the tender to refer disputes to arbitration. The copy should be attested by a Notary Public or its execution should be admitted by Affidavit on a properly stamped paper by all the partners. (2) Where authority to refer disputes to arbitration has not been given to the partner signing the tender the tenders must be signed by every partner of the firm 16. Here state specifically: (i) Whether the price tendered by you is to the best of your knowledge and belief, not more than the price usually charged by you for stores of same nature/class or description to any private purchaser either foreign or as well as Govt. purchaser. If not state the reasons thereof if any. Also indicate the margin of difference. (ii) In respect of indigenous items for which there is a controlled price fixed by law, the price quoted shall not be higher than the controlled price, and if the price quoted exceeds the controlled price the reasons thereof should be stated.

17. Are you. .(i)HoldingvalidIndustrial License(s)/Registration Certificate under the Industrial Development and Regulation Act, 1981. If so, please give particulars of Industrial Income Registration Certificate.

(ii) Exempted from the licensing Provision of the Act for the manufacture of item quoted against this tender. If so, please quote relevant orders and explain your position.

(iii) Whether you possess the requisite license for manufacture of the stores and/or for the procurement of raw materials belonging to any controlledcategoryrequiredforthe manufacture of the store? In the absence of any reply it would be assumed that no license is required for the purpose of raw materials and/or that you possess the required license.

18. State whether business dealings with you have been banned by Min./Deptt. of Supply/Min. of Home Affairs?

Page 35: dk;kZy; lsukuk;d 41oha okfguh ih,lh] xkft;kcknA · 6 Airway Oral 60 mm/80mm/90mm/100m m SET 45 7 Flaxible splints (Large/medium/small) 108 8 Pheumatic splints set 18 9 Emergency rescue

35

19. Have your Firm ever been black listed or debarred by any Govt or Semi Govt or Autonomous bodies.

20. Please confirm that you have read all the instructions carefully and have complied with them accordingly.

21. Sale Tax office Address. 22. Details of last income Tax return (Enclose copy)

23. Name and details of Authorized Person detailed For dealing this case with PAC for this Tender (Photo Copy of I-Card to be attached)

24. Change the name of the firm, if any, since origin, with date and reasons there of :

25- Details of FIR/ complaint lodged against your firm with police, if any. Signature of witness Signature of Tenderer

Full name (Block letters) Address:-

1-Full name (Block letters) 2- Address:-

(2) Whether signing as Proprietor/ Partner/ Constituted Attorney/ duly authorized by the Company.

N. B. Tenderers should furnish specific answers to all the questions. Tenderers may please note that if the answers so furnished are not clear and/ or are evasive, the tender will be liable to be ignored. Signature of Tenderer Name of Tenderer Date with stamp\