Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
1 | P a g e
Contents
1. Definitions ................................................................................................................................ 5
2. Price Validity ............................................................................................................................. 5
3. Price Schedule .......................................................................................................................... 5
4. Terms of Delivery ..................................................................................................................... 5
5. Qualification Criteria for Eligibility: ......................................................................................... 5
6. GMP Certification ..................................................................................................................... 6
7. Bidder’s Profile ......................................................................................................................... 6
8. Code of Conduct ....................................................................................................................... 6
9. Annual Turnover ....................................................................................................................... 6
10. Submission of Bid ..................................................................................................................... 6
11. Bid Submission ......................................................................................................................... 7
12. Bid Completeness ..................................................................................................................... 7
13. Declaration Certificate ............................................................................................................. 7
14. EMD Amount / Performance Guarantee ................................................................................. 7
15. Price .......................................................................................................................................... 7
16. Technical Evaluation ................................................................................................................. 7
17. Place Of Inspection ................................................................................................................... 8
18. Samples For Inspection ............................................................................................................ 8
19. Commercial Evaluation ............................................................................................................ 8
20. Quantity Allocation To Successful Bidders .............................................................................. 8
21. Authorization For Signing Documents ..................................................................................... 8
22. Responsibility For Performance Of Contract ........................................................................... 9
23. Supplier Responsibility ............................................................................................................. 9
24. After sales support and availability of spare parts. ................................................................ 9
25. Responsibility For Proper Packing ........................................................................................... 9
26. Delivery ................................................................................................................................... 10
27. Penalty Clause ........................................................................................................................ 10
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
2 | P a g e
28. Risk Purchase .......................................................................................................................... 10
29. Ethics ....................................................................................................................................... 11
30. Quantity Of Delivered Items .................................................................................................. 11
31. Taxes, Duties And Levies ........................................................................................................ 11
32. Indemnity ................................................................................................................................ 11
33. Quality Assurance ................................................................................................................... 12
34. Warranties and Obligations ................................................................................................... 13
35. Compliance of the Laws of the land ...................................................................................... 13
36. Documentation requirements ............................................................................................... 13
37. Product Withdrawal ............................................................................................................... 13
38. Product Allocation and Stocking ............................................................................................ 14
39. Trademarks ............................................................................................................................. 14
40. Intellectual Property, Proprietary Knowledge and Confidential Information (Excluding the
information in the Public Domain) ............................................................................................... 14
41. Termination ............................................................................................................................ 15
42. Infringements ......................................................................................................................... 16
43. Governing Law; Dispute Resolution ...................................................................................... 16
44. Notice ...................................................................................................................................... 16
45. Miscellaneous ......................................................................................................................... 16
46. Force Majeure......................................................................................................................... 17
47. Liability of GVKEMRI............................................................................................................... 17
48. Dispute Redressal Committee................................................................................................ 18
49. Declaration by the Tenderer .................................................................................................. 18
50. Waiver ..................................................................................................................................... 18
51. Payment Terms ....................................................................................................................... 18
52. Fall Clause ............................................................................................................................... 18
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
3 | P a g e
GVK Emergency Management and Research Institute
(A Public Private Partnership between GVK Group and Government of Chhattisgarh)
C/o New Government Dental College, Rajbandha Maidan, Opp. Escorts Hospital, Raipur-492001, CG
Invitation of Bids for Medical Equipment
Date: 05-05-2016
Tender No: CG/ME&ET/07/05/16-17
GVK Emergency Management and Research Institute, a pioneer in Emergency Management Services in
India and a not - for - profit professional organization operating in the Public Private Partnership (PPP)
mode (here in after referred as GVK EMRI), located at New Government Dental College, Rajbandha
Maidan, Opp. Escorts Hospital, Raipur-492001, CG, invites bids from various suppliers including
Manufacturers for procurement of various Medical Equipment as per details given below.
1. The list and detailed specifications of the material to be purchased along with formats for
furnishing the information required from bidders participating in tender are as per annexures
attached.
a. Annexure-1: Specifications of medical equipment along with List and Quantity of
Medical Equipment required
b. Annexure-2: Format for quoting the prices
c. Declaration Certificate
2. The above mentioned tender document is available in the website of GVK EMRI (www.emri.in)
and can also be purchased in hard copy on payment of Rs.1000 (Rupees One thousand only) by
way of a Demand Draft drawn in favour of “GVK Emergency and Management and Research
Institute, Payable at Raipur, Chhattisgarh” from Mr. Sanjay Sinha, Department of Supply Chain
Management, GVK EMRI-Chhattisgarh. Bidders who download the document from website have
to submit the Demand draft at the time of tender submission.
3. Any supplier who is interested to supply in accordance with the requirements stated in the
attached annexures should carefully read the tender document before filling, signing and
returning the same to this office. You must also furnish at the time of tender submission all the
information and documents as called for in tender, failing which your tender is liable to be
rejected.
4. Important dates and deadlines for the tender are as below:
a. Price of Bidding document (Non refundable) : Rs. 1000
b. Postal Charges, inland: Rs. 200
c. Date of commencement of sale of bidding document: 05-May-2016
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
4 | P a g e
d. Last date and time (IST) for sale of bidding document: 18-May-16 upto 12 Hrs.
e. Last date & Time for Submission of Tender Document: 18-May-16 up to 1PM
f. Date of time (IST) for opening of tender document: 18-May-16 at 2PM.
g. Address for communication, receipt and venue of the bid opening:
GVK Emergency Management and Research Institute
(Department of Supply Chain Management)
New Government Dental College, Rajbandha Maidan,
Opp. Escorts Hospital, Raipur-492001, CG
5. The completed bids must be received at the office of GVK Emergency Management and
Research Institute, Chhattisgarh, India, on or before time and date given above. It will be the
sole responsibility of the bidder to ensure that their bid is received at the address specified
above on or before the specified date & time mentioned.
6. Bids will be opened in the presence of Bidders/authorized representative(s) who choose to
attend the bid opening on the specified date and time at the office of GVK EMRI CG at the
address given above.
7. In the event of the last date specified for receiving and opening the bids being declared as a
closed holiday for GVK EMRI’s office, the last date for submission of bids and opening of bids will
be the following working day at the same venue and time.
8. Bids may be evaluated separately for each line item.
9. The bid documents are non transferable.
Head, Supply Chain Management
For and on behalf of
GVK Emergency Management and Research Institute, Chhattisgarh (Operations)
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
5 | P a g e
GVK Emergency Management and Research Institute
(A Public Private Partnership between GVK Group and Government of Chhattisgarh)
New Government Dental College, Rajbandha Maidan, Opp. Escorts Hospital, Raipur-492001, CG.
Tender Guidelines
Date: 05-05-2016
Tender No: CG/ME&ET/07/05/16-17
1. Definitions
a. PO – Purchase Order
b. EMD – Earnest Money Deposit
c. DD – Demand Draft
d. BG – Bank Guarantee
e. BC – Banker’s Cheque
f. Purchaser – GVK EMRI
g. Tenderer – Bidders who have submitted Valid Tender Document
h. Supplier – Successful Bidder (s), to whom, the tender quantity is distributed to
i. SBU – Strategic Business Unit
j. Sample – One piece manufactured / Supplied by bidder
k. OEM – Original Equipment Manufacturer
l. Bidder – OEM or Authorised Trading partner such as dealers / distributors
2. Price Validity
The prices quoted and quantities offered for supply in tender shall remain open for acceptance -
90 days from the date of bid opening.
3. Price Schedule
Prices shall be quoted as per the format enclosed at Annexure-2. Price will remain firm and fixed
for all supply orders placed during the period of Rate Contract.
4. Terms of Delivery
The Tenderer shall be responsible to arrange safe delivery of goods, by rail/road at the delivery
address given below. The rates quoted by the Tenderer should include all costs (including all
kinds of taxes) for free delivery to consignee’s site at destination i.e.
GVK Emergency Management and Research Institute
Department of Supply Chain Management (Div: Stores)
C/o. New Government Dental College, Rajbandha Maidan,
Opp. Escorts Hospital, Raipur-492001, CG.
Contact Person: Mr. Sanjay Sinha, SCM Department, Cell: +91-83700-18108.
5. Qualification Criteria for Eligibility:
a. Primary manufacturers or their Authorized Distributors are eligible to participate in the
tender. A “Primary manufacturer” is a manufacturer that performs all the
manufacturing and processing operations needed to produce goods in their appropriate
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
6 | P a g e
dosage form, including processing, blending, formulating, filling, packing, labeling and
quality testing.
b. The bidder must have manufactured or marketed the specific equipment offered against
this Bid, for at least last three (3) years. If a product has been newly introduced in
market, the approval of such product shall be at the discretion of technical committee.
c. Past performance of the bidder should be submitted (Performance certificates issued by
reputed institutions/hospitals shall only be accepted)
6. GMP Certification
The bidder must produce a Good Manufacturing Practice (GMP) certificate (issued by either
WHO or Government of India) valid on the date of bid opening failing which such tender is likely
to be rejected at the sole discretion of GVK EMRI CG.
7. Bidder’s Profile
Bidder should not have been convicted for any criminal or economic offences by any court in
India or abroad.
8. Code of Conduct
Any bidder found violating the ethics of business and code of conduct at the time of tender
evaluation/proceedings shall be disqualified.
9. Annual Turnover
Bidders shall have an average annual turnover of at least Rs. 50 Lacs during the last three years.
10. Submission of Bid
The Bid should be in a sealed cover super-scribed “Tender for Supply of Medical Equipment”
and clearly mention Tender number and date.
The Super-scribed sealed cover shall consist of three sealed covers inside:
A. Super scribed Sealed Cover A - Prequalification cover:
a. Earnest Money Deposit equivalent to 3% of bid value in the form of a DD
drawn in favour of “GVK Emergency and Management and Research
Institute, Chhattisgarh”
b. IT returns and financial statements for last three years.
c. Excise Duty/Sales Tax/VAT registration and clearance certificate.
d. Copy of PAN/TAN.
e. Relevant manufacturing licenses.
f. Customer feedback opinions.
g. Valid Authorization letters from the OEMs (in case of trading partners) for
Supply & Participation in Tender.
h. DD / Pay Order for Rs 2500 against application fee, for all Internet
Downloaded tender bids.
i. Addresses and contact numbers of local service providers - Mandatory
B. Super scribed Sealed Cover B :Technical Specifications offered (Specifications of
Equipment supplied and Pharmacological Agents ,
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
7 | P a g e
C. Super scribed Sealed Cover C: Price Bid as per format in Annexure-2
11. Bid Submission
The Bid should be dropped in the box provided for this purpose at main reception of GVK
Emergency Management and Research Institute, New Government Dental College, Rajbandha
Maidan, Opp. Escorts Hospital, Raipur-492001, CG, India. Bids being sent through courier by
outstation bidders should instruct the respective courier company to drop the sealed Tender
document in the designated box kept at the reception.
12. Bid Completeness
The Bid should be properly page numbered, signed on each and every page and should be
complete in all aspects. Bid documents that do not provide complete information and / or that
are submitted after the above specified time shall be rejected.
13. Declaration Certificate
Bidder should sign the “Declaration certificate” provided in the tender form accepting that they
have read and understood, all the Terms and Conditions stipulated for in the Tender, and are
willing to abide by these tender terms and conditions”, before submitting the tender document.
Tenders submitted without the Signed declaration certificate will be considered incomplete and
will not be considered at the sole discretion of GVK EMRI.
14. EMD Amount / Performance Guarantee
Each tender form should be accompanied by EMD amounting to 3% of bid value in the form of
Demand Draft in favor of GVK EMRI-Chhattisgarh payable at Raipur. EMD may be exchanged for
a Bank Guarantee for the successful bidder at the time of release of Purchase order at the sole
discretion of GVK EMRI. For L2, EMD would be returned after due acknowledgement (from L1)
of the confirmation of PO and delivery schedules. For L3 onwards, the DD will be sent back, in a
stipulated time of 14 working days from the date of finalization of tender. A performance bank
guarantee amounting to 10% of value of order will have to be provided by successful bidders
before release of Purchase order (either in the form of a DD or a bank guarantee as per standard
format of GVK EMRI)
15. Price
a. All Quotes shall be in Indian Rupees inclusive of all taxes and duties, as applicable.
b. All freight costs & Transit insurance are to be borne by the bidder.
c. If more than one bidder has quoted exactly the same price in their bids, and if it has
become the Lowest Bid (L1), the decision of the Purchaser is final to allocate the
schedule quantity between the L1 bidders.
16. Technical Evaluation
a. Technical evaluation of the items tendered will be done by a Technical Committee
constituted by the GVK EMRI in consultation with officials from Commissioner, Health &
Family Welfare or any other competent authority as designated by the Government of
Chhattisgarh.
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
8 | P a g e
b. Tenders submitted with technical specifications confirming with those mentioned in this
tender form will only be considered.
c. The Price bids of vendors who are successful in Technical Evaluation only would be
considered and bids of others will not be opened.
d. In case, if Technical Committee is not convinced with any of the specific items in one
annexure with respect to Quality parameters, then it is Committee’s decision whether
to opt for Item-wise ( in the same annexure) quality evaluation and qualify multiple
bidders for the same annexure or not.
e. The decision of the Committee formed by Purchaser would be final.
f. Nothing in ANY OF THE CLAUSES OF THIS CONTRACT shall in anyway release the Supplier
from any warranty or other obligations under this contract.
17. Place Of Inspection
All the evaluation and inspection will be done at the venue of tender opening i.e. GVK EMRI CG
Campus at New Government Dental College, Rajbandha Maidan, Opposite Escorts Hospital,
Raipur, Chhattisgarh or at any other place that would be informed in advance to the bidders. In
an event of no communication, it is deemed that place of tender opening shall be the place of
inspection.
18. Samples For Inspection
All bidders shall arrange for the samples. Hence, the bidders are advised to be prepared on the
day of tender opening. Submission of samples for technical evaluation is mandatory irrespective
of previous affiliation/approvals at other GVK EMRI units. Vendor who has already supplied
earlier for quoted item need not to be arrange sample.
19. Commercial Evaluation
a. Bids of the bidders who qualify the Technical Bids will be opened in the presence of
Bidders / representatives.
20. Quantity Allocation To Successful Bidders
Each Delivery Schedule of Requirement incorporated in the tender enquiry document will be
ordered from Lowest Responsive Bidder (L1). However, it is purchaser’s decision to assess the
capacity of the L1 bidder to support the requirement. In case, if the purchaser feels that the
entire quantity cannot be allocated to L1, it may happen that, the rest of the business will be
dealt with L2 and so forth, in the order of Price Bids subject to acceptance to supply at L-1 price.
21. Authorization For Signing Documents
a. The person who is signing the tender document should be an authorized signatory of
the respective supplier’s organization and shall carry an authorization letter on
company’s letter certified by a person not below the rank of a General
Manager/CEO/Director/Other Senior level position.
b. All agents who are participating in the tender on behalf of a manufacturer/distributor
shall have valid “Authorization letter” in original duly signed by the
manufacturer/distributor.
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
9 | P a g e
22. Responsibility For Performance Of Contract
The Supplier shall be entirely responsible for the performance of the contract in all respects in
accordance with the terms and conditions as specified in the Contract. The Supplier shall not
sublet, subcontract, transfer or assign the contract without the written permission of the
Purchaser. In case, permission is given by the purchaser, Supplier shall be liable to any
loss/damage/quality and timely delivery which the Purchaser may sustain in consequence or
arising out of such subletting of the contract.
23. Supplier Responsibility
The supplier / manufacturer here by undertake to be responsible for the delivery of the goods in
satisfactory condition and without any loss or damage at the final destination and until the same
is actually received by the Purchaser at its works or other place of final destination. For this
purpose, goods carried by the roadway or other carrier shall be deemed to be carried at the risk
of the supplier. If on inspection at final destination the Purchaser discovers any discrepancy or
damage, the Purchaser will be entitled (not-with-standing that the property of goods shall have
passed on to the company) to refuse acceptance of the goods altogether and claim damages
and/or cancel the contract and buy its requirement in the open market at the risk and cost of
the supplier, reserving always to itself, the right of forfeiture of any amount found due and
payable or the deposit, if any, placed by the supplier for the due fulfillment of the contract as
also to recover any amount, if already paid.
24. After sales support and availability of spare parts.
a. Details of local service provider are to be provided which should include
i. Name and contact number of the person
ii. Physical address of the service provider
b. Supplier undertakes to ensure availability of all spare parts for the equipment supplied
for a period of three (03) years from the date of supply.
c. All the complaints lodged are to be attended ON SITE within a period of 48 hours from
the date of written complaint. Failure to attend to service complaint due to any reason
will not only result in forfeiture of EMD/PBG but also liable for blacklisting the supplier
from participating in any of GVKEMRI tenders across India.
25. Responsibility For Proper Packing
a. Where ever required the supplier /manufacturer shall be responsible for the items being
sufficiently and properly packed, for transport by rail/road/sea/air/ or any combination
of above, so as to ensure their being free from loss or damage on arrival at the
destination.
b. Marking of Packages, Packing: Each package delivered under the contract shall bear the
following:-
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
10 | P a g e
• Name of the Supplier
• PO Number
• Consignee’s name and address
• Description and quantity of contents
• Gross weight, Net weight,
• Distinctive number or mark which is also to be shown, for the purpose of
identification, on the suppliers packing list
• Manufacturing and Expiry dates
26. Delivery
a. Timely delivery is the essence of the contract and must be completed as per the dates
specified therein.
b. The Supplier shall deliver items in strict accordance with the delivery terms indicated
therein.
c. Notification of delivery or dispatch in regard to each and every consignment shall be
made by the Supplier to the Department of Supply Chain Management.(Div
Chhattisgarh-Stores).
d. If there is shelf life attached to any of the items that are mentioned in the tender, the
Supplier shall ensure the 75% of the shelf life to be left out with the goods at the time of
delivery at the Purchaser’s location. Otherwise, the Purchaser is liable to return to
inward the consignment.
e. In case if the L1 defaults or if only one bidder participates in the tender, the decision of
tender committee whether to proceed with L2 or to retender is final.
27. Penalty Clause
Should the Supplier fail to deliver the items or any consignment thereof, within the period
prescribed for such delivery, the Purchaser shall be entitled at his/ her option, to the following
value of material not delivered. The maximum penalty in any case cannot cross 5 % of PO value
for the undelivered portion.
28. Risk Purchase
If the Supplier fails to deliver the items either in full or in part, within the prescribed delivery
period, the Purchaser shall be entitled at his option to take alternate procurement action , at the
risk & cost of the supplier for the unsupplied portion of the goods / items without canceling the
Up to 7 Days from Delivery Due Date 0.25% Per Unit value Per Day
From 8th day to 15th Day 0.50% Per Unit Per value Day
From 16th day to 22nd Day 0.75% Per Unit Per value Day
From 23rd day to 30th Day 1.00% Per Unit Per value Day
Above 30 Days 5.00% Per Unit Per value Day
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
11 | P a g e
contract in respect of the items not yet due for delivery, or to cancel the contract based on
progress of work, including items not due for delivery, and, if thought fit/necessary, to purchase
the items at the risk and cost of the Supplier. The price differential in case of higher cost to
Purchaser, if any, shall have to be borne by the defaulting supplier. Moreover the defaulting
supplier shall have no claim over the quantity, which they failed to supply. It is the discretion of
GVK EMRI either to levy penalty clause and accept delayed deliveries or proceed with the
alternate procurement plan invoking the risk purchase clause.
29. Ethics
Any attempt by a Tenderer to obtain confidential information, enter into unlawful agreements
with competitors or influence the committee or the Contracting Authority during the process of
examining, clarifying, evaluating and comparing tenders shall make the tender submitted by
that tenderer liable for rejection/disqualification.
30. Quantity Of Delivered Items
a. If the Quantity received by the Target Delivery date is less than the PO Scheduled
quantity, then the Physical quantity received will be the quantity certified by the
Purchaser.
b. If the quantity received is more the PO quantity, the excess quantity shall not be paid
for, by the Purchaser. In such a case, it is left to the discretion of the purchaser to adjust
the differential quantity of excess, against future supplies.
c. In case of any supply quantity with upper and lower tolerance of over 5%, GVK EMRI will
have the right to accept or reject the material immediately.
31. Taxes, Duties And Levies
a. Tenderers must clearly mention their Sales Tax Registration, Excise Control Code Number
(ECC) & TIN/ SRIN in their offers and invoices.
b. Sales Tax / VAT, Excise Duty, Countervailing Duty (CVD), Entry Tax, Service Tax (ST), etc. shall
be clearly mentioned in the offer indicating the applicable rates.
c. In case if there is a decrease in the Statutory Taxes / Duties / Levies, the same has to be
passed to the Purchaser.
32. Indemnity
a. The Supplier shall at all times indemnify the Purchaser against all claims which may be made
in respect of the items, for infringement of any right protected by Patent, Registration of
design or Trade Mark and shall take all risk of accidents or damage which may occur or
failure of the supply from whatever cause arising. The Supplier shall be entirely responsible
for the sufficiency of all the means used by them for the fulfillment of the contract.
b. Supplier agrees to indemnify, defend and hold GVK EMRI and its officers, directors,
employees, agents, its parent, partially or wholly owned subsidiaries, franchisees, successors
and assigns harmless from and against any and all liability, losses, damages, claims, liens,
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
12 | P a g e
expenses or causes of action including, but not limited to reasonable legal fees and
expenses that may be incurred by GVK EMRI, arising directly or indirectly out of, or in
connection with, Supplier’s violation or breach of any of the terms of this Agreement or any
act or omission to act by Supplier in violation of this Agreement. GVK EMRI shall provide
Supplier with prompt written notice of any claim for which indemnification is sought and
shall have the right to participate in the defense of any such claim.
c. GVK EMRI agrees to indemnify, defend and hold Supplier and its officers, directors,
employees, agents, its parent, partially or wholly owned subsidiaries, franchisees, successors
and assigns harmless from and against any and all liability, losses, damages, claims, liens,
expenses or causes of action including, but not limited to reasonable legal fees and
expenses that may be incurred by Supplier, arising directly or indirectly out of, or in
connection with, GVK EMRI’s violation or breach of any of the terms of this Agreement or
any act or omission to act by GVK EMRI in violation of this Agreement. Supplier shall
provide GVK EMRI with prompt written notice of any claim for which indemnification is
sought and shall have the right to participate in the defense of any such claim.
33. Quality Assurance
a. Supplier represents and warrants that it shall fully comply with all written quality
assurance requirements or instructions of GVK EMRI, and as they may be amended from
time to time on mutually agreeable terms. Supplier further represents and warrants
that the Product shall be produced, manufactured, stored and shipped by Supplier in
strict compliance with all applicable central, state and local laws.
b. Supplier shall maintain the highest standard of quality in the Product production
process. Supplier shall follow and abide by all directions, requests, suggestions or
instructions of GVK EMRI regarding the quality standards required by GVK EMRI in
connection with the manner of production, manufacture, Packaging, storage and
delivery of the Product.
c. Supplier agrees to permit and facilitate GVK EMRI or its agent to inspect the facilities
where the Product is being produced and packaged at all times, without prior notice,
and in GVK EMRI’s sole discretion.
d. At delivery, GVK EMRI in its sole discretion may reject any Product produced or
manufactured by Supplier for any reason, including, but not limited to defects, or failure
to meet GVK EMRI’s quality standards, etc.
e. Supplier shall assemble the parts of kit as authorized in writing by GVK EMRI. Any
proposed changes to either quality or number of parts of kit by Supplier must be made
in writing to GVK EMRI and GVK EMRI, in its sole and absolute discretion, may accept or
reject any proposed ingredient changes.
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
13 | P a g e
34. Warranties and Obligations
a. Supplier irrevocably offers warranty of the product against any manufacturing defects
and replaces the defective product within (as applicable) from the date of notice and
further contamination of material.
b. Supplier represents and warrants that the methods and processes used to produce the
Product does not, to the best of its knowledge and belief, infringe any valid right of any
third party.
c. Supplier represents and warrants that it will use its best efforts to produce and
distribute the Product in accordance with the terms and conditions of this Agreement.
d. Supplier shall be solely responsible for the production and distribution of the Product
and will bear all related costs associated therewith, except as otherwise provided in this
Agreement.
e. The supplier must replace, free of charge, any items which owing to defect in design,
and material or workmanship fail or show signs of failure in the stipulated warranty
period.
f. Replacing the defective items should be done immediately within 5 working days,
irrespective of root cause; subsequently, root causing to be done and warranty rules to
be implicated.
35. Compliance of the Laws of the land
a. Supplier shall comply with all state and local laws and regulations regarding the Product
manufacture and production, shall obtain all necessary licensing for the operation of its
business and the production and manufacture of the Product, and shall further comply
with all quality control standards promulgated by GVK EMRI from time to time.
36. Documentation requirements
Supplier has to send the following documents along with the shipment.
a. Invoice in original along with one additional copy, both duly signed and stamped by
Supplier.
b. Original Packing list.
c. A copy of Purchase order raised by GVK EMRI
37. Product Withdrawal
a. If it is deemed necessary at any time by either GVK EMRI or Supplier or any local, state,
or central governmental agency or any other competent authority to recall or withdraw
the product produced by Supplier and being supplied to GVK EMRI, either as a result of
failure of the product or Supplier to strictly comply with GVK EMRI’s quality standards
or any governmental health rule or regulation, or shall fail to comply with any other
governmental authority or agency having jurisdiction, supplier shall bear all costs and
expenses incurred by it and/or in complying with the recall or withdrawal procedures,
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
14 | P a g e
unless (and only then to the extent) such recall or withdrawal is solely the result of the
negligence or misuse by GVK EMRI.
b. Any liabilities or claims either legal or financial, arising out of use of such defective
material which need to be withdrawn/recalled, shall be borne by the supplier.
c. GVKEMRI will at its sole discretion may either accept or reject the recalled/withdrawn
product after subsequent rectification of the fault in the product, subject to clearance
and acceptance by the technical committee. In case of rejection by GVKEMRI, any
payments made to supplier shall be refunded to GVKEMRI within 5 working days from
the date of written notice by GVKEMRI. If entire Purchase order quantity has not been
delivered, GVKEMRI, may, at its sole discretion either cancel or postpone the balance
quantity and shall not be liable to pay to vendor for the balance quantity.
d. If Supplier fails or refuses to promptly comply with the recall or withdrawal of the
product upon request by the GVK EMRI or any federal, state or local authority, GVK
EMRI shall take such action as it deems necessary to recall or withdraw the product
from field (Ambulances in the field) and Supplier shall immediately reimburse for the
costs and expenses incurred.
38. Product Allocation and Stocking
a. In the event there is an emergency shortage of the product due to any foreseen or
unforeseen reasons, as announced by Supplier or its designated representative, Supplier
shall stand ready to stock adequate quantities of the Product so that scheduled supplies
to GVK EMRI should not suffer for the full contract period. In an event of Supplier failing
to supply the material in ordered quantities and as per time schedules, GVK EMRI
reserves the right to procure the product of same or superior quality at same or higher
price from an alternate supply source and any difference in cost of procurement shall be
debited to Supplier.
39. Trademarks
a. Supplier shall not, without prior written consent of GVK EMRI use the trademarks or
service marks or sales marks of GVK EMRI in any manner whatsoever, unless, and then
only to the extent, such use is authorized by GVK EMRI in writing and then only in
accordance with GVK EMRI’s directions or specifications. If any vendor is found violating
the trademarks of GVKEMRI, GVKEMRI may cancel the purchase order and initiate legal
action against the supplier.
40. Intellectual Property, Proprietary Knowledge and Confidential Information (Excluding the
information in the Public Domain)
a. Supplier acknowledges that in connection with this Agreement, GVK EMRI may disclose
to Supplier, or Supplier may otherwise obtain or develop knowledge of certain
confidential and proprietary information of GVK EMRI, including, but not limited to,
trade secrets, intellectual property, future business plans and services, financial, sales,
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
15 | P a g e
Supplier, customer, employee, investor, or other business information related to the
business and activities of GVK EMRI.
b. All such information is hereby designated by GVK EMRI to be Confidential and
Proprietary Information. Supplier acknowledges and agrees that Confidential and
Proprietary Information shall not be disclosed by Supplier or any of Supplier’s
employees, representatives, agents or contractor’s without the express written
permission of GVK EMRI. Notwithstanding the foregoing, Supplier, during the term of
this Agreement, and in order to carry out its obligations under this Agreement may
disclose Confidential and Proprietary Information to its EMPLOYEES solely for the
purpose of performing its obligations under this Agreement, and only on a “need to
know” basis. Supplier agrees that all of its employees receiving any Confidential and
Proprietary Information shall enter into a separate written confidentiality agreement
with Supplier that ensures the employee will comply with the confidentiality provisions
of this Agreement. A copy of each such confidentiality agreement shall be provided to
GVK EMRI.
c. All Confidential and Proprietary Information shall remain confidential until GVK EMRI
designates it as non-confidential or until the information becomes public through no
fault of the Supplier.
d. Supplier shall not be liable for the disclosure of Confidential and Proprietary Information
if made in response to a valid order of a court or authorized agency of government;
provided that fifteen (15) days notice first be given to the GVK EMRI so that a protective
order, if appropriate, may be sought by GVK EMRI.
e. Supplier agrees that in the event Supplier or any of its employees, contractors,
representatives, or agents breach the provisions of this Article, such breach or
threatened breach would cause irreparable harm to GVK EMRI, and in such instance,
GVK EMRI shall be entitled to injunctive and other equitable relief to prevent such
breach or to remedy any actual breach.
41. Termination
a. GVK EMRI’s Right to Terminate for Cause.
i. GVK EMRI shall have the right to immediately terminate this Agreement by
giving a written notice to Supplier in the event that Supplier does any of the
following:
• Fails to continuously produce and supply the Product for four
consecutive weeks from the date of target delivery date.
• Files a petition in bankruptcy or is adjudicated bankrupt or insolvent, or
makes an assignment for the benefit of creditors or an arrangement
pursuant to any bankruptcy law, or Supplier discontinues its business or
a receiver is appointed for Supplier or for Supplier’s business and such
receiver is not discharged within thirty (30) days;
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
16 | P a g e
• Fails to obtain or maintain product liability insurance in the amount and
type provided for herein
• Breaches any provision of this Agreement, and fails to cure such breach
within seven (7) days after it receives a written notice of breach from
GVK EMRI.
ii. GVK EMRI’S Right to Terminate without Cause.
• GVK EMRI shall have the right to terminate this Agreement upon thirty
(30) days written notice to Supplier.
iii. Supplier’s Right to Terminate.
• Supplier shall have the right to terminate this Agreement at any time
after the first 6 months of the Term by giving a thirty (30) days prior
written notice to GVK EMRI.
42. Infringements
a. Supplier agrees to fully cooperate with GVK EMRI in the prosecution of any such suit
against a third party and shall execute all papers, testify on all matters, and otherwise
cooperate in every way necessary and desirable for the prosecution of any such lawsuit.
The GVK EMRI shall reimburse the SUPPLIER for any reasonable expenses incurred as a
result of such cooperation.
43. Governing Law; Dispute Resolution
a. This Agreement shall be governed by, and construed in accordance with, the laws of the
India; without regard to conflict of law principles, and under jurisdiction of Raipur
(Chhattisgarh) and language shall be English.
44. Notice
a. Any notice required to be given pursuant to this Agreement shall be in writing and
delivered personally or by a nationally recognized overnight courier service, or mailed
by certified or registered mail, return receipt requested, to the other party at its address
as set forth at the top of this Agreement.
b. All such notices shall be effective upon delivery or upon refusal to accept delivery.
c. Either party may change the address to which notice is to be sent by written notice to
the other in accordance with the provisions of this paragraph.
45. Miscellaneous
a. The parties to this Agreement are independent contractors. Nothing contained herein
shall constitute this arrangement to be employment, a joint venture, a partnership, a
franchise or an agency between the parties. Neither party has the authority to bind the
other or to incur any obligation on its behalf.
b. No waiver by either party of any default shall be deemed as a waiver of prior or
subsequent default of the same or other provisions of this Agreement.
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
17 | P a g e
c. If any term, clause or provision hereof is held invalid or unenforceable by a court of
competent jurisdiction, such invalidity or unenforceability shall not affect the validity or
operation of any other term, clause or provision, and such invalid or unenforceable
term, clause or provision shall be deemed to be severed from the Agreement.
d. This Agreement constitutes the entire understanding of the parties, and revokes and
supersedes all prior agreements between the parties, and is intended as a final
expression of their agreement. It shall not be modified or amended except in writing
signed by the parties hereto and specifically referring to this Agreement.
e. Bidders or employees of bidder cannot claim or construed as employees of GVK EMRI.
46. Force Majeure
a. If either the Supplier or GVK EMRI be prevented from discharging its or their obligation
under this Agreement by reason of arrests or restraints by Government or people, war,
blockade, revolution, insurrection, mobilization, strikes, civil commotions, Acts of God,
Plague or other epidemics, destruction of the product by fire or flood or other natural
calamity interfering with the production, loading or discharge, the time for delivery shall
be extended by the time or times not exceeding two months, during which production,
loading or discharge is prevented by any such causes as hereinabove mentioned. The
party invoking protection under this clause shall within 2 (two) days of the occurrence of
force majeure causes put the other party on notice supported by self certificate and
documentary evidence of such incident and shall likewise intimate the cessation of such
causes. The delivery shall be resumed by the Party/Parties within 15 (fifteen) days from
the cessation of the force majeure causes.
b. Should there be any interruptions in the delivery of the product due to force majeure
circumstances hereinabove, it is hereby mutually agreed between GVK EMRI and the
Supplier that the period of off take of the Product by GVK EMRI /period of delivery of
the Product by the Supplier may be, at the sole discretion of GVK EMRI, extended by a
period not exceeding two months, equal to the actual duration of the causes
interrupting the off take by the GVK EMRI and/or delivery of the product by the Supplier
PLUS a period of one week to enable the affected party to make suitable arrangements
for normalization of shipments.
47. Liability of GVKEMRI
It is expressely understood by, between GVKEMRI and suppliers that all the operational costs
(including the Capital purchases) of running the ambulances are borne by the respective state
governments. While GVKEMRI would endeavor to release the vendor payments on time, it is
understood and agreed between GVKEMRI and supplier that, in an event of delay from
respective state governments in timely release of funds, suppliers would not hold GVKEMRI
directly responsible for such a delay and GVKEMRI shall not be directly liable for any penalties,
financial or legal, arising out of such delay in release of vendor payments beyond GVKEMRI’s
control. However any interest charges and penalties levied by suppliers on account of such
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
18 | P a g e
delayed payments would be put up by GVK EMRI to respective state governments for their
approvals and paid to suppliers as soon as they are received from the respective state
governments.
48. Dispute Redressal Committee
a. All disputes can be addressed by amicable settlement by committee constituted by COO
–GVK EMRI, Chhattisgarh.
49. Declaration by the Tenderer
a. The Tenderer shall be required to declare whether the proprietor or any partner of the
firm or Director of their company as the case may be, has any relation with any
employee working with the Purchaser and if so, give the name of the employee and the
relationship
50. Waiver
a. Failure to operate or to enforce any condition under this Contract shall not operate as a
waiver of the condition itself or any subsequent breach thereof.
51. Payment Terms
a. GVK- EMRI Gives assurance for payment and will be made within 30 days of delivery,
inspection and acceptance of material followed by the acceptance and submission of
invoice.
b. The bidder should submit the bills/invoices with delivery challan and order copy with
satisfactory inspection report of the designated Technical Committee after Delivery duly
signed and accepted should be submitted at GVK EMRI, Chhattisgarh Office in original.
Three copies of each document should be made and one copy handed over to the
authority at delivery site.
52. Fall Clause
a. The prices quoted for the material supplied under this tender by the Supplier shall in no
event exceed the lowest price (Excluding taxes) at which the Supplier sells or offers to
sell similar material in similar volume of identical description to any
person(s)/organization(s) including the Purchaser or any other GVK EMRI office located
at any other place in India. If at any time during the said period, the supplier reduces the
sale price (Excluding statutory), sells or offers to sell such stores to any
person(s)/organization(s) including the Purchaser or any Statutory Undertaking of the
Central or a State Government, as the case may be, at a price lower than the price
chargeable under this contract, he shall forthwith notify such reduction or sale or offer
to sale to the Purchaser and the price payable under the contract for the material
supplied after the date of coming into force of such reduction or sale or offer of sale
stand correspondingly reduced. However, if there is any change on the logistics cost, or
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
19 | P a g e
raw material cost which in turn is affecting the price of product, GVKEMRI may at it sole
discretion may approve such increase in price. Such increase in price, shall not apply to
prices quoted in the bid or prices mentioned in the purchase order.
53. GVK EMRI Chhattisgarh reserves the right to cancel the tender/order any point of time at its
own discretion and decision of GVK EMRI Chhattisgarh is final and binding on all bidders.
54. I/We conveys unconditional acceptance to all the terms and conditions specified herein.
Signature of the Tenderer
Name in Block Letters
Capacity in which tender is signed
Address in full
Phone No
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
20 | P a g e
Medical Equipment
Specification
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
21 | P a g e
1. Bag mask Device Adult –Silicon
Adult bag:
1. Material
a. Bag and mask – Slicone rubber
b. Valves and membranes – Silicone rubber
c. Connectors and housing – Polysulfone
d. Reservoir – Poly Vinyl Chloride
2. Ventilator bag volume – 1600 ml
3. Reservoir bag volume – 2600 ml
4. Deliverable volume – 800 ml
5. Mask number 3-4 and 4-5 to be supplied
6. Oxygen connector tubing
7. All enclosed in bag
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
22 | P a g e
2. Bag mask Device Bag Child- Silicon
Child bag:
1. Material
a. Bag and mask – Slicone rubber
b. Valves and membranes – Silicone rubber
c. Connectors and housing – Polysulfone
d. Reservoir – Poly Vinyl Chloride
2. Ventilator bag volume – 500 ml
3. Reservoir bag volume – 600 ml
4. Deliverable volume – 320 ml
5. Mask number 3-4 to be supplied
6. Relief valve should be present
a. The spring should be of stainless steel
7. Oxygen connector tubing
8. All enclosed in a bag
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
23 | P a g e
3. Suction Apparatus AC / D.C & Manual
1 Should be ≤5kg
2 Canister
2.1 Single jar
2.2 capacity minimum 500 mL
2.3 Overflow protection mechanism
2.4 Bacteria filter
2.5 Auto-clavable
2.6 Spare canister
2.7 Polycarbonate or ABS plastic
3 Vacuum range:
3.1 Minimum not more than 50 mmHg
3.2 Maximum not less than 500 and not more than 600 mm of Hg
3.3 Desirable to have vacuum range indicators for pediatric
4 Flow rate:
4.1 25-30L/min
5 Noise level: Not more than 60db
6 Power:
6.1 Should run on AC (120-240 V; 50/60Hz) and DC (12V)
6.2 Rechargeable battery (preferably Li ion)
6.3 Battery backup 4 hr
7 Wall mountable with option to detach and carry
8 Oil free diaphragm pump
9 Suction tubing should be compatible to be attached to yankauer catheter
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
24 | P a g e
4. Suction Apparatus – Hand Held
1. Not more than 400 gm (Suction handle + empty container + catheters)
2. Canister volume 250 - 400 ml; made of Polycarbonate; non breakable.
3. Maximum suction pressure at least 300 mm of Hg
4. Flow rate at least be 20L/min
5. Should be supplied with adult and pediatric/neonatal suction catheters
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
25 | P a g e
5. Monitor- Multi channel monitor
1. US FDA approved for use on pre-hospital care ambulance
2. Wall mount and pole mount option
3. Should not be more than 5Kgs with battery
4. Operational temperature range from 0-50 degree C
5. Should measure adult, pediatric and neonatal parameters
6. Battery
a. Rechargeable lithium ion battery
b. Should be able to last for minimum of 3 hours of continuous monitoring
c. Should give replacement guarantee for the battery for 4 years
d. Damages/penalties out of battery related accidents in the form of
explosion/fire should be borne by the supplier/manufacturer.
e. Chargeable with 220V AC 50Hz and DC 12 V as well
7. At least 48 hours of trend memory
8. Alarms
a. Audio as well as visual
b. Adjustable and default
c. Should be for low and high heart and respiratory rates
d. For low saturation (Dynamic sound variation
e. Low and high blood pressures
f. Low battery alarms
g. Arrhythmia alarms
9. Display
a. Multicolor display
b. Minimum 7 inch and maximum 12.5 inch
c. Minimum 640X480 resolution
d. Touch screen desirable
e. Wide viewing angle
10. Data
a. LAN/Wireless (not infrared) port for networking
b. Should be able to connect with Telemetry transceiver
c. Desirable that it follows HL7 standards for data transfer
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
26 | P a g e
11. ECG
a. Printer
i. 48 to 50 mm paper
ii. 25 mm/sec
b. Should be able to all 12 leads
c. Number of leads
i. 12 lead ECG cable for ALS with telemetry capability/IFT regular
ambulance
ii. Not mandatory for neonatal ambulance
iii. 3 lead ECG cable for BLS regular and ALS regular ambulance without
telemetry.
d. Heart rate ranges 30-300 bpm. This is the minimum range, a range wider
than this is also acceptable
e. Variation in accuracy within +/- 1%
f. ST segment elevation detection is desirable
g. Arrhythmia detection is mandatory
12. Respiration
a. Range 0-120 rpm. This is the minimum range, a range wider than this is
also acceptable
b. Resolution +/- 1rpm
13. NIBP
a. Oscillometric method
b. Manual automatic and stat modes should be available
c. Range 10-260 mm Hg; Measurement should be mmHg
14. Temperature
a. C & F selectable
b. 25 to 45 degree C
15. SpO2
a. Range 0-100%
b. Masimo or Nelcor or proved equivalent
16. ETCO2 up gradation (Side stream/mainstream) capability is mandatory
a. Should agree to upgrade if asked for at any time in the coming 5 years
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
27 | P a g e
b. Cost of upgrading any time in the next 5 years to be disclosed and agreed
to now.
c. The cost for ETCO2 sensor should also be a part of upgrade
17. Accessories to be supplied along with the Monitor
a. ECG cable
b. SPO2 adult pediatric and Neonatal sensors
c. NIBP cuffs – adult pediatric neonatal cuffs
d. Temperature probe
e. Electrodes
f. Power cables
g. Wall mounting solution that is compatible with the ambulance interior
18. Replacement guarantee for Monitor 4 years
19. Replacement Guarantee for Cable/probes – 4 years
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
28 | P a g e
6. Ventilator-Transport
1. FDA or CE approved or both
2. Wall mountable
3. Weight < 6kg including battery and if any accessories not including mounting latches not
attached to the ventilator body
4. Adult/ pediatric/ Neonatal (<5 Kg)
5. Modes: ACV, CMV, CPAP; Other modes optional
6. Invasive and Noninvasive mode
7. Should run on oxygen cylinder without need of power source
8. If any battery requirements for display or alarms should be rechargeable
9. FiO2:- options
a. 100% O2 option must
b. Air mix option must
c. 21% Oxygen optional
10. Breath rate and tidal volume or minute volume adjustment using buttons for either
a. Tidal volume and breath rate or
b. Minute volume and breath rate or
c. Inspiratory time, Expiratory time and flow rate or I:E ratio and flow rate
d. Should have minimal buttons and user friendly
11. Alarms
a. Apnea alarm
b. High pressure alarm
c. Disconnect alarm
12. Pressure gauze
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
29 | P a g e
7. Kidney Tray Plastic
1. Made of plastic
2. 20*15*4 cm approximately
3. 500 ml Capcity
Figure 1:Kidney tray plastic
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
30 | P a g e
8. Artery Forceps 6 in
1. Non-corrosive stainless steel
2. Non-corrosive material at joints
Figure 2: 6 inch Artery forceps
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
31 | P a g e
9. Surgical Scissors
1. Made of stainless steel
2. Non-corrosive joints
3. One end sharp and the other rounded.
Figure 3: Surgical scissors
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
32 | P a g e
10. Toothed Forceps-Dissecting
1. 6 inch
2. Made of stainless steel
3. Toothed tips
Figure 4: Toothed dissecting forceps
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
33 | P a g e
11. EMT Shears
1. Also called trauma shears
2. Should be able cut through 1 mm sheet, belts, denims car seat belts etc
3. Thermoplastic handles.
4. High grade Stainless steel body
5. Bent 150o
6. 71/2 inch
Figure 5: EMT shears/Trauma Shears
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
34 | P a g e
12. BP Apparatus (Dial)
1. BP cuff:
a. Small adult
b. Adult
c. Thigh
d. Velcro bag for the bladder
e. Chrome plated metal/ stainless steel pressure control valve
f. Bulb, tubing’s and bladder made of rubber
2. 2 years replacement guarantee
3. As per standard specification
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
35 | P a g e
13. Pupillary Torch with batteries
1. Body made of Stainless steel or aluminum or ABS plastic
2. Run on AAA or AA batteries (2 batteries)
3. Push button start
4. Lens end Lamp
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
36 | P a g e
14. Stethoscope Adult
1. Stain less steel Chest piece
2. Dual head rotatable with diaphragm on one side and bell on the other
3. Non-chill diaphragm and retaining ring
4. Non-chill lining for the bell
5. Soft sealing ear tips.
6. Head set anodized aluminum or stainless steel
7. Tube length 20 to 30 inches
8. Epoxy fiber glass diaphragm is desirable
9. Diaphragm diameter is an inch to 1 ½ inch
10. An extra set of ear piece/ diaphragm and retainers should be provided.
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
37 | P a g e
15. Thermometer (Digital)
1. Sleek design
2. Flexible tip
3. Washable
4. Centigrade and Fahrenheit Measurement option
5. Memory of the last event
6. Temperature range must include 32 to 42oC
7. Auto power off
8. Fever alarm (100oF)
9. Should include a storage case
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
38 | P a g e
16. Scoop Stretcher
1. Should be made of aluminum alloy
a. Made of or covered by thermal resistant composite materials when being
procured for colder climates
2. Clutch enabled detachable interlocking between right and left halves. Clutch design –
center or lateralized.
3. Adjustable length
4. Minimum two pairs of quick release belts
5. Net weight not more than 9 Kg
6. Minimum length not more than 170 cm
7. Maximum length not less than 200 cm
8. Width 40- 45 cm
9. Weight bearing up to 159 Kg
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
39 | P a g e
17. Spine board with straps and head blocks (Rigid Block)
• High Density Poly ethylene - Single piece
• Rigid , Light & Floatable
• Resistant to bumps and corrosion
• Non absorbent, immune to infiltrations
• Easy to clean- water & soap should be enough.
• X ray & MRI compatible
• Net weight: Not more than 9 Kgs
• Load Capacity maximum not less than 159 Kgs
• L*W*H:(180-195) * (40-45) * (3-6)
• Rigid Head Blocks with straps
• Straps 4 pairs with easily detachable latches/clips
• Manufacturer should provide list of disinfectants and cleansing agents for clean and
disinfection
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
40 | P a g e
18. Splints:-Inflatable splints (4 sizes)
1. Made of Poly Vinyl Chloride
2. Good zipper seal
3. Half arm – 25 ±1 inches
4. Full arm - 32±1 inches
5. Half leg - 25 ±1 inches
6. Full leg- 32±1 inches
7. Should be supplied in a bag
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
41 | P a g e
19. Roller splints
1. Light weight
2. Radiolucent
3. Made of foam and alloy
4. Flexible and malleable, high indentation
5. Reusable, washable
6. 110 mm * 760 mm – 2 numbers
7. 110 mm * 460 mm – 2 numbers
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
42 | P a g e
20. Simple Malleable splints (Padded aluminum splints)
1. Supplied as four different sizes
2. Short arm
3. long arm
4. short leg
5. long leg
6. Radiolucent; MRI compatible
7. Medical grade non absorbent closed cell foam padding on one side and high quality
open cell foam padding on the other side.
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
43 | P a g e
8.
•
21. Oxygen Cylinder D
D-type
Shell Chrome Molybdenum Alloy 34 Cr
OR Manganese steel
Capacity: 46.7 Ltr water capacity.
Working pressure (Minimum) 150kg/cm2 at 15o c
Test Pressure (minimum 250kg/cm2 at 15o c
Wall thickness (minimum) 5.5 mm minimum
Gas ( O2): Around7000 ltr of O2
Standard: IS 7825 part II
Valve: IS 3224
Statutory certifications: ISI Standards, BMP Certification
WHO & Certified by Dept Explosives
–GOI
Matching Key cum Spanner to
release oxygen
Matching Key cum Spanner to
release oxygen
Hoses used from cylinder to the
regulator if at all any
Should withstand a pressure of not
less than 160 Kg/cm2 or 2250 psi
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
44 | P a g e
22. Portable Oxygen Cylinder with dial type flow meter
1. Made of Aluminum
2. Dial type flow meter with regulator
3. Minimum 350 liters of oxygen
4. Water capacity of 2-3 L
5. Height around 1 ½ foot
6. Diameter not more than 4 ½ inches
7. Sufficiently small to be carried in back pack (not more than 3 Kg)
8. Should be able to withstand 139 bar
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
45 | P a g e
23. Oxygen Hood
1. Made of acrylic
2. An oxygen port with a diverting mechanism to disperse oxygen within the hood
rather than directing it on to the patient
3. Detachable lid
4. Small size
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
46 | P a g e
24. Auto Loader – Collapsible stretcher
1. Made of aluminum alloy.
2. Collapsible. Wheeled to slide into the ambulance with ease without
damaging the ambulance floor.
3. One person should be able to raise and lower it into an ambulance
easily.
4. Provision for head end elevation. Position adjustable backrest for
breathless patients from 0 to at least 60 degrees.
a. The raising the backrest is either by telescopic mechanism or any
safe mechanism but should not come apart while the head end is raised.
5. Swing down or push down side Railings on either side. Strong
enough to prevent patient falls
6. IV fluid holding rod to go with the Stretcher
7. Levers to control front and hind legs to fold while loading the
stretcher in to the ambulance
8. Lever to lock & unlock the legs to prevent collapse of the stretcher
while standing
9. The wheels should have 150mm diameter with ball bearings to
ensure smooth rolling and ensure maximum comfort to the patient.
10. Locks for the wheels
11. Straps 3 in number to restrain the patient
12. Fixing devices to secure the stretcher in place on the ambulance
floor/platform not allowing side to side or vertical movements while on run.
13. 50 mm thick high density foam mattress with Head rest -up
holstered with water proof and fire proof rexin
14. Net weight : 40 Kgs Gross Weight 50kgs
15. Bearing Pressure or maximum load not less than 159Kgs.
16. Product dimensions:
a. length Minimum not more than 185 to a maximum 200cms;
b. width minimum not more than 50 to a maximum 60 cms; height 85
to 95cms
17. Loading height should match the ambulance floor height.
18. Manufacturer should provide list of disinfectants and cleansing
agents for clean and disinfection.
19. Stretcher should have front and back small sliding wheels.
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
47 | P a g e
25. Wheel chair with 4 wheels
1. Should be light, safe and reliable
2. Made of aluminum alloy
3. With 4 wheels
4. Folded size: 93*51*16
5. Back Height: 91 cms Width: 50cms
6. Seat height: 49 cms Width : 50 cms
7. Net weight: 8 Kgs
8. Pull through, telescoping long handles built in to lift patients & carry them through
narrow passages.
9. Two handles on the top to facilitate the lifting of patients , working in harmony with
telescoping handles
10. Loading Weight : up to 159 kgs
11. Manufacturer should provide list of disinfectants and cleansing agents for clean and
disinfection.
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
48 | P a g e
26. Goggles
1. Scratch resistant clear lenses
2. Protective covering on the sides too so as to offer protection on the sides too.
Figure 6 EMT safety goggles
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
49 | P a g e
27. Bed Pan
1. Made of light weight polyethylene
2. Resistant to stains & cracks
3. Contoured design molded plastic for adults with wide seat
4. Can be boiled or autoclaved up to 275 degrees F
5. 350-pound weight capacity
6. 'pontoons' on sides to aid stability
7. Recessed tailbone area for comfort
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
50 | P a g e
28. Needle & Syringe Destroyer
1. Electric or Non-electric
2. Power source 220-240 V AC (12 V DC is desirable)
3. Burn/Damage the needle and cut the syringe tip.
4. Should not cause injuries
5. The damaged needles should automatically collect in a container which can be
transferred to sharps container without direct handling of needles.
6. Electric needle and syringe destroyers should be shock proof and made of ABS plastic
or steel
Figure 7: Needle and Syringe destroyer- Non electric
Figure 8:Needle destroyer Electric
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
51 | P a g e
29. Urine Pan Plastic
1. C
lear plastic translucent finish;
2. S
tain resistant plastic,
3. G
raduated 1000 ml capacity male and 800 ml female;
4. A
utoclavable
5. U
niversal pan OR one male and one female pans as unit
Figure 9: Male Urine pan
Figure 10: Female Urine pan
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
52 | P a g e
Disposable medical Equipment:
30. Cervical Collar Hard
1. Adjustable size
a. Polypropylene hard sheet lined by polyethylene foam inside.
b. Single piece
c. 4 or more adjustable sizes in the same collar
d. Velcro strap for fixing
e. Tracheal and back panel openings enough for neck exam and ongoing back of
the neck exam
f. Radiolucent, MRI, CT compatible
2. Fixed size:
a. Single piece hard plastic lined by foam inside.
b. Velcro strap for fixing
c. Tracheal and back panel openings enough for neck exam and ongoing back of
the neck exam
d. Radiolucent, MRI, CT compatible
e. Large, medium and small sizes
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
53 | P a g e
EXTRICATION TOOLS:
31. 12" WRENCH ADJUSTABLE OPEN END: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
32. 12" SCREW DRIVER STANDARD SQUARE BAR: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
54 | P a g e
33. 8" SCREW DRIVER PHILIPS HEAD # 2: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
34. HACKSAW WITH 12" CARBIDE WIRE BLADE: Shall be able to withstand the rugged condition of the emergency usages
Shall be durable , even after repeated use
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
55 | P a g e
35. VISE GRIP PLIERS 10": 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
36. 5LB HAMMER WITH 15" HANDLE: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
37. FIRE AXE BUTT 24" HANDLE: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
56 | P a g e
38. WRECKING BAR WITH 24" HANDLE: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
39. 51" CROWBAR PINCH POINT: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
57 | P a g e
40. BOLT CUTTER WITH 1" TO 1/4" JAW OPENING: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
41. SHOWEL POINTED BLADE: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
42. TIN SNIPS, DOUBLE ACTION 8" MINIMUM 1. Shall be able to withstand the rugged condition of the emergency usages
Shall be durable , even after repeated use
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
58 | P a g e
43. GAUNTLETS: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
44. ROPES 5400LB TENSILE STRENGTH IN 50': 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
45. MASTIC KNIFE 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
59 | P a g e
46. SPRING LOAD CENTER PUNCH: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
47. PRUNING SAW: 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
60 | P a g e
48. FIRE EXTINGUISHER ‐‐‐‐ 5KGS WITH FIXING STAND: 1. Stored Pressure Type
2. 5 Kg capacity
3. Dry Chemical Powder ABC Based
4. Shall be able to withstand the rugged condition of the emergency usages
5. Shall be durable , even after repeated use
49. LUMINOUS SEARCH LIGHT (RECHARGEABLE): 1. Shall be able to withstand the rugged condition of the emergency usages
2. Shall be durable , even after repeated use
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
61 | P a g e
Item Name: AED
GVK EMRI Code: VM/0043
1. The device should have FDA-USA approval and should be in
accordance with ILCOR-ECC/ AHA-2010 guidelines.
(In case of “2010 compliant product” not being readily available the OEM would
update/upgrade the product to 2010 guidelines in the field at their own cost within
06 months from the date of supply)
Further the suppliers would upgrade/update as per changing Protocols and New Guidelines as recommended by ILCOR - ECC/ AHA over a period of time during the period of warranty and/or within 6 months from the date of expiry of warranty.(second upgradation) This upgrade/update would override the 2010 guidelines upgrade/update if any.
2. The offered product is to be covered under warranty of a minimum of 5 (five)calendar yrs effective the date of delivery and acceptance of materials at GVK EMRI.
3. The device is to be rugged and motion tolerant. To this extent the device
a. Should withstand a drop from a height of a minimum of one meter and
be fully functional (including non disconnection of battery) after the fall.
b. Should withstand vibrations and variegated accelerations of dynamic
environment in the moving ambulances
and be fully functional (including non disconnection of battery) exposed to such vibrations and accelerations.
c. Should detect heart rhythm correctly (Accurately) while in motion.
4. Energy levels: a. Biphasic wave forms only.
b. 1st and subsequent shocks should be of same energy (Fixed Energy
Protocol)
c. The Machine should be set to deliver fixed energy between 120-200J
for adults. The range is given to accommodate different technologies
and waveforms that are discussed in the ILCOR COSTR - 2010
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
62 | P a g e
document.
d. The machine should have pediatric mode.
e. The energy delivery in pediatric mode should be set at lower level than
that for adults and should not be more than
50J. This should be the
most effective energy level in accordance to
the technology used in the
machine. It is desirable that the supplier
provides evidence for the
same.
f. The manufacturer would commit in writing regarding the effective
energy level that the machine is be set.
(Subjected to effective energy required as per the technology and waveform of specific product).
5. Battery: a. The battery should be Non-rechargeable
b. The battery should be detachable i. If the battery is inbuilt and not detachable, the entire machine should be replaced with a new unit in case of any malfunction.
c. There should be no possibility of either
displacement or disconnection of batteries or
connections given the dynamic/mobile
environment.
d. Life of battery should be sufficient to deliver a minimum of 200 shocks or last a minimum of 4 calendar years.
e. Indicator for the life of the battery in terms of i. Battery level (from full to critical) - mandatory ii. number of shocks remaining - Desirable feature
iii. The number of hours it
can run - Desirable feature iv. Critical level battery - Mandatory
6. The machine should have automatic Self calibration to ensure readiness status and
capability to deliver shock at the set level of energy. This self
check is essential in such cases where the battery needs to be
reinserted. This feature needs to be supported by either audio
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
63 | P a g e
or visual prompt.
7. Should not weigh more than 4 Kilograms with Battery.
8. The machine should be Semi-automatic.
a. The feature required is that the machine
should analyze the rhythm and charge when
required and the shock should be delivered only
on pressing the flashing button.
9. Defibrillating pads are to be supplied 4 in numbers (2 Adult and 2 Pediatric) - Universal
pads desirable along with the machine. The pads are to be disposable. a. Supplier undertakes to maintain a vendor stock of 50 pads (38 adult and 12
pediatric) at GVKEMRI stores in respective states.
b. Supplier will remain owner of such stock till GVKEMRI draws stock for consumption. GVKEMRI will be the custodian and responsible for loss, pilferage or damage, if any and will pay for the lost/damaged quantity. c. Supplier shall replenish the stock (within 72 hours of written communication from GVKEMRI) as soon as the stock levels fall to 25 numbers for Adult and 06 for Pediatric.
d. Payment shall be made only upon withdrawal from stocks and after consumption of minimum 25 numbers.
e. Penalty Clause: Vendor shall acknowledge immediately
the receipt of order from GVKEMRI for supply of pads. Failure
to immediately acknowledge the Purchase order and failure to
supply within 72 hours shall entitle GVKEMRI to go ahead and
procure pads from alternate sources of supply and any
difference in procurement price shall have to be borne by
supplier/agent. f. Failure to supply the pads as per PO and tender supply terms and conditions will attract a penalty of rupees 150 per pad/day. However total penalty amount shall not exceed 25% of the purchase order value.
g. All unused stock beyond the date of Expiry shall be
returned by GVKEMRI and supplier agrees to accept the
same and replenish with fresh stock immediately at the time of
collection of expired stock. No payment will be made by
GVKEMRI for the expired stock.
h. All the vendors are requested to quote fixed price for 500
pads (in the ratio of 75% (375 numbers) adult and 25% (125
numbers) of pediatric) at the time of bidding. This would be
taken into consideration for arriving at L-1 price. However
purchase order shall be issued only for the equipment value.
10. Audio Visual prompts - prompts are as below.
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
64 | P a g e
a. prompts during analysis of rhythms and shocks - Mandatory b. Metronome for the compressions and
ventilations with a facility to switch on and off-Desirable
c. If the machine is not automated to detect
the pediatric pads, it should have audio-visual
prompts which indicate the pediatric or adult
mode that it is in. d. Audi-visual prompts for low battery and critical level of battery
e. prompts in local language (Hindi) - desirable 11. AED should have proper mount for securing the machine
firmly on flat interiors of ambulance. Machine should be easily detachable.
12. Delivery Lead time: 03 weeks from the date of purchase order
13. After sales support: a. All requests (service and training) from GVKEMRI for any kind of after sales support needs to be addressed, training should be given at all district Head Quarters twice in year.
b. Bidders have to clearly furnish the details of i. SPOC details - Local contact numbers
(mobile and landline numbers)of the Service personnel - Respective State ii. Name and Local addresses in respective states - physical and e mail address
iii. All the expenses incurred for rendering
service and training shall be borne by bidder
(within warranty period of the machine). 14. Satisfactory certificate from any relevant user is desirable.
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
65 | P a g e
Annexure- 1 (Item List)
Number of Ambulances
Sr.
No.
Item
Code Item Discription Qty/Amby
Total Qty
Required
1 MSE/0043 Autoloader- Collapsible stretcher 1 3 2 MSE/0051 Scoop Stretcher 1 3 3 MSE/0054 Wheel Chair 1 3 4 MSE/0052 Spine Board (with Head immobilizer) 1 3 5 MSE/0131 Suction Apparatus-Hand held 1 3 6 MSE/0064 Battery Operated Suction pump 1 3 7 MSE/0038 Pulse Oxymeter(Finger Type) 1 3 8 MSE/0049 Oxygen Cylinder D Type 2 6 9 MSE/0018 Oxygen Key 1 3
10 MSE/0048 Oxygen cylinder -Portable 1 3 11 MFF002 Rescue fire blanket 1 3 12 MSE/0022 Scissors 6" with Round tip 1 3 13 MSE/0008 Bed Pan 1 3 14 MSE/0014 Kidney Tray 1 3 15 MSE/0023 Non Disposable Sputum Cup 1 3 16 MSE/0033 Toothed Forceps - Diseecting 6 " 1 3 17 MSE/0045 BP Cuff Pediatric 1 3 18 MSE/0031 Urine Pan Male 1 3 19 MSE/0030 Urine Pan Female 1 3 20 MSE/0042 BP Apparatus (Dial) 1 3 21 MSE/0026 Needle & Syringe Destroyer 1 3 22 MSE/0024 Stehoscope 1 3 23 MSE/0028 Thermometer (Digital) 1 3
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
66 | P a g e
24 MG/0090 Mouth 2 Mouth Ventilation device Adult 1 3 25 MSE/0120 Mouth 2 Mouth Ventilation device Child 1 3 26 MSE/0002 Ambu Bag Adult - Silicon 1 3 27 MSE/0003 Ambu Bag Child - Silicon 1 3 28 MSE/0122 Adjustable Cervical Collars 1 3 29 MSE/0056 Simple Splints - SA 1 3 30 MSE/0055 Simple Splints LA 1 3 31 MSE/0058 Simple Splints SL 1 3 32 MSE/0057 Simple Splints LL 1 3 33 MSE/0121 Roller Splints 1 3
Extrication Tool
1 MFE001 12” Wrench Adjustable Open End 1 3 2 MFE002 12” Screw Driver Standard Square Bar 1 3 3 MFE003 8” Screw Driver Philips Head # 2 1 3 4 MFE004 Hacksaw with 12" Carbide Wire Blade 1 3 5 MFE005 Vise Grip Pliers 10" 1 3 6 MFE006 5lb Hammer with 15" Handle 1 3 7 MFE007 Fire Axe Butt 24" Handle 1 3 8 MFE008 Wrecking Bar with 24" Handle 1 3 9 MFE009 51" Crowbar Pinch Point 1 3
10 MFE010 Bolt Cutter with 1" To 1/4" Jaw Opening 1 3 11 MFE011 Shovel Pointed Blade 1 3 12 MFE012 Tin Snips, Double Action 8" Minimum 1 3 13 MFE013 Gauntlets 1 3
14 MFE014 Ropes 5400lb Tensile Strength in 50'
Length in Bag 1 3
15 MFE015 Mastic Knife 1 3 16 MFE016 Spring Load Center Punch 1 3
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
67 | P a g e
17 MFE017 Pruning Saw 1 3
18 MFF001 Fire Extinguisher ABC type- 5kgs with
Fixing Stand 1 3
19 MFS002 Gum Boots 1 3 20 MFA001 Ambulance Tool Kit 1 3 21 MG/0097 Goggles 1 3 22 MFL001 Luminous Search Light 1 3 23 VM/0004 Pupillary Torch 1 3
ALS Equipment
1 MSE/0065 Transport Ventolator 1 1 2 MSE/0075 Multi Para Monitor 1 1 3 VM/0043 Automatic External Defibrillator (AED) 1 3
INVITATION OF BIDS FOR PROCUREMENT VARIOUS MEDICAL EQUIPMENT
68 | P a g e
S.No Material Description UoMPrice(Excl.
VAT/Tax) (Rs.)
Sales Tax /
VAT (Rs.)
Total Price
(Rs.)Brand Name
Non Disposable Medical Equipment
1 each
2 each
3 each
4 each
5 each
6 each
7 each
8 each
9 each
10 each
11 each
12 each
13 each
14 each
15 each
16 each
17 each
18 each
19 each
20 each
21 each
22 each
23 each
24 each
25 each
26 each
27 each
28 each
29 each
30 each
31 each
32 each
33 each
34 each
35 each
36 each
37 each
38 each
39 each
40 each
41 each
S.No Material Description
Extrication Kit & others
1 each
2 each
3 each
4 each
5 each
6 each
7 each
8 each
9 each
10 each
11 each
12 each
13 each
14 each
15 each
16 each
17 each
18 each
19 each
20 each
21 each
22 each
23 each
24 each
25 each
26 each
27 each
28 each
29 each
30 each
Note: In case of discrepancy between the amount in words and figures the amount in words wi ll prevail .
Annexure-02 ( Format for Quoting prices )