30
Page 1 of 30 Navi Mumbai Municipal Corporation Health Dept, NMMC Bhavan,sec-15A,CBD, Belapur, Navi Mumbai Tender for supply of Operation Theatre Equipment’s (Group-IV) for NMMC hospitals Tender Notice No: NMMC/Health/46/2019 (This Tender Document contains 1 to 30 pages.) Medical Officer of Health Navi Mumbai Municipal Corporation. Price of Blank Tender form :- Rs 15,340/- (13,000+ GST 2,340/-)(Non Refundable) Sale of Tender :- 07.06.2019 at11.00 a.m. to 27.06.2019 up to 11.00 a.m. Online bid preparation :- 07.06.2019 at11.00 a.m. to 27.06.2019 up to 11.00 a.m. Pre-bid Meeting :- 12.06.2019 at 11.00 a.m. Submission of tender (Bid Transfer) :- 27.06.2019 at 17.00 p.m. to 29.06.2019 up to 17.00 p.m. Opening of tender :- 01.07.2019 at 11.30 a.m.(If possible)

Navi Mumbai Municipal Corporation - e Tenders€¦ · Page 3 of 30 नवी ुं ई हानगपालिका Navi Mumbai Municipal Corporation वन 3 ा जिा,आोग्

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1 of 30

Navi Mumbai Municipal Corporation Health Dept, NMMC Bhavan,sec-15A,CBD, Belapur, Navi Mumbai

Tender for supply of Operation Theatre Equipment’s (Group-IV) for NMMC hospitals

Tender Notice No: NMMC/Health/46/2019

(This Tender Document contains 1 to 30 pages.)

Medical Officer of Health

Navi Mumbai Municipal Corporation.

Price of Blank Tender form :- Rs 15,340/- (13,000+ GST 2,340/-)(Non Refundable)

Sale of Tender :- 07.06.2019 at11.00 a.m. to 27.06.2019 up to 11.00 a.m.

Online bid preparation :- 07.06.2019 at11.00 a.m. to 27.06.2019 up to 11.00 a.m.

Pre-bid Meeting :- 12.06.2019 at 11.00 a.m.

Submission of tender (Bid Transfer) :- 27.06.2019 at 17.00 p.m. to 29.06.2019 up to 17.00 p.m.

Opening of tender :- 01.07.2019 at 11.30 a.m.(If possible)

Page 2 of 30

नवी म ुंबई महानगरपालिका

Navi Mumbai

Municipal

Corporation

3 रा मजिा,आरोग्य ववभाग, एनएमएमसी भवन, से-15ऐ, सी.बी.डी.,नवी म ुंबई 400 614. दरूध्वनी क्र : 27567261,

3rd

FLOOR,HEALTH DEPT., NMMC BHAVAN, SEC-15A, CBD BELAPUR, NAVI MUMBAI – 400 614.

TEL. No. : 27567261,

ननववदा क्र. नम ुंमपा/आरोग्य/46/2019

नवी म ुंबई महानगरपालिका अुंतगगत रुग्णाियाुंकरीता Operation Theatre Equipment’s (ग्र प-4 ) खरेदी करण्यासाठी, उत्पादक / अधिकृत एजन्सीज, याुंचेकडून मोहोरबुंद स्पिागत्मक ननववदा मागववण्यात येत आहे. नवी मुंबई महानगरपालिकेत सवग ववभागातीि ननववदा प्रक्रिया Next Tendering Sify Technologies ई-टेंडररुंग सुंगणक प्रणािी (E-tendering) मिूनच करणे असनू ननववदािारकाुंनी https://maharashtra.etenders.inया सुंकेतस्थळावर नोंदणी करणे आवश्यक आहे.रु.3.00 िक्ष क्रकुं वा अधिक रक्कमेच्या कामाकरीता सऱ्व कुं त्राटदार/प रवठादार याुंना ई-टेंडररुंग सुंगणक प्रणािी(E-tendering)¸मिूनच ननववदा खरेदी करावयाच्या आहेत. कामाचा सुंक्षक्षप्त तपशीि खािीिप्रमाणे आहे. अ. क्र.

कामाचे नाव ननववदेची अुंदाजीत क्रकुं मत

इसारा रक्कम (रु.)

ननववदा प स्तिकेची ककुंमि (रु.)

1 नवी म ुंबई महानगरपालिका अुंिगगि रुग्णाियाुंकरीिा रुग्णाियीन उपकरणे Operation Theatre Equipment’s

(ग्र प-4) खरेदी करणेबाबि

रु.7,21,48,340.00

1,30,000/- 15,340/-

(13000/- + GST 2340/-)

ननववदा ददनाुंक 07/06/2019 रोजी सकाळी 11.00 वाजेपासनू त ेददनाुंक 27/06/2019 रोजी सकाळी 11.00 वाजेपयतं ई-टेंडररुंग(E-tendering)सुंगणक प्रणािीच्या https://nmmc.maharashtra.etenders.in या सुंकेतस्थळावर व नम ुंमपाच्या (www.nmmc.gov.in) या सुंकेत स्थळावर प्राप्त होतीि.ननववदाकाराुंनी कोरी ननववदा फॉमग फी ,इसारा अनामत रक्कम व सेवा श ल्क ऑनिाइन पेमेंट गेटवेद्वारे भरावयाच ेआहे. वरीि नम द सवग श ल्क कोणत्याही बैंकेच े डबेबट काडग, िेडीट काडग अथवा नेटबॅकीग माफग त भरणा करता येईि.ननववदा फॅामग फी श ल्क नम ुंमपाच ेिेखा ववभागात स्स्वकारि ेजाणार नाही,याची ननववदाकाराुंनी नोंद घ्यावी.

सदर ननववदेकरीता ननववदाप वग बठैकीचे दद.12/06/2019 रोजी सकाळी 11.30 वाजता वदै्यक्रकय आरोग्य अधिकारी याुंच्या दािनात आयोजन करण्यात आिे आहे.

ननववदेच े सादरीकरण तसेच Online Bid Preparation दद. 07/06/2019 रोजी सकाळी 11.00 वाजेपासनू त े दद. 27/06/2019 सकाळी 11.00 वाजेपयतं व बबड ट्रान्सफर दद. 27/06/2019 रोजी सायुं 05.00 वाजेपासनू त ेदद. 29/06/2019 सायुं 05.00 वाजेपयतं. https://nmmc.maharashtra.etenders.in या सुंकेतस्थळावर ऑनिाईन करावयाचे आहे

https://nmmc.maharashtra.etenders.in या सुंकेत स्थळावर ऑनिाईन प्राप्त झािेल्या ननववदा दद.01/07/2019 रोजी सकाळी 11.30 वा.वदै्यकीय आरोग्य अधिकारी याुंचे दािनात क्रकुं वा अन्य सोयीच्या ददवशी ननस्श्चत होईि त्या दठकाणी ननववदाकार क्रकुं वा त्याुंचे अधिकृत प्रनतननिी व महानगरपालिका याुंच ेप्रनतननिी समक्ष उघडण्यात येतीि. इसारा रक्कम न भरिेल्या ननववदाुंचा ववचार केिा जाणार नाही. कोणतीही ननववदा स्वीकारणे अथवा नाकारण्याचा अधिकार मा. आय क्त, नवी म ुंबई महानगरपालिका याुंनी राख न ठेविेिा आहे.

वदै्यकीय आरोग्य अधिकारी नवी म ुंबई महानगरपालिका

Page 3 of 30

नवी म ुंबई महानगरपालिका

Navi Mumbai

Municipal

Corporation

3 रा मजिा,आरोग्य ववभाग, एनएमएमसी भवन, से-15ऐ, सी.बी.डी.,नवी म ुंबई 400 614. दरूध्वनी क्र : 27567261, 27567382

3rd

FLOOR,HEALTH DEPT., NMMC BHAVAN, SEC-15A, CBD BELAPUR, NAVI MUMBAI – 400 614.

TEL. No. : 27567261,

TENDER NOTICE NO. NMMC/HEALTH/46/2019

Navi Mumbai Municipal Corporation invites sealed tender for Supply of Operation Theatre Equipment’s (Group-IV) for NMMC hospitals from reputed manufacturer / authorized

agency.

Navi Mumbai Municipal Corporation has adopted Next Tendering Sify Technologies E-

tendering system. Tenderers shall register their firm on https://maharashtra.etenders.in for

tender process. For works of Rs. 3.00 Lacs and above the Suppliers/Contractors shall buy the

tender form through E-tendering system only.

The detail of the work is as under:

Blank tender form will be available from Dt. 07/06/2019 at 11.00 a.m. to Dt.27/06/2019 up

to 11.00 a.m. on the E-tendering Website https://nmmc.maharashtra.etenders.in and NMMC’s

official website www.nmmc.gov.in to download,

Tenderers will be required to do payment for blank tender form, EMD, and service fee

through online payment gateway. All these payments can be made by debit/credit card of any bank

or net banking. Please note that fee for blank tender form will not be accepted at NMMC account

Dept.

Pre bid meeting will be held on 12 /06 /2019 at 11.30 AM in the chamber of Medical Officer

Of Health.

Online preparation and submission of the tender from Dt. 07/06/2019 at 11.00 a.m. to Dt.

27/06/2019 up to 11.00 a.m. and Bid transfer from Dt.27/06/2019 at 5.00 p.m. to Dt.29/06/2019 up

to 5.00p.m. Should be through E-tendering system only on the website

https://nmmc.maharashtra.etenders.in

Tender will be opened online on Dt.01/07/2019 at 11.30 a.m. or other decided date in

office of Medical Officer of Health or suitably decided place in the presence of tenderer or their

authorized representative in front of NMMC Officials. Tenderers who have not submitted EMD

will not be considered.

Hon. Commissioner of NMMC reserves the right to accept or reject any or all tenders

without assigning any reason thereof.

Medical Officer of Health

Navi Mumbai Municipal Corporation

Sr.

No.

Name of Work Estimated cost

(Rs.)

EMD

Rs.

Blank tender cost

Rs.

1 Tender for Supply of Operation Theatre Equipment’s (Group-

IV) for NMMC hospitals

7,21,48,340.00

1,30,000/- 15,340/-

(13000/- + GST 2340/-)

Page 4 of 30

Detailed Tender Notice

1. Notice Inviting Tenders 1.1 Sealed Tenders are invited by and on behalf of Commissioner, Navi Mumbai Municipal Corporation (NMMC) from eligible Tenderers for the proposed work specified in the Schedule ‘A’. 2. Issue of Tender 2.1 The tender book will be made available at E-tendering cell, NMMC Bhavan, Sector-15A, Kille Gavthan, C.B.D. from date of publication of tender notice on News paper to the contractors who have enrolled at NMMC E-tendering cell for work of tender amount unto 3 lacs. or NMMC enrolled contractor may buy tender from E-tendering website https://nmmc.maharashtra.etenders.in 2.2 For work of tender amount Rs 3 lacs above, tender book will be issued online through E-tendering website https://nmmc.maharashtra.etenders.in to contractor, who is enrolled with NMMC 2.3 Price of blank tender form cost must be paid through online payment gateway. The payment can be made by debit/credit card of any bank or net banking. Please note that fee for blank tender form will not be

accepted at NMMC account Dept. 2.4 The Tender Document is not transferable. Only the Tenderer who has purchased the tender form shall be entitled to bid in the Tender. 3. Language of Tender / Contract 3.1 The language of the Tender shall be in English / Marathi and all correspondence, drawings etc. shall conform to the English/Marathi 4. Clarification by tenderer and Pre-tender conference 4.1 A pre- tender conference of all intending tenders will be held at the scheduled date and time indicated in tender-notice .Intending tenderers will be allowed to seek clarification and suggest suitable modifications in specifications, conditions of contract, etc. The corporation will communicate such changes that are accepted by it, to all they intending Tenderers who have purchased the Tender document from the corporation. Only such changes that are so communicated shall be binding on the Corporation and all the tenderers. Tenderer should submit in writing to Medical officer of Health clarification & modification suggested one day prior to Pre-Bid meeting or before the Pre-Bid meeting held. 4.2 The tenderer should get its doubts cleared during pre-bid meeting only, if provided in the tender. In case no pre-bid meeting is to be held, the Tenderer should seek clarification of any doubt in writing seven (7) days before the last date for receipt of tenders. 5. Validity of Tenderers 5.1 The Tenders will be valid for a period of 180 days from the date of its opening. 6. Earnest Money 6.1 The Tenderer shall deposit the amounts indicated in the Tender Notice as Earnest Money Deposit (EMD)., The Earnest Money deposit must be paid through online payment gateway. The payment can be made by debit/credit card of any bank or net banking. Without Earnest Money deposit NMMC will be disqualify the Tender and the Corporation shall exclude from its consideration such disqualified Tender(s). No interest shall be payable by the Corporation in respect of such deposited Earnest Money. The tenderer should refer user’s guide while depositing EMD through the E-tendering website https://nmmc.maharashtra.etenders.in 6.2 If the Corporation accepts the Tender, the Earnest Money shall be appropriated towards Security Deposit payable by the Tenderer in accordance with the Conditions of Contract. Alternatively on payment of the required amount of the Security Deposit and the execution of the Contract Agreement, the Earnest Money shall be returned to the Tenderer. 7. Forfeiture of EMD 7.1 The Tenderer shall not revoke his Tender or vary its terms and conditions without the consent of the Corporation during the validity period of Tender, failing which the Earnest Money deposited by it shall stand forfeited to the Corporation without prejudice to its other rights and remedies and the Tenderer shall be disentitled to submit a Tender to the Corporation for execution of any work during the next thirty six (36) months effective from the date of such revocation. 7.2 If the successful Tenderer does not pay the Security Deposit in the prescribed time limit or fails to sign the agreement bond, The Earnest Money Deposit will be forfeited by the Corporation. 8. Refund of Earnest Money The Earnest Money of unsuccessful Tenderers shall be refunded after the successful Tenderer furnishes the required Initial Security Deposit to the Corporation and signs the Contract Agreement or within thirty (30) days of the expiry of validity period of Tenders, whichever is earlier. 9. Cost of Tender The Tenderer shall bear all costs associated with the preparation and submission of its Tender. The Corporation shall in no case be responsible or liable for these costs, regardless of the conduct or the out come of the Tendering Process.

Page 5 of 30

10. Eligible Tenderers Only those Tenderers who fulfill the eligibility criteria as mentioned in Schedule A of the Tender Notice are eligible to submit their Tenders for this work. The documents indicated against each of the eligibility criteria shall be required to be submitted along with the technical bid to establish the eligibility of the Tenderer. 11. Relationship with Corporator(s) The Tenderer shall not be associated presently or in the past with any of the office bearers of Corporators of Navi Mumbai Municipal Corporation, either directly or indirectly as specified in the section 10(f), (g) of MMC Act. 1949. The Tenderer shall furnish an affidavit (as per Annexure-3) on a Non-Judicial stamp paper of Rs.100/-. If any information so furnished shall be found to be untrue or false, the Tenderer shall be liable to be disqualified and the Earnest Money accompanying such Tender shall stand forfeited to the Corporation. If the Information so furnished shall be found to be untrue or false during the currency of the contract, the Tenderer shall be held to be in default and the Contract if any awarded to it shall be liable to be terminated with its consequences. 12. Inspection of Site and Sufficiency of Tender :- The Tenderer is expected to work out their own rates based on the detailed description of items, the specifications, drawings and conditions and finally arrive at the cost of the Work/Service in the appropriate place. The Tenderer shall be deemed to have satisfied itself before tendering as to correctness and sufficiency of its Tender. The rates and prices quoted shall, except as otherwise provided, cover all its obligations under the contract and all matters and things necessary for proper completion and maintenance of the Works/Services. Where necessary, before submitting its Commercial Bid the Tenderer should inspect and examine the site and its surroundings and shall satisfy itself about form and nature of the Site, the quantities and nature of the Work/Service and materials necessary for the completion of the Works/Services, means of access to the site, the accommodation it may require, and in general, obtain all necessary information as to risk, contingencies and other circumstances which may influence or affect its Tender. No extra charges consequent on any misunderstanding or otherwise shall be allowed. 13. Manner of Submission of Tender The tenders should be submitted online at https://nmmc.maharashtra.etenders.in 14. Last Date for Submission 14.1 Copies of uploaded documents (Excluding Financial Bid) should be submitted at the office of Medical officer of Health before date of opening technical bid. 14.2 The Corporation may, as its discretion, extend this deadline for submission of Tenders online by amending the Tender Documents, in which case all rights and obligations of the Corporation and Tenderer will thereafter are subject to the deadline as extended. 14.3 Any Tender received by the Corporation after the deadline for submission of Tender as prescribed by the Corporation, pursuant to the clause above, will be rejected and /or returned unopened to the Tenderer. 15. Instruction to tenderes

15.1 The Tender form will be available online only. No tender form will be sold/ issued manually from Navi

Mumbai Municipal Corporation.

15.2 The tender document will be uploaded / released on Govt. of Maharashtra e- tendering website

http://nmmc.maharashtra.etenders.in the tenderer is required to download the tender document from

this website as per the schedule of activities for online tender document download.

15.3 The tenderer is required to download the tender document within the schedule of activity for online

tender document download. After expiry of the date and time for tender document download, the

Navi Mumbai Municipal Corporation will not be responsible for any such failure

on account of tenderer for not downloading the document within the schedule even though he has paid the cost of the tender to the Navi Mumbai Municipal Corporation office. In such case the cost of

the tender paid by the tenderer will not be refunded.

15.4 During the activity of bid preparation, the tenderer is required to upload all the documents mentioned

in the terms & conditions of the technical bid by scanning the documents and uploading it in the

PDF. This activity of uploading the documents as well as preparation of commercial bid and other

Annexure enclosed with the tender shall be completed within the schedule given for bid preparation.

15.5 After bid preparation, the tenderer is required to submit the bid again during the activity of submission of bid without which the tender will not be submitted.

15.6 The tenders submitted online will be opened on the schedule date before the participant. At the time

of opening of technical bid the tenderer should bring all the original documents which have been uploaded along with the technical bid so that same can be verified at the time of opening of technical

bid. If the tenderer fails to produce the original documents at the time of opening of technical bid

then the decision of the committee taken on the basis of document uploaded will be final and binding

on the tenderer 15.7 As the tenders are invited online, tenderers are required to upload tender as per the schedule given.

Navi Mumbai Municipal Corporation is not responsible for failure on the part of tenderer to upload tender within the time schedule. In case of any help required for this purpose the tenderer shall contact to help line of e- tendering agency M/s. Sify Nex Tenders on telephone nos. (020) 2531-5555 /(022)-2661-1117,2660-3142 Tenderers are requested to go carefully through the process of e- tendering given on the website of website http:// nmmc.maharashtra.etenders.in to avoid disqualification of their tender on any ground.

Page 6 of 30

15.8 The tenderer is required to pay tender processing fee of Rs1092/- per tender to e-tendering agency, M/s Sify Nex Tenders at time of online submission stage through e-payment (Through credit card/ debit card/net banking) Non payment of fee will result in non- submission of the tender and Navi Mumbai Municipal Corporation will not be responsible if the tenderer is not able to submit their offer due to non payment of processing fees to the e-tendering agency.

16. Contents Tenders are invited in two –envelops system

17. The two envelopes shall contain the following: Envelope No.1 Technical Bid envelope should contain all the documents mentioned below

a. EMD (as per clause 6 ) b. Purchase of Tender Copy (as per clause 2.3) c. Details of Tenderer (Annexure 1) d. Audited financial statement of subsequent last 3 years e. Undertaking (Annexure 2) f. Affidavit-1 (Annexure 3) g. Affidavit-2 (Annexure 4) h. Manufacturer Authorization form (Annexure 5) in case of authorized Distributors i. Detail of Hospital Equipment’s Supplied in last 3 years (Annexure-6) j. Specification of Quoted Equipment as per (Annexure-7) k. List of users of quoted Equipment (Annexure-8) l. Undertaking of Manufacturer for Maintenance contract (Annexure -9) m. Valid Firm/ company Registration certificate (Shop establishment certificate/S.S.I. Certificates /

Certificates In corporation etc) All documents establishing the eligibility of tenderer as specified in schedule A

Documents submitted by the tenderer must be attested, clear and readable if not so. It will be treated as non submission of document

Envelope No.2 (Financial Bid): This envelope shall only contain the Financial Bid in schedule B only. The financial bid should be written both in words and figures at appropriate places during uploading of Bid. 18. Rate Rate should be quoted inclusive of all State/Central/Local Government taxes, duties and other expenses like to carry out the scope of work as mentioned above, and otherwise the rates quoted shall be treated as inclusive of all. Rates will be valid for one year after approval by NMMC. 19. Important Points to be noted by the Tenderer

1. At the time of opening of the tender, Agency has to submit original hard copies of Affidavit, Undertaking & Original Manufacturer Authorization form.

2. Only Those tenderer who are eligible as per Schedule A , Should upload the tender 3. The tendrerer should ensure that no corrections or over writings or erasures are left for attestation. 4. The financial bid shall be inclusive of all taxes, Octroi, Local taxes, etc. to be paid by the tenderer

for the Work/Service and any claim for extra payment on any such account shall not be entertained. 5. No alterations or additions anywhere in the tenderer Document are permitted. If any of these are

found, the Tender may be summarily rejected. 6. In case of a firm, each partner or power of attorney holder shall sign the Tender and the signatures

shall be attested as witness by a reputed person in the space provided for the purpose. The attested copies of power of attorney of person signing the Tender shall be enclosed with The Tender. The power of attorney shall be signed by all partners. In case of Private limited /public limited companies, the power of attorney shall be supported by Board Resolution and appropriate and adequate evidence in support of the same shall be provided

7. Rate mentioned should be as per the specification & unit mentioned in the tender. 8. The Tenderer shall submit the Tender which satisfies each and every condition laid down in this

Tender Document, failing which the Tender will be liable to be rejected. Conditional Tenders will be rejected.

9. The agency should carry hard copies of all documents submitted for E-tendering at the time of opening of the tender.

10. Quantity mentioned in tender is indicative / approximate. NMMC reserves the right to purchase less or more quantity at the sanctioned price as per the need. It is mandatory for the supplier to supply the material at same rate during the entire contract period.

20. Corrupt of Fraudulent Practices 20.1 The Corporation requires that the Tenderer under this Tender observe the highest standards of ethics

during the procurement and execution of such Contracts. In pursuance of this policy, the Corporation defines for the purposes of this provision, the terms set forth as follows:

a) “Corrupt Practice” means the offering, giving, receiving or soliciting of any thing of value to influence

the action of the public official In the procurement process or in contract execution; and b) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process

or a execution of a contract to the detriment of the Corporation, and includes collusive practice among Tenderers (prior to or after Tender submission)designed to establish Contract Prices at artificial noncompetitive levels and to deprive the Corporation of the benefits of the free and open competition.

Page 7 of 30

20.2 The Corporation will reject a proposal for award if it determines that the Tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; The Corporation will deem a firm ineligible, either indefinitely or for a started period of time, to be awarded a Contract if at any time it determines that the firm has engaged in corrupt and fraudulent practices in competing for, or in executing, a Contract. 21. Manner of Opening of Tender The Tender received before the time and date specified in the Tender Notice will be opened as per the specified program in the office as mentioned in the Tender Notice (If Possible). The tenders will be opened in the presence of Tenderers or their authorized representatives who choose to remain present. 22. Process to be Confidential Information relating to the examination, clarification, evaluation and comparison of Tenders and the award of a Contract shall not be disclosed to Tenderers or any other person not officially concerned with such process until the award to the successful Tenderer has been announced. 23. Preliminary Scrutiny 23.1 The Corporation will scrutinize the Tender to determine whether they are complete, whether any errors have been made, whether required technical documentation have been furnished, whether the documents have been properly signed, and whether the Tenders are generally in order. The Corporation will also determine the substantial responsiveness of the Tender. For purpose of these clauses, a substantially responsive Tender is one that confirms to all the terms and conditions of the Tender Documents without material deviations. The Corporation’s determination of a Tender’s responsiveness is to be based on the contents of the Tender itself without recourse to extrinsic evidence. 23.2 A Tender determined as not substantially responsive will be rejected by the Corporation and may not subsequently be made responsive by the Tenderer by correction of the non-conformity. The Corporation may waive any minor infirmity or irregularity in a Tender which does not constitute a material deviation. This shall be binding on all Tenderers and the Corporation reserves the right of such waivers. 24. Clarification of Offers To assist in the scrutiny, evaluation and comparison of Tenders, the Corporation may, at its discretion, ask some or all Tenderer for technical clarification of their Tender. The request for such clarifications and the response shall be in writing. To speed up the Tender process, the Corporation, at its discretion, may ask for any technical clarification to be submitted by means of facsimile by the Tenderer. In such cases, original copy of the document describing the technical clarifications must be sent to the Corporation by means of courier / in person. 25. Opening of Financial Bids Agency will be technically qualified by Scrutinisation of documents & thereafter demonstration of equipment. The financial bid of tenderers qualifying both above mentioned criteria will be opened. 26. Acceptance of Tender Acceptance of Tender on behalf of the Corporation shall be done by an officer(s) to whom the powers are delegated by the Municipal Commissioner. The Corporation is not bound to accept the lowest or any Tender. The right to split up the Work/Service in two or more parts is reserved by the Corporation and also the right to award the Work/Service to more than one agency is reserved. The Corporation reserves the right to reject any or all Tenders received without assigning any reason whatsoever. 27. Intimation to Successful Tenderers The acceptance of Tender may be communicated to the successful Tenderer in writing or otherwise either by the Tender opening authority or any authority in the Corporation. 28. Security Deposit / Performance Security 28.1 Successful Tenderer shall pay a Security Deposit equal to the Amount indicated in the Schedule A of the Detailed Tender Notice as security for due fulfillment of the contract, within seven (7) days after receipt of intimation in writing of acceptance of Tender. 28.2 The mode of making this deposit is as under. a) Initial Security Deposit: It is optional to the Tenderer to make the initial Security Deposit in any one of the following ways: i. wholly in cash; or ii. wholly in form of National Saving Certificate pledged in favour of the Corporation or bank

guarantees/fixed deposit from Nationalized/Scheduled Banks in the enclosed format; Detailed Tender Notice or

iii. Partly in cash and partly in form of National Saving Certificate pledged in favour of the Corporation or Bank guarantees/fixed deposit from Nationalized/ Scheduled Banks in the enclosed format.

b) Retention Money: The remaining amount of the Security Deposit (if applicable as per Schedule A )shall be recovered from the tenderer’s running bills at rate of five (5) percent and such retention together with the Initial Security Deposit made as aforesaid shall not exceed the total amount of security deposit maintained as per the clause 28.1 after which such retention will cease. 29. Execution of Contract Document 29.1 The successful Tenderer after furnishing the Initial Security Deposit, is required to execute an Agreement in duplicate in the form attached with the Tender Documents on a stamp paper of proper value.

Page 8 of 30

The Agreement should be signed within 7 days from the date of acceptance of the Tender. The Contract will be governed by the Contract Agreement, the Conditions of the Contract (CoC) and other documents as specified in the Conditions of the Contract (CoC). 29.2 It shall be incumbent on the successful Tenderer to pay stamp duty for the Contract Agreement, as applicable on the date of the execution.

30. Licenses Wherever relevant, before commencing the Work/Service the successful Tenderer shall be required to produce to the satisfaction, of the Corporation a valid Contract Labour License issued in its favour under the provision of the Contract Labour (Regulation and Abolition), Act 1970. On failure to do so, the acceptance of the Tender is liable to be withdrawn and also the Earnest Money is liable to be forfeited. 31. Rights of the Corporation 31.1 The Corporation reserves the right to suitably increase/ reduce the scope of work put to this Tender. In case of a Rate Contract, the Corporation does not in any way guarantee the quantity for which an order may be placed and the Tender quantity may only be treated as indicative. 31.2 In case of any ambiguity in the interpretation of any of the clauses in Tender Document or the Contract Document, interpretation of the Clauses by the Corporation shall be final and bindings on all Parties. 31.3 In case the tenderers quote prices higher than allowed as per DPCO, NPPA or higher than MRP or / and fail to supply the goods consistently the tenderers will be declared as fraudulent and defaulters a) The extra expenditure incurred because of risk purchase shall be recovered from the tenderer. b) His Registration will be cancelled c) The tenderer’s EMD/Security deposit amount, Bank Guarantee will be forfeited.

d) The tenderer will be debarred from participating in the tender for next three years. 31.4 In case if found that the tenderer has submitted forged documents the following actions will be taken against the tenderers. a) The extra expenditure incurred because of risk purchase shall be recovered from the tenderer. b) The police case will be filed against the tenderer c) His Registration will be cancelled d) The tenderer’s EMD/Security deposit amount, Bank Guarantee will be forfeited. e) The tenderer will be debarred from participating in the tender for next three years 32. Notice to form Part of Contract Tender Notice and these instructions shall form part of the Contract. 33. Similar Work Similar work means work experience for supply and installation of the equipment’s as mentioned in the

price bid.

Page 9 of 30

Scope of work 1. Delivery Place: Concerned hospital as per work order. 2. Delivery period: The delivery period of the Material will be maximum 45 days from the date of

issue of work order. 3. If the materials are not delivered with in prescribed period i.e. within 45 days from the date of issue

of work order, then the following action will be taken;

a. Delay Charges: Delay charges of 0.5 % per week will be charged on undelivered material and maximum up to 5%. Thereof

b. Work order will be cancelled. 4. If the tenderer wants to extend the delivery period they should apply for extension with valid

reasons in writing within 7 days from the date of work order. NMMC reserves the right to accept or reject such request.

5. The warranty of the equipment /Materials from manufacturer. Warranty Clause: The good/stores/articles sold to NMMC under this contract shall be of the best

quality (and workmanship) and shall be strictly in accordance with the specifications and particulars contained/mentioned in the schedule hereof and the Contractor hereby guarantees that the said good/stores/articles continue to conform to the description and quality aforesaid for a period of 24 months from the date of Successful Installation of said good/stores/articles to the NMMC and that not with standing the fact that the purchaser may have inspected and/or approved the said good/stores/articles, if during the aforesaid period of 24 months the said good/stores/articles be discover not to conform to the description and quality aforesaid or have deteriorated (and decision of the purchaser in that behalf will be final and conclusive) the Purchaser will be entitled to reject the said good/stores/articles or such portion thereof as may be discovered not to conform to the said description and quality. On such rejection, the goods/articles/stores will be at the Seller's risk.. The Contractor/Seller shall, if so called upon to do, replace the goods, etc. or such portion thereof as is rejected by the purchaser within a period of 30 days otherwise a penalty as per delay charges mentioned above will be levied. Nothing herein contained shall prejudice any other right of the purchasers in that behalf under this contract or otherwise.

6. The supplier has to supply Materials with all accessories and spares for fully functioning of Equipment’s.

7. Agency cannot mention different specification / standards other than asked by NMMC. The corporation reserves the right to reject such offers without assigning any reasons thereof.

8. The supplier has to provide all original manufacturers spares during repair in warranty period. 9. Demonstration:

Demonstration should be arranged within 07 days from the date of intimation at the cost of bidder either at NMMC hospital or at equipment supplied place as per the direction of Medical Officer Of Health, NMMC

10. Packaging & transport of the Equipment’s /Materials will be in such a way that the Equipment’s /Materials will not be damaged. NMMC will not be responsible for the damage to Equipment’s /Materials in transport. Damage Equipment’s /Materials will be replaced immediately by tenderer at their own expense.

11. The supplier will deliver the said Equipment’s /Materials at the specified location as per work order and as instructed within jurisdiction of NMMC, at his own cost and labor.

12. Rates will be valid for one year from approval by NMMC. 13. Installation & maintenance:

1. The supplier has to install the said Equipment’s /Materials at the instructed sites, successfully within 07 days after the date of supply or as informed by NMMC.

2. The successful tenderer shall visit the scheduled institution and getting compliance of mandatory prerequisite for successful installation will be responsibility of bidder.

3. Demonstration and hands- on training for the concerned Doctors, Nurses and technicians at the site, by the company engineer.

14. Comprehensive Maintenance Contract (CMC): As per annexure-9 the manufacturer will have to agree to enter into comprehensive maintenance contract (CMC) @ yearly 5% of the cost of the equipment for the period of 8 years after completion of Warranty Period

15. Spare parts. Agency will be required to provide any or all of the following materials, notifications and

information pertaining to spare parts manufactured or distributed. a. Such spare parts as NMMC may elect to avail from the supplier providing that this election

shall not relive the supplier of any warranty obligations under the contract and b. in the event of termination of production of the spare parts:

1. Advance notification to NMMC of the pending termination, in sufficient time to permit the NMMC to procure needed requirements and.

2. Following such terminations, furnishing at no cost to the NMMC, the blue prints, drawings and Specifications of the spare parts if requested.

3. Free maintenance service shall be provided by the supplier during the period of warranty. a) Preventive maintenance & Servicing ,every three monthly b) Breakdown maintenance-to be attended by the company engineer immediately for all

the life-saving equipment, and within 24hrs for the all other equipment. c) History Sheet should be Maintain of the equipment with maintenance records date wise

and breakdown details along with spare parts repaired or replaced. d) If any particular equipment is having repeated breakdown and downtime during the

warranty period, causing problem in patient care, then it would be considered a-Defective piece and should be replaced with a new one.

4. Replacement of spares should be done within 07 days from the date of intimation.

Page 10 of 30

5. If downtime of equipment is more than 07 days a penalty of Rs.1000/- per day will be levied.

16. Payment: No advance payment will be given The Payment will be released as follows

a. 80% payment will be released after successful delivery and successful installation of the equipment at the specified location.

b. 20 % payment will be released after Certification by the user department after three months.

. 17. Any loss or damages of NMMC property occurs at site while executing work will be sole

responsibility of tenderer and shall be rectified at their own cost or the same cost will be recovered from their payable amount.

18. Increase in taxes

Tenderers must distinctly understand that they will not be allowed any increase over the rates quoted by them during the contract period.

19. Procedure of Supply & Risk purchase: If the Rate Contract holder fails to supply the Equipments /Materials within the stipulated period

according to terms & conditions of this tender or fails to replace rejected material as asked by NMMC, within such time as may be stipulated NMMC, shall be entitled to purchase from any other source, at such price which is decided by Medical officer of Health. The extra expenditure in such cases shall be immediately recovered by the NMMC, from the outstanding bill of the rate contract holder. If no bills of Rate Contract holder are outstanding with NMMC the same shall be recovered from security deposit.

20. Selection Criteria.

1. Technical Qualification - Technical Qualification will be decided by technical committee after scrutinizing documents.

2. Demonstration -. Physical verification & demonstration of the equipment, Only those rates of technically qualified agencies will be considered for comparison

3. Commercial – Item wise lowest rate in the price bid of technically qualified bidder will be considered for selection.

21.INDEMNIFICATION: The Successful Bidder shall at his own expense, arrange for Insurance

policies, such as workmen compensation policy and Successful Bidder's All Risk policy effective from the date of commencement of work until final completion against all of the following risks.

1. Injuries and damage of persons, property, animals or things, within or outside the site, arising out of operations of the Successful Bidder or out of any actions of his employees, agents or representatives

2. Injuries to any persons during supply & installation of equipment by Successful Bidder. 3. Damage to or loss of the property, Medical Equipment, and materials of the Successful Bidder, and

as a result of natural causes such as lightning, storm, flood, rain, fire, earthquake, explosion, landslide, etc.

4. Damage and injuries to persons, property and materials arising out of riot and civil commotion, theft, sabotage malicious acts, terrorist activities etc.

5. Any other unforeseen Risks 6. All the issues related to consumer protection act/medico legal aspects that shall arise will be

handled by the Bidder and in no way NMMC shall be held responsible and successful bidder shall submit the indemnity bond for the same.

7. Demonstration of the quoted product must be demonstrated. All expenses to be undertaken by the bidders/ tenderers.

Page 11 of 30

SCHEDULE ‘A’ Note : All the Contractors may note that Enrollment with NMMC is compulsory.

1. Name of tender Tender for Supply of Operation Theatre Equipment’s (Group-IV) for NMMC hospitals

2 Persons Responsible

Medical Officer of Health, Navi Mumbai Municipal Corporation

3. Eligibility Criteria and Documents Required to Establish Eligibility

Criteria Required eligibility Documents Required to be attached with tender or to be uploaded in case of e-submission to Establish Eligibility

a Registration Valid Firm/ company Registration (Shop establishment certificate/S.S.I. Certificates /Certificates In corporation/ETC)

4 Pre qualification criteria.

a Average Turnover for last three years

Average annual financial turnover during last 3 years, ending 31st march of the previous financial year, should be at least Rs. 721 lakhs

Audited financial statements of subsequent last three years / Turnover certificate certified by Charted Accountant

b Certification ISO 9001 Certificate of Bidder Copy of ISO 9001 Or latest ISO Certificate of Bidder to be uploaded

c Experience Bidder should have executed Project of Rs.721 lakhs for supply of medical equipment’s Govt./Semi govt./ PSU hospitals/ Private Hospitals in last 3 years

Copy of work order, completion certificate.(Annexure-6)

Manufacturer should have experience of supplying quoted equipment’s

Copy of work order, completion certificate.

d Positive net worth Positive net worth CA certificate showing positive net worth.

5 Technical Qualification

Document Required 1. EMD (as per clause 6 ) 2. Purchase of Tender Copy (as per clause 2.3) 3. Details of Tenderer (Annexure 1) 4. Undertaking (Annexure 2) 5. Affidavit-1 (Annexure 3) 6. Affidavit-2 (Annexure 4) 7. Manufacturer Authorization form (Annexure 5) in case of

authorized Distributors 8. Experience in supplying medical equipment’s to

Govt./Semi govt./ PSU hospitals/ Private hospital in last 3 years, ending 31st march of the previous financial year (Annexure-6) work orders and installation reports/ performance reports of Rs. 721 lakhs

9. Valid Firm/ company Registration (Shop establishment certificate/S.S.I. Certificates / Certificates In corporation etc)

10. Specification of Quoted Materials as per (Annexure-7) 11. List of users of quoted equipment’s in last 3 years along

with work orders (Annexure-8 ) 12. Undertaking of Manufacturer/ Bidder for maintenance

contract.(annexure-9)

6 Demonstration Agency will be qualified technically by

1. Tender committee by scrutinizing documents

2. Technical committee by demonstration of the equipment

Rates of only technically qualified agencies will be considered for comparison.

Demonstration should be arranged within 07 days from the date of intimation at the cost of bidder either at NMMC hospital or at equipment supplied place as per the direction of Medical Officer Of Health, NMMC

7 Security Deposit 5% of the Contract Sum (validity 30 months from the date of installation )

8 Type of Contract Rate contract

9 Contract Period One year

Special Conditions:

Hon. Commissioner, NMMC reserves the right to reject any or all offers.

Medical Officer of Health Navi Mumbai Municipal Corporation.

Page 12 of 30

Annexure - 1

Details of Tenderer 1. Name of Tenderer

2. Address

3. Telephone

4. Fax

5. E-Mail

6. GST No.

7. PAN No.

8. Details of Proprietor/partners/Directors

Name Address Qualification & Experience

9. Financial Performance Turnover (Rs.)

Profit Copy of Audited Financial

statements attached (Yes/No.)

Previous Financial Year (Y-1)

Previous Financial Year (Y-2)

Previous Financial Year (Y-3)

10. Registration Details

11. Certification Details

12. Details of Black List /Arbitration/ Litigation (If any)

13. Remarks

Details of Manufacturing Unit (Where Applicable)

1. Exact Location of Manufacturing unit.

2. Product Produced

3. Manufacturing Capacity (Product-wise)

4. Details of Certification obtained. (Copies to be attached.)

5. Actual installation of Quoted items during last three years.

6. Brief Description of Facilities for inspection, testing and quality assurance.

Note: The turnover amount should be certified and audited by CA of firm and separate sheet should be enclosed.

Signature of Tenderer Signature of authorized Person

Page 13 of 30

Annexure -2 Undertaking of Tenderer (Notarized)

(On a Rs.100/- Stamp paper) Tender Ref.No. NMMC/HEALTH/ /2019

Having examined the tender document including all the annexures, the receipt of which is hereby

duly acknowledged, we, the undersigned, state that the specifications, conditions, etc. of this tender have been carefully studied and understood by me / us before submitting this Tender . I / We hereby declare that I / We have made myself / ourselves thoroughly conversant with the conditions of the tender and I / We have based my / our commercial bid for the Tender and offer to undertake the work / supply / deliver/ maintain _____________ (Description of Work / Goods / Services) in conformity with the said tender documents.

We agree to abide by this tender offer till the expiry of contract period and its extension.

I / We agree that the amount of Earnest Money shall not bear interest and shall be liable to be forfeited to the Corporation, should I/we fail to (i) Abide by the stipulation to keep the offer open for the period of 180 days from the date fixed for opening the same and thereafter until it is withdrawal by me / us by the notice in writing duly addressed to the authority opening the Tender Notice. (ii) Security deposit as specified in the time limit laid down in the Detailed Tender Notice. The amount of earnest money may be adjusted towards the security deposit or refunded to me / us if so desired by me / us in writing, unless the same or any part thereof has been forfeited as aforesaid.

Should this tender be accepted I / we hereby agree to abide by and fulfill all the terms and provisions of the conditions of contract annexed hereto so far as applicable and in default thereof to forfeited and pay to NMMC the sums of Money mentioned in the said conditions. If our tender offer is accepted we will deposit the specified amount as security deposit for the due performance of the Contract and during the warranty. I / we undertake to use only the best materials approved by the Municipal Commissioner of N.M.MC. or his duly authorized representative, before starting the work and to abide by his decision, Until a formal contract is prepared and executed, this tender offer, together with your written acceptance thereof and your notification of award, shall constitute a binding contract between us. We understand that you are not bond to accept the lowest or any offer you may receive.

The information / documents submitted by us are true to our knowledge and if the information / documents so furnished shall be found to be untrue or false, the Tender shall be liable to be disqualified and our Earnest Money accompanying the Tender will be forfeited. Date the ........................................... day of .............................. 20 1) Signature of Witness Name: ....................................................................................................................... Address ....................................................................................................................... 2) Signature of Witness Name: ....................................................................................................................... Address .......................................................................................................................

Authorized Person /Signature of Tenderer

Page 14 of 30

Annexure – 3

Affidavit-1(Notarized)

(On Rs.100/- Stamp Paper) Tender Ref.No. NMMC/HEALTH/ /2019

I/We hereby state that we are aware of the provisions of section 10 (1) 10(f) and (g) of the Maharashtra Municipal Corporation Act, which are reproduced below, and solemnly state that we have no partnership with or any share with any Corporator of this Corporation in our company and are not associated presently or in the past with any of the office bearers or Corporator of the Navi Mumbai Municipal Corporation, either directly of indirectly. Extract of Sec 10 of Maharashtra Municipal Corporation Act 10 (1) Subject to the Provisions of Section 13 and 404, a person shall be disqualified for being elected and for being a councilor. 10 (f) “ Subject to the provisions of sub-section (2), has directly or indirectly, by himself or his partner any share or interest in any Contract or employment with, by or on behalf of the Corporation”. 10 (g) “Having been elected a councilor is retained or employed in any professional capacity either personally or in the name of a firm in which he is a partner or with whom he is engaged in a professional capacity in connection with any cause or proceeding in which the Corporation or the Commissioner or the Transport Manager is interested or concerned”. We are aware that the above information if found to be untrue or false, we shall be liable to be disqualified and the Earnest Money accompanying the Tender shall stand forfeited to the Corporation. We are also aware that if the information produced above is found to be untrue or false during the currency of the Contract, we shall be held to be in default and the Contract, if any awarded to us, shall be terminated with all its concurrence. Tenderer ______________________________ Address _____________________________

______________________________

Date the _______________day of ___________20 Signature of Tenderer Witness________________________________ Address _______________________________

________________________________

Date the _________________day of ___________20 Signature of Witness

Page 15 of 30

Annexure – 4 Affidavit-2

(On Rs.500/- Stamp Paper)

Tender Ref.No. NMMC/HEALTH/ /2019

I .................................................... age ............ address ....................................................

...................................................... (Authorized signatory to sign the contract), hereby submit,

vide this affidavit in truth, that I am the owner of the contracting firm .................................... /

authorized signatory and I am submitting the documents in envelope no.1 for the purpose of

scrutiny of the contract. I hereby agree to the conditions mentioned below :-

1. I am liable for action under Indian Penal Code for submission of any false / fraudulent paper /

information submitted in envelope no.1.

2. I am liable for action under Indian Penal Code if during contract period and defect liability

period, any false information, false bill of purchases supporting proof of purchase, proof of

testing submitted by my staff, subletting company or by myself, I will be liable for action under

Indian Penal Code.

3. I am liable for action under Indian Penal Code if any papers are found false / fraudulent during

contract period and even after the completion of contract (finalisation of final bill).

(Signature of contractor)

(Seal of company)

Page 16 of 30

Annexure - 5

Manufacturer’s Authorization Form (MAF)

Dated ...................................

To, Municipal Commissioner, Navi Mumbai Municipal Corporation. NMMC Bhavan, C.B.D.Belapur. Navi Mumbai - 400 614

Dear Sir,

Tender Ref.No. NMMC/HEALTH/ /2019

We _____________________ who are established and reputable manufacturers of __________having factories at_____________and _______________ do hereby authorize M/s. ________________________ ( Name and address of Agent / Dealer ) to offer their negotiate and conclude the contract with you against the above invitation for tender offer. for Whole contract period including extension period of the said contract. l/we have not authorized any other distributors/agents/dealers/importer etc. for this purpose

We hereby extend our full guarantee and warranty as per terms and conditions of the tender and the contract for the goods and services offered against this invitation, for the goods and services offered by the above Agent / Dealer. In case our above authorized Agent / Dealer is unable to supply the goods and services during the period of the contract to the satisfaction of the Municipal Corporation, we undertake to unilaterally fulfill the contractual obligations of the said Dealer / Agent either directly or through another Dealer / Agent.

Yours faithfully,

(Name: )

for and on behalf of

M/s. ________________

Authorized Signatory of the firm

with (Rubber Stamp)

Note : This letter of authority should be on the letterhead of the manufacturing concern and should be signed with Date & Year by a competent person of the manufacturer along with sealed rubber stamp.

Page 17 of 30

Annexure - 6

Detail of Hospital Equipment’s supplied in last 3 years

Sr. No. Year Name of Equipment’s

Quantity of supply

Amount of Business Rs.

Name of the institute to whom supply is made

Note: It is mandatory to submit work order and Installation report/Performance report of above

mentioned equipment

Date : ---------------------------- Place :-----------------------------

Signature of Tenderer

Page 18 of 30

Annexure - 7

Specification of quoted Equipment

A. The agency should mention their specification in column no 4 in comparison with tender specification mention in column 3.

B. If specification of quoted equipment’s as per tender specification (Column3) then agency should write “AS PER NMMC SPECIFICATION” in column 4.

C. Deviations/ Range can be mentioned in column 4. The corporation reserves the right to accept or reject such offers without assigning any reasons thereof.

D. Agency cannot mention different specification /standards other than asked by NMMC. The corporation reserves the right to accept or reject such offers without assigning any reasons thereof.

Date : ---------------------------- Place :-----------------------------

Signature of Tenderer

Sr. No.

Name of Equipment

Tender Specification.

Specification of quoted Equipment

Mfg. Model no.

Manufacturer authorization Yes/no.

Brochure attached Yes/No

1 2 3 4 5 6 7

Page 19 of 30

Annexure - 8

List of users of the quoted Equipment/ Materials of the manufacturer

1. If work orders, Installation report/ Performance report are not attached, the agency shall be disqualified for that product.

Date : ---------------------------- Place :-----------------------------

Signature of Tenderer

Sr. No.

Name of Equipment Name of Institution, Phone no.& Address.

Work order with Installation report/ Performance report attached Yes /No

1 Dialysis Machine

2

3 Multipara Monitor

4 Defibrillator

Page 20 of 30

Annexure – 9 Undertaking of Manufacturer/ Bidder for Maintenance contract (For Indian Manufacturer Notarized on Rs.100/- Stamp paper)

* We _____________________ who are established and reputable manufacturers of __________having

factories at_____________and _______________ do hereby authorize M/s. ________________________ ( Name and address of Agent / Dealer ) to offer their negotiate and conclude the contract with you against the above invitation for tender offer. for Whole contract period including extension period of the said contract. l/we have not authorized any other distributors/agents/dealers/importer etc. for this purpose and further I/We undertake that I/We will enter into agreement with NMMC after completion of warranty period for comprehensive maintenance contract (CMC).

OR (Manufacturer firm not having a register office within India the Distributor / Dealer should submit Undertaking of Maintenance contract on Rs.100/- Stamp paper duly Notarized)

* We_____________________ are authorized distributors of manufacturers of

____________________having factories at_____________ conclude the contract with you against the above invitation for tender offer for Whole contract period including extension period of the said contract. and further I/We undertake that I/We will enter into agreement with NMMC after completion of warranty period for comprehensive maintenance contract (CMC).

I/We provide any or all of the following materials, notifications and information pertaining to spare parts manufactured or distributed through above mentioned authorized distributors/agents/dealers/importer etc

Such spare parts as NMMC may elect to avail from the supplier providing that this election shall not relive the supplier of any warranty obligations under the contract and

in the event of termination of production of the spare parts: Advance notification to NMMC of the pending termination, in sufficient time to permit the NMMC to procure needed requirements and.

Following such terminations, furnishing at no cost to the NMMC, the blue prints, drawings and specifications of the spare parts if requested.

Free maintenance service shall be provided during the period of warranty. 1. Preventive maintenance & Servicing ,every three monthly 2. Breakdown maintenance-to be attended by the company engineer immediately for all

the life-saving equipment, and within 24hrs for the all other equipment. 3. History Sheet should be Maintain of the equipment with maintenance records date wise

and breakdown details along with spare parts repaired or replaced. 4. If any particular equipment is having repeated breakdown and downtime during the

warranty period, causing problem in patient care, then it would be considered a-Defective piece and should be replaced with a new one.

Replacement of spares will be done within 07 days from the date of intimation.

NMMC can levy a penalty of Rs.1000/- per day if downtime of equipment is more than 07 days.

We hereby extend our full guarantee and warranty for comprehensive maintenance contract (CMC) @ yearly 5% of the cost of the equipment for the period of 8 years after completion of warranty period as per terms and conditions of the tender and the contract. In case our above authorized Agent / Dealer is unable to supply the goods and services during the period of the contract to the satisfaction of the Municipal Corporation, we undertake to unilaterally fulfill the contractual obligations of the said Dealer / Agent either directly or through another Dealer / Agent. Place— Date--

(Name: ) For and on behalf of

M/s. ________________

Authorized Signatory of the firm

with (Rubber Stamp)

* Strikeout whichever is not applicable

Page 21 of 30

Annexure-10

FORM OF BANK GUARANTEE BOND. (FOR SECURITY DEPOSIT)

FOR THE PERIOD OF 30 MONTHS. 1. In consideration of the Navi Mumbai Municipal Corporation (hereinafter called 'NMMC') having agreed to exempt ________________________________________ (hereinafter called "the said Operator / Contractor / Tenderer / supplier (s)') form the demand under the terms and conditions of an Agreement dated __________________________________________ for (hereinafter called "the said Agreement") of security deposit for the due fulfillment by the said Tenderer as per the terms and conditions contained in the said Agreement, and on production of a Bank Guarantee for Rs.____________________ (Rupees ____________________________________________________ Only), we, (indicate the name of bank)______________________________ (hereinafter referred to as 'the bank') at the request of ______________________ the Operator / Contractor / Tenderer / Supplier (s) do hereby undertake to pay the NMMC an amount not exceeding Rs. ______________________________________ against any loss or demand caused to or suffered or would be caused to or suffered by the NMMC by reason of any breach by the said Operator/ Contractor/ Tenderer/ Supplier (s) of any of the terms or conditions contained in the said agreement.

2. The Bank do hereby undertakes to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the NMMC stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the NMMC by reason of breach by the said Operator/ Contractor/ Tenderer/ Supplier (s) of any of the terms or conditions contained in the said Agreement or by reasons of the Operator/ Contractor/ Tenderer/ Supplier (s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee.

3. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs._________________ (Rs.___________________________________________________________in words). We, undertake to pay to the NMMC any money so demanded not withstanding any dispute or disputes raised by the Operator/ Contractor/ Tenderer/ Supplier (s) in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Operator/ Contractor/ Tenderer/ Supplier (s) shall have no claim against us for making such payment.

4. We, (indicate the name of Bank) __________________________________ further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the NMMC under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the Municipal Commissioner of NMMC certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Operator/ Contractor/ Tenderer/ Supplier (s) and accordingly of the said Agreement have been fully and properly carried out by the said Operator/ Contractor / Tenderer/ Supplier (s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ..............................we shall be discharged from all liability under this guarantee thereafter.

5. We, (indicate the name of Bank)_______________________________________ further agree with the NMMC that NMMC shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time to performance by the said Operator/ Contractor / Tenderer/ Supplier (s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the NMMC against the said Operator/ Contractor / Tenderer/ Supplier (s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Operator/ Contractor / Tenderer/ Supplier (s) or for any forbearance, act or commission on the part of the NMMC or any indulgence by the NMMC to the said Operator/ Contractor / Tenderer/ Supplier (s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Operator/ Contractor / Tenderer/ Supplier (s).

7. We, (indicate the name of Bank)_________________________________lastly undertake not to revoke this guarantee during its currency except with the previous consent of the NMMC in writing.

Dated the ......................day of ............................20 For .......................................................................... (Indicate the name of Bank) Signature of Authorized Person

Page 22 of 30

TECHNICAL SPECIFICATION

Item code

Name of Equipment Technical Specification

1 OT light single dome Technical Data: Reflector System 4

Illumination Intensity: 52000- 140000 Lux.

LED Service Life: 50000 Hours.

Colour Temperature: 3500K- 5500 K.

Colour Rendering Index: 90 Ra

Temperature increase: in Surgeon's head area < 2 ° C Index

Light Spot: 200 - 250 mm

Brightness Adjustment: Nearly 0%- 100% From Panel or Remote Control.

Power: 230 VAC/ 50/60 Hz.

Should have 270 degree external handle on the main light head for maneuverability & positioning of the light head.

Sterlisable handle should be provided in the centre of dome with focus adjustment.

dimming range : 100-40%

Pattern size of small light field at 160mm to 280 mm

Pattern size variable through distance variation (cm) : 170-250 mm

Should be CE or ISO or US FDA approved

2 OT Light Double dome • Should be a Double Dome, Round Shaped Surgical LED Light incorporating the latest2nd Generation Flat LED technology for Homogenous, Laminar flow Compliant & Shadow less operating light field.

• The Light Dome should be flat, round-shaped, aerodynamic open shaped design of light-head with convex under surface to guarantee a perfect laminar flow.

• Should have permanent focusing (point & shoot light) giving at least 120 cm column of light, no need to refocus the surgical light during the operations, thus avoiding any moving parts inside the light head.

The main light and satellite should have the following specifications:-

• Lux Intensity of 1,40,000 Lux each,

(1,20,00 lux + 1,600,000lux or 1,40,000 lux each)

• light Field diameter of

Pattern size of small light at 160mm to 280 mm.&

17 cms at d10 in second dome (l0cm at d50)

• Fixed Color temperature of 3800 K to 4800K

• Color rendering index of 95 or more.

• Illumination adjustment 30% to 100%

• Depth of illumination (L1 + L2 ) of 120cms

• Remaining illuminance with two masks of 50 %

• Should have technology to produce multiple light beams for perfect visualization on surface as well as deep in cavities.

• LEDs should have minimum life of 30,000hrs or 8 years Intensity of light should be same for 8 years

• Should have Flux Stability Program to achieve stable illumination throughout procedure

• Should have LED's of a single color only for long term maintenance and ease of replacement.

• Should have 270 degree external handle on the main light head for maneuverability & positioning of the light head.

• Temperature rise at the surgeon head level should be less than 2 deg C.

• Should have average radiant energy of the lights should be less than 4 mW 1m2

Sterlisable handle should be provided in the centre of dome with focus adjustment.

Light should have intensity control panel should be mounted on each dome with following specification/features

( i.) Feather touch key pad

(ii.)On /Off

(iii.)Intensity control

Essential Accessories – Ten pairs of autocleavable light handles

• Should be BIS/CE/US FDA APRROVED.

3 Surgical Light source/ Head Light

Page 23 of 30

Item code

Name of Equipment Technical Specification

·Headlight with fibre-optic cable, ball joint & vertical height adjustment, front section, moveable in all directions, front part rotatable through 45 degrees to the left & right, & 45 degrees downwards (from horizontal levels) all positions self-retaining. Illuminated area adjustable with diaphragm, luminous field adjustable from 60 to 10mm light measurements above 55000 lux at 50 cm (approx). Including cushion with step snaps. Fibre-optic cable connected to the left or right side of the head band, complete with light source.

• Should be BIS/CE/US FDA APRROVED.

4 Laproscopic equipments and instruments with trolly

Item except sr. 5, 6(ii) & 7 must be from same manufacturer

1. Laparoscopic Video Monitor (High definition Television) HDTV: 1 no.

Full digital HDTV compatible, super high resolution image with stable and flicker free image quality. Large LED screen provides clear, easy –to- see image with lower power consumption.

2.Laparoscopic Camera with control unit (3 chip): HD camera: 1 no.

It should have unprecedented colour reproduction and highest degree of fidelity. It also should have horizontal image resolution. Manual and auto white balancing system.

It should have control for zoom and white balance on camera head.

3.Light source LED: 1no.

It should have high intensity for sufficient illumination of whole abdomen and compatible with HD camera. Light intensity continuously, manually adjustable.

4.Fiber optic cable (5 mm & 300 cm), Heat resistant compatable for flexible compatiable/suitable to offered telescope: 1no.

5.Full HD Video system with video recorder.

6.Laproflattor: 1 no.

Electronic CO2 laproflattor with tubings. High degree of safety, large display for status checking and powerful 35 L/min insufflations and responds to abdominal gas leaks by quickly returning to the preset level with automatic overpressure release for patient safety.

Laparoscopic suction irrigation machine or pelvis cleaner system –Laparo –pump & holder for irrigation stand reusable tube set, power supply cable, Hygine filter for aspiration, aspiration container, 3L autoclavable pack & mounting for securing aspiration container to irrigator stand & suction irrigation tube set.

7.Electro-surgical unit with accessories:

It should have high frequency surgical unit more than adequate for all surgical procedures, can set a lower limit. Power –pack system gives intelligent cutting and coagulation support for initial incisions for all situations. Bi –polar coagulation has to be included in the above unit. Sophisticated self –check program: Minimum power consumption and patient’s safety in top quality must be present. Cut control for consistent regulation of cutting quality & soft coagulation with no carbonization to reduced adhesive effect. Neutral electrode safety system. Auto start and auto coagulation during bipolar coagulation. Digital error code displays electronic memory.

8.Hand instruments for Laparoscopy:

i) Veress needle : It should be with spring action blunt style

12 cm : 1 no

10 cm : 1 no

8 cm : 1 no

ii) Trocar and cannula:

10 mm : 2 nos

7 mm : 1 no.

5 mm : 6 nos

It should consist of trocar, cannula with insufflation stopcock and multifunctional valve must have a pyramidal tip.

iii) Reducer /reduction sleeve 10mm-5mm: 1 no.and 5mm-3mm: 1no.

iv) Telescopes:

10 mm - 0deg - 1no

10mm - 30deg - 1no

5 mm - 30deg - 1no

Page 24 of 30

Item code

Name of Equipment Technical Specification

Rigid rod lens system provides good resolution and the better dept perception. It should have uniform image brightness and autoclavable. The 30deg. forward oblique angle and permits for greater latitude for viewing underlying areas under difficult anatomical conditions.

Should have sapphire tip.

v) Suction irrigation Tube

: 0 5 mm with central and lateral openings, 450mm WL-1no

: 0 10 mm with central and lateral openings, 330mmWL -1 no

vi) Laparoscopic scissors:

Curved (Monopolar Metzenbaum dissector 5mm diameter): 1 no

Straight (Bipolar) : 1no

Peritoneal scissor : 1no

vii) Unipolar forceps (Hook & spatula) : 2nos

viii) Bipolar grasper for hysterectomy, reusable , plate jaw , cidex soakable, take a part : 2nos

ix) Atraumatic forceps: Maryland Dissector forceps: : 2 nos.

Fenestrated forceps: : 2 nos.

x) Needle Holder (flat jaw) with handle : 2nos

xi) Monopolar cable (reusable) : 1no.

xii) Bipolar cable (reusable) : 1no

xiii) Allis ( double row of teeth ) grasper : 1no

xiv) Aspiration needle : 1no.

xvi) Grasping forceps (toothed & rachet 5mm) : 2nos

xvii) Laparoscopic knot pusher : 1no

xviii) Clip applicator (reusable) : 5mm - : 1no

: 10 mm : 1no

xix) Uterine Manipulator : 1no

xx) Clips( medium & large)

xxi) Drilling needle PCOD : 2no

xxii) Infiltration needle : 1no

xxiii) Biopsy forceps ( toothed punch biopsy) : 1no

xxiv) Myoma fixation screw : 2nos

xxv) Tissue morcellator with base unit & accessories : 1no

Specifications of Hysteroscopy set

1)4mm, 30deg,30 cm, autoclavable, forward oblique telescope with fibre optic light transmission, incorporates high definition with supphire tip - 1 no

2) Examination sheath 5.2mm with 1 lever lock adopter which is with above mentioned hysteroscope. - 1 no.

3)Operating sheath : Continuous flow compatible with channel for semi rigid 5 fr. operating instrument with stop cock and lever lock adopter compatible with above mentioned hysteroscope- 1 no.

4) Scissors - semirigid blunt, single jaw action 5 fr length 34 cm - 1no.

5) Biopsy and grasping forecep - semirigid durable action jaw 5 fr length 34 cm- 1 no.

6) Irrigation bag for Hysteroscope - 1 no.

3 KVA UPS for use of Laparoscopic set.

• Should be BIS/CE/US FDA APRROVED.

5 Lacroscope set for TL

Laparoscope Varise Needle: 16cm long with leur lock with outer sheath having sharp end & inner sheath with blunt end with sping action.

Trocar & cannula: 11mm cannula 17cm long having provision for gas inlet with flap valve. Trocar 20cm long with trucut sharp pointed end.

Laparoscope: 10 mm 0° laparoscope (40cm) with the inbuilt instrument channel (5mm) for band applicator with eye piece at right angle (90°) to the instrument channel. Should have provision for gas inlet.

Band Applicator: 46 cm long 3 layered, outer sheath & middle sheath & prongs to hold tube. Two finger bolts & third one for thumb.(All above should be compatible to each other)

Light Source:

LED light 100walts. Intensity to be adjusted. Visual display monitor screen to show intensity of light. Compatible fibro optic cable 1 meter long to be provided with light source. (should be compatible with above specification laparoscope.)

• Should be BIS/CE/US FDA APRROVED.

6 Flash Autoclave table top

Page 25 of 30

Item code

Name of Equipment Technical Specification

· Fast autoclaving with a sterilization time not more than 5-7 minutes of the time taken for heating and build up of correct measurement and pressure.

· Exterior indicator of cycle & dry vacuum function.

· Digital timer for wet and dry cycle

· Technical data:

a) Made stainless steel AISI - interiors.

b) Fully automatic microprocessor control.

c) Sterilization chamber, Volume 24 ltr. low water level protection.

d) Door close indication.

e) Number of cycles 5x1 Rapid.

f) Adjectival sterilization pressure/temperature time.

g) Connected load 220+/-20v, 50Hz, 16-20 KW (Max absorbed power).

· Accessories like trays (10 in nos.) lifting handle for trays (two in nos.), tray containers (two in nos.) included.

Autodrain of water to the reservoir tank

• Should be BIS/CE/US FDA/ISO APRROVED.

7 Flash Autoclave (Horizontal)

1. Portable high speed, Microprocessor controlled, rapid autoclave suitable for sterilization for unwrapped instruments using moist heat technique.

2. It should be front loading

3. Cabinet should be of zinc-coated stainless steel; stove enameled for easy cleaning and should be insulated to prevent high temperature on external surfaces.

4. Chamber should have for maximum heat conductivity and door and trays should be of stainless steel

5. It should have auto air purging facility.

i. It should have display of stage of Cycle, temperature and pressure

6. Should have the following safety features:-

a. Safety lock of door

b. Full safe pressure and temperature lock door

c. Overheat protection through forced air cooling.

d. Door interlock switch

e. Alarm indicator for error situation

f. Pressure safety valve : a certified grade mechanical Pressure valve

7. It should be supplied with essential accessories like a set of interment trays and wire basket.

8. Other technical specifications:

i. Chamber size : 16 x 24 inches (Approx.)

ii. Sterilization Temperature : 134 degree C. (Approx.)

9. The product should conform to IS/BS/International standards

10. It should have facility for use of regular tap water.

11. Should be class B type Autoclave

12.Pre-programmed cycles like : Instrument cycle 134degC, Flash cycle 134degc, Thermo sensitive products cycle 121degc,Vaccum leak test and Bowie & Disk Test cycle

13. Should have built in printer

• Should be BIS/CE/US FDA APRROVED.

8 Vertical Autoclave

Vertical Autoclave

Autoclave Control:

Microprocessor based programmable controller for temperature and time controls (fully automatic autoclave).

Digital temperature indicator with digital timer.

Material:

Complete body including Inside & Outside chambers, carrier baskets should be made up of stainless steel 304. Argon welded, grounded & polished. Thick lid and outer surface mirror polished. Should have Pressure gauge, safety valve, extra safety valve, pressure release valve, drain valve, single piece molded silicon gasket.

Chamber capacity:

100 liters with at least two carrier baskets

Working pressure & Temperature:

5-20 lbs/in2 giving a temperature of 121°C to 135°C

Alert Alarm:

Page 26 of 30

Item code

Name of Equipment Technical Specification

Low water level alarm cut off end cycle buzzer and auto reset.

MCB for on/off & general safety.

Power supply: 220-240 V, 50 Hz

• Should be BIS/CE/US FDA APRROVED.

9 Tourniquet digital Tourniquet

The Tourniquet should be an automatic one With instant increase in pressure, auto regulator to control pressure in the cuff, Should have battery back-up system automatically engaged if AC current is interrupted.

Should have computerized memory. Automatic time setting with auto alarm.

Should have microprocessor monitors and gives alarm both by audible & visual indicators.

Should have alarm for Low pressure, Low battery, Leaks, Kinks elapsed time and start up checks.

Should be able to operate either as single or double cuff (IVRA) function.

Should be provided with autoclavable tourniquet cuffs with silicone bladder single and double for baby, child & adult for arm & thigh.

Single cuff set of 5

Double cuffs set of 5

• Should be BIS/CE/US FDA APRROVED.

10 Tourniquet manual Should have alarm for Low pressure, Low battery, Leaks, Kinks elapsed time and start up checks.

Should be able to operate either as single or double cuff (IVRA) function.

Should be provided with autoclavable tourniquet cuffs with silicone bladder single and double for baby, child & adult for arm & thigh.

Single cuff set of 5

Double cuffs set of 5

11 Electric suction machine

Noiseless Suction

It should have a completely noiseless operation

1. Aspirator – which has maximum suction of –090 bar (730mm/Hg).

2. Lubrication & maintenance free pump.

3. Machine has SS Body with 4 artistic castors, 2 of which with brakes, to allow mobility.

4. Four liter jar – 2 nos., autoclavable. Each jar has double security valve with anti bacterial filter.

5. Maximum suction – 0.90 bar (730mm /hg),Flow 100 1/min

6. Electrically Operated on 230V –50/60HZ Supply.

• Should be BIS/CE/US FDA APRROVED.

12 Battery operated Drill Stainless Steel Chuck (0-6.35mm) with adaptor provided

Max. Speed 525 rpm.

Fully Cannulated (5.5mm).

Forward / Reverse facility with lock

Weight with pack 1.12 Kgs Approx

For autoclaving – drill with cap should be wrapped in towels (without battery packs)

Battery pack should be sterilized in formalin chamber. (No steam sterilization)

Should be standard quality.

Charger not to be sterilized

• Should be BIS/CE/US FDA APRROVED.

13 Fumigation machine

ULV Fumigation Machine with 360 Degree rotation base - ULV Fumigation Machine with 360 Degree rotation base is high class premium ULV fogger which will enable user to fumigate the area evenly in all corners. ULV fogger can fumigate any kind of disinfectants.

· Body : Corrosion proof Heavy duty Glass filled Nylon 66 or Plastic-- Usually all the ULV Fumigation machine are made up of similar material.

· Maximum Height : 16-35 Inches

· Outer Diameter : 17-35 Inches

· Weight : 7-10 Kgs (Approx.)

· Electric Supply : 220-240 volts Ac 50/60Hz

Page 27 of 30

Item code

Name of Equipment Technical Specification

· Single Phase A.C. Connected Load : 90-100 Watts

· Power Consumption : 1000-1200Watts / Hr. Atomizing Cap. : 20-25 ml / min

• Should be BIS/CE/US FDA APRROVED.

Features: 1) It should supply with 1 units of Environmental Decontamination System., 2) Environmental Decontamination System should have pre filter, activated carbon filter Hepa filter UV light at 253.7 nm and TIo2 Photo catalyst filter for complete removal of pollutant and Microorganisms 3) Environmental Decontamination System should be capable to treat around 4000 CuFt of area and It should have UV change indicator based on real time, online intensity monitoring.

· Light Weight And Portable

· Easy To Operate Virtually No Maintenance Required.

· Negligible Power Consumption.

· 100% Convenient

14 Cautary Machine

Electrical unit for monopolar and bipolar cutting and coagulation with automatic power control, voltage and are controlled generator for cutting three different coagulation modes, safety channel and limitation of max-power in cutting and coagulation mode.

Should have microprocessor controlled tissue feedback technology

Should adjust power level automatically dependant on tissue type

It should accept dual area and single area patient return electrode.

Power should change 1 to 40 by step of 1 W , 40 to 100 by step of 5W and 100 to max power by step of 10W for fast setting of generator

Should have randomized spray coagulation for larger area coverage

Should be upgradeable for argon delivery module

Should have digital display which should indicate true power for selected mode

Should have touch keypad for power and mode selection

Should have error indication for faulty keypad, faulty hand switch of footswitch in monopolar and bipolar.

Should operate from 190V to 260V without using external stabilizer.

Should have remote power setting facility for sterile field with conventional hand switching Pencil.

Should have following Different modes

(Cutting)Low cut:300W , Pure:300W, Blend : 200W and Endo cut: 300W

(Monopolar coagulation)Soft: 120W, Fulgurate LCF : 120W, Fulgurate HCF : 120W and Spray : 120W

(Bipolar coagulation) Micro : 70W, Standard : 70W, Macro : 70W, auto micro : 70W, auto standard : 70W,

Auto macro : 70W

Cutting:

· Monopolar autocut with automatic voltage control

· Monopolar autocut with are control, especially for cutting procedures under water like TUR, Hysteroscopy etc.

· PPS power peak system for support for initial incision and cutting

· Nominal frequency of HF voltage 350kHz

· Nominal HF 300watts at 500 ohms

· Bipolar Auto:-

· Nominal HF output 120 watts at 500ohms

· Monopolar coagulation

· Soft coagulation max 120 watts at 125 nominal frequency 350 KHZ deactivation by footswitch, hand switch or auto stop

· Forced coagulator max 120 watts at 500 ohms, nominal frequency 1 MHZ

· Bipolar coagulation:-

Should work without patient plate or patient plate error condition

· Max 120 watts at125 ohms

· Nominal frequency of 350 KHZ

· Start of coagulation by foot switch or auto start with two different values of start delay with alarm facility

· End of coagulation by foot switch or auto stop.

· Safety channel:-

· Self check for all safety related subassemblies including accessories

· NF leakage current control

· HF leakage current control

Output error control

Activation time control

Page 28 of 30

Item code

Name of Equipment Technical Specification

Patient plate mirror controls the application of the plate to the patient the correct orientation of the plate

Error display controls technical defects and operating

Should be supplied with following reusable and autoclavable accessories :

1. Patient return electrode with cable : 2 nos.

2. Hand Switching pencil : 2 nos.

3. Bipolar foreceps straight : 2 nos.

4. Bipolar foreceps Bayonet : 2 nos.

5. Cable : 2 nos

6. Monopolar two paddle foot switch : 2 nos

7. Bipolar Single paddle foot switch :1 no

8. Universal adapter : 1no

• Should be BIS/CE/US FDA APRROVED.

Should provide suitable trolley

Note: Equipment’s which are Interfaceable must be Interfaceable with NMMC HIMS ( NIC e-hospital software)

Page 29 of 30

Schedule - B FINANCIAL BID

Name of Bidder/Tenderer - M/s. ............................................................

Address of Firm - ..............................................................

................................................................

Sr.No. Name of Equipment Total Req. Qty

Estimate rate /unit (Rs)

Name of Manufacturer Rate / Equipment

(Inclusive all taxes) Rate / Equipment in words

(Inclusive all taxes)

Operation Theatre Equipment’s

1 OT light single dome 5 200000.00

2 OT light Double dome 4 880000.00

3 Surgical Light Source 7 25000.00

4 Laparoscopic equipment with trolley and instrument

3 6500000.00

5 Laparoscope for TL 5 1200000.00

6 Flash Autoclave Table top 7 1500000.00

7 Flash Autoclave (horizontal) 7 1200000.00

8 Vertical Autoclave 8 287500.00

Page 30 of 30

Sr.No. Name of Equipment Total Req. Qty

Estimate rate /unit (Rs)

Name of Manufacturer Rate / Equipment

(Inclusive all taxes) Rate / Equipment in words

(Inclusive all taxes)

Operation Theatre Equipment’s

9 Tourniquet Digital 7 25000.00

10 Tourniquet Manual 3 2240.00

11 Electric suction machine 110 20000.00

12 Battery operated drill 5 1600000.00

13 Fumigation machine 25 350000.00

14 Cautry Machine 11 147420.00

Note : Rate should be quoted Only in Indian rupees for all items which should be inclusive of all State/Central/ GST / Local Government VAT/Taxes, Custom Duties, CVD, SVD, Custom Clearance, Excise,

Octroi or any state levies. I/We agree to keep the offer valid for one year from the date of opening of financial bid.

I/We declare that we shall treat these documents and other documents connected with the work confidential and shall not communicate the information delivered there from to any person other than a person to whom we have authorized to communicate.

Signed for and on behalf of the firm (Authorized signatory of the firm)

Dated: 1. Put this paper in a separate envelope marked as a “Financial Bid” 2. Above rates include all taxes. 3. Submit the technical details of tender in the Technical Bid Envelope. Don’t put any other document, other than the financial bid in the financial bid envelope. 4. Financial bid will be opened of only those tenderers who are technically qualified.