Upload
dangngoc
View
218
Download
0
Embed Size (px)
Citation preview
4
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No. 14/1 Dr. Jivraj Mehta Bhavan Sector-10 Gandhinagar
079-23250767 23250766 23257696
E - TENDER NOTICE : 35/2016-17
Tenders are invited online for Medical Equipment /Instruments Surgical items & other Miscellaneous Industrial Products (through internet) from reputed manufacturers. For imported materials Authorized representative / dealer appointed either by parent manufacturer or its subsidiary company should submit their offer. Interested bidders are requested to submit the tender through e-tender process. All tender documents can be downloaded free from web site http://gmscl.nprocure.com Detail Tender Notice is available on website: https://gmscl.nprocure.com / http://gmscl.gujarat.gov.in and this office notice board. Sr. No. Name of item
1 Disintegrator (Hammer mill)
2 Pulverizer
3 Sifter - Vibro Sieving grading machine
4 Sifter - Vibro Sieving grading machine
5 Mass and Powder Mixer
6 Pill making – Semi auto
7 Communiting mill
8 Oscillatory Granulator Machine
9 Tablet Making Machine
10 Tablet Coating Pan
11 Tablet Counter and Filler Machine
12 Dehumidifier
13 Cone Blender
14 Capsules Loader
15 Capsule Filling Machine
16 S.S. Tank
17 Filter Press
18 Steel vessel pan
19 Gas Operated Heating Machine
20 Hydro Extractor
21 Amla Pulp Making Machine
22 Chyavnaprash Filling Machine
23 Distillation Apparatus
24 Bottle Filling, Capping and Labeling machine
25 Planetary mixer/stirrer/ Homogenizer Duration of Downloading Tender (online) : 17/11/2016 to 07/12/2016 up to 15.55 hrs.
Last date for Submission (online) : 07/12/2016 upto 16.00hrs. Last date for Physical Submission on : 08/12/2016 upto 12.00 hrs. Due date of opening of Technical Bid (online): 09/12/2016 on 12.30 hrs.
Note: Please see Revised Terms & Condition of Tender which is also available on GMSCL website.
INF – MANAGING DIRECTOR
5
U]HZFT D[0LS, ;lJ";L; SM5M"Z[XG ,LDL8[04 UF\WLGUZ
a,MS G\P !$q!4 0F"P HLJZFH DC[TF EJG4 UF\WLGUZP
_*)vZ#Z5*&)&
.v8[g0Z GM8L; G\P #5 q Z_!&v!*
GLR[ NXF"J[, TALAL ;FWGM q .g:8=]D[g8; q ;HL"S, VF.8DM DF8[ HF6LTF pt5FNSM 5F;[YL
VMG,F.G s.g8ZG[8 DFZOT[f 8[g0ZM D\UFJJFDF\ VFJ[ K[P lJN[XYL VFIFT YTF ;FWGMqVF.8DM DF8[ T[GF pt5FNS äFZF VlWS'T SZ[, 5|lTlGlW q 0L,Z VYJF D]/ pt5FNSGL
;A;L0ZL S\5GL 8[g0Z ZH] SZL XSX[P Z; WZFJTF 8[g0ZZMG[ T[VMG]\ 8[g0Z .v8[g0Z 5|lS|IF
äFZF EZJF H6FJJFDF\ VFJ[ K[P 8[g0Z 0MSI]D[g8 J[A;F.8
http://gmscl.nprocure.com 5ZYL lJGFD]<I[ 0FpG,M0 SZL XSFX[P lJ:T]T 8[g0Z
GM8L; SR[ZLGF GM8L; AM0" 5Z TYF J[A;F.8 http://gmscl.nprocure.com http://gmscl.gujrat.gov.in 5Z p5,aW K[P S|D VF.8DG]\ GFD
! 0L;.g8LU|[8Z sC[DZ DL,f
Z 5<JLZF.hZ
# ;LO8Z v JF.A|M ;LJL\U U|[0L\U DXLG
$ ;LO8Z v JF.A|M ;LJL\U U|[0L\U DXLG
5 DF; V[g0 5Fp0Z DL1FZ
& 5L, D[SL\U v ;[DL VM8M
* SdI]GL8L\U DL,
( VM;L,[8ZL U|[gI],[8Z DXLG
) 8[A,[8 D[SL\U DXLG
!_ 8[A,[8 SM8L\U 5FG
!! 8[A,[8 SFpg8Z V[g0 OL,Z DXLG
!Z 0LvCI]DL0LOFIZ
!# SMG a,[g0Z
!$ S[%;]<; ,M0Z
!5 S[%;], OL,L\U DXLG
!& V[;P V[;P 8[gS
!* OL<8Z 5|[;
!( :8L, J[;, 5FG
!) U[; VM5Z[8[0 CL8L\U DXLG
Z_ CF.0=MV[18=[S8Z
Z! VFD/F 5<5 D[SL\U DXLG
ZZ rIJG5|FX OL,L\U DXLG
Z# 0L:8L,[XG V[5Z[8;
Z$ AM8, OL,L\U4 S[5L\U V[g0 ,[A,L\U DXLG
Z5 %,[G[8ZL DL1FZ q :8=LZZ q CMDMU[GLhZ
8[g0Z OMD" 0FpG,M0GL TFZLB sVMG,F.Gf o !*q!!q!& YL _*q!Zq!&4 !5o55 S,FS ;]WL
8[g0Z :JLSFZJFGL K[<,L TFZLB sVMG,F.Gf o _*q!Zq!&4 !&o__ S,FS ;]WL
8[g0Z :JLSFZJFGL K[<,L TFZLB sOLhLS,f o _(q!Zq!&4 !Zo__ S,FS ;]WL
8[SGLS, AL0 BM,JFGL TFZLB sVMG,F.Gf o _)q!Zq!&4 !Zo#_ S,FS GM\W o 8[g0ZGL ;]WFZ[, 8d;" V[g0 Sg0LXG HLPV[DPV[;P;LPV[, GL J[A;F.8 p5Z 56 HMJF
lJG\TL K[P
DFlCTL v D[G[HL\U 0LZ[S8Z
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
1 SIGNATURE & STAMP OF TENDERER
Tender Document for
Medical Equipments, Surgical items,
Hospital Furniture & Other
Miscellaneous Items
Gujarat Medical Services Corporation Limited
Reg. office: Block No. 14/1, Dr. Jivraj Mehta Bhavan,
Sector-10, Gandhinagar- 382 010.
Tel: 079-232-50767, Fax: 079-23257586 https://gmscl.gujarat.gov.in https:/gmscl.nprocure.com
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
2 SIGNATURE & STAMP OF TENDERER
Table of Contents
SR. NO. SECTION DESCRIPTION PAGE NO.
i. Section 1 Inviting Tender 4
ii. Section 2 Instruction to Bidders 5
iii. Section 3 Eligibility Criteria for Bidders 6
iv. Section 4 Contents of Bidding Documents 8
v. Section 5 Technical & Commercial offers (Part I & II)
11
vi. Section 6 General Terms and Conditions 16
vii. Section 7 Terms of Contract 24
viii. Section 8 Appendix-List of Abbreviation 38
ix. Section 9 Annexures (A to Y) 39
x. - Primary Scrutiny Sheet 79-80
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
3 SIGNATURE & STAMP OF TENDERER
LIST OF ANNEXURES
S NO. DESCRIPTION PAGE NO.
1. ANNEXURE-A Verification, undertaking, check list & documents 39
2. ANNEXURE-B Schedule of documents attached 41
3. ANNEXURE-C Bidding schedules 44
4. ANNEXURE-D EMD FORM 45
5. ANNEXURE-E Declaration of ownership 46
6. ANNEXURE-F Declaration of I.S.O. Marked goods 47
7. ANNEXURE-G Higher Price / Lower Price Certificate 48
8. ANNEXURE-H Commercial bid for indigenous articles 49
9. ANNEXURE-I Commercial bid for imported articles 50
10. ANNEXURE-J Commercial bid for comprehensive maintenance
contract
51
11. ANNEXURE-K Authorization latter for imported equipment 52
12. ANNEXURE-L Manufacturing Experience Certificate for last Three
Years
54
13. ANNEXURE-M Annual Turnover Statement for Last Two Years 55
14. ANNEXURE-N Affidavit for quoting other manufacturer’s
accessories
56
15. ANNEXURE-O BANK GUARANTEE FORM 57
16. ANNEXURE-P SD AGREEMENT 60
17. ANNEXURE-Q CMC AGREEMENT FORM 63
18. ANNEXURE-R Govt. of Gujarat, Finance Dept. GR on SD / EMD 71
19. ANNEXURE-S Important Point to be verified before submission of
tender
72
20. ANNEXURE-T Common deficiency observed in the Primary
Scrutiny of the Tender document
73
21. ANNEXURE-U Format for Declaration by the Bidder regarding
Qualification.
74
22. ANNEXURE-V Production Capacity Declaration and Undertaking 75
23. ANNEXURE-W Format for Statement of Plant & Machinery 76
24. ANNEXURE-X Format for List and rates consumables 77
25. ANNEXURE-Y Bank Details for RTGS 78
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
4 SIGNATURE & STAMP OF TENDERER
Section - 1
1. Inviting Tender
Gujarat Medical Services Corporation Limited (GMSCL),
Reg. office : Block No. “14”, 1st Floor,
Dr. Jivraj Mehta Bhavan,
Sector No. 10, Gandhinagar-382 010
https://gmscl.gujarat.gov.in https://gmscl.nprocure.com
1.1 TENDER ENQUIRY NO.: 35/2016-17
GMSCL on behalf of Government of Gujarat invites tender online for Supply of
Medical Equipments, Hospital furniture, Surgical Items & Other miscellaneous
items mentioned below on rate contract or quantity basis as detail mentioned in
the tender details as stated in Section-5 from reputed manufacturers / direct
importers or subsidiary of original foreign manufacturer.
S.
No Name of item(s)
Total
Quantity
Tender Tender
Fee in Rs.
EMD Amount
in Rs.
(1) Disintegrator (Hammer mill) 1 No. 1,500 9,000/-
(2) Pulverizer 1 NO. 1,500 9,000/-
(3) Sifter - Vibro Sieving grading machine 1 No. 1,500 6,000/-
(4) Sifter - Vibro Sieving grading machine 1 NO. 1,500 6,000/-
(5) Mass and Powder Mixer 3 NOS. 1,500 18,000/-
(6) Pill making – Semi auto 2 Nos. 1,500 12,000/-
(7) Communiting mill 1 No. 1,500 6,000/-
(8) Oscillatory Granulator Machine 1 No. 1,500 6,000/-
(9) Tablet Making Machine 2 Nos. 1,500 24,000
(10) Tablet Coating Pan 1 No. 1,500 3,000/-
(11) Tablet Counter and Filler Machine 1 No. 1,500 9,000/-
(12) Dehumidifier 4 Nos. 1,500 12,000/-
(13) Cone Blender 2 Nos. 1,500 6,000/-
(14) Capsules Loader 2 Nos. 1,500 6,000/-
(15) Capsule Filling Machine 2 Nos. 1,500 6,000/-
(16) S.S. Tank 2 Nos. 1,500 18,000/-
(17) Filter Press 2 Nos. 1,500 6,000/-
(18) Steel vessel pan 4 Nos. 1,500 18,000/-
(19) Gas Operated Heating Machine 2 Nos. 1,500 24,000/-
(20) Hydro Extractor 3 Nos. 1,500 18,000/-
(21) Amla Pulp Making Machine 1 No. 1,500 3,000/-
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
5 SIGNATURE & STAMP OF TENDERER
(22) Chyavnaprash Filling Machine 1 Nos. 1,500 3,000/-
(23) Distillation Apparatus 2 Nos. 1,500 6,000/-
(24) Bottle Filling, Capping and Labeling
machine 2 Nos. 1,500 18,000/-
(25) Planetary mixer/stirrer/ Homogenizer 2 Nos. 1,500 12,000/-
1.2 Key Dates
Sr. No. Description Schedule i. Downloading Tender Document (On Line) From 17/11/2016 to
07/12/2016 upto 15.55 hrs.
ii. Pre bid Meeting dated on -- iii. Due date and Time of Submission (On Line) 07/12/2016 16.00 hrs. iv. Envelopes containing the “Technical
Supporting Documents”, inclusive of the “Tender Fee”, “EMD Fee” to be submitted physically
on or before 08/12/2016 12.00 Hrs at office
address
v. Date and Time of Technical bid Opening (On Line)
09/12/2016 12.30 hrs.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
6 SIGNATURE & STAMP OF TENDERER
Section - 2
2. Instruction to Bidders for Online Tender Participation
2.1 All tender documents can be downloaded free from the website
https://gmscl.gujarat.gov.in and https://gmscl.nprocure.com
2.2 All bids should be submitted online on the website
https://gmscl.nprocure.com
2.3 All bids should be digitally signed, for details regarding digital signature
certificate and related training involved the below mentioned address should
be contacted
(n)Code solutions
A division of GNFC
301, GNFC Infotower, Bodakdev,
Ahmedabad- 380 054 ( India )
Tel : +91 79 26857316/17/18
Fax: +91 79 26857321.
www.ncodesolutions.com
2.4 The user can get a copy of instructions to online participation from the
website https://gmscl.nprocure.com
2.5 The suppliers should register on the website though the “New Supplier” link
provided at the home page, the registration on the site should not be taken as
registration or empanelment or any other form of registration with the
tendering authority
2.6 The application for training and issue of digital signature certificates should
be made at least 72 hours in advance to the due date and time of tender
submission.
2.7 For all queries regarding use of digital signature certificate should be
addressed to personnel in M/s (n) Code Solutions.
2.8 For all queries regarding tender specifications and any other clauses included
in tender document should be addressed to personnel in tendering office at
GMSCL, Gandhinagar.
2.9 The tenderer should invariably submit his tender in three sealed covers
separately namely [1] Tender Fee, [2] E.M.D. covers [3] Technical Supporting
Documents Cover.
2.10 The scanned copy of complete Bid document filled and signed on each
page as per tender terms & condition and other requirements shall have
to be electronically uploaded on website https://www.nprocurement.com
as well as submit physically within the prescribed Bid submission period.
All online uploaded documents must be same as that are physically
submitted.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
7 SIGNATURE & STAMP OF TENDERER
Note:
The tenderer should read this document very carefully and comply with
the instructions / terms / conditions therein. Any tender which does not
confirm with the instruction / terms / conditions therein is liable to be
rejected without any reference.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
8 SIGNATURE & STAMP OF TENDERER
Section - 3
3. Eligibility Criteria for Bidders
Supply of Medical Equipments, Hospital furniture, Surgical Items & Other
miscellaneous items on rate contract or Quantity basis as mentioned in the tender
details section is invited online (internet). Following being the eligibility criteria:
3.1 Tenderer must be an Indian Manufacturer or Authorized Distributor for
imported item or Subsidiary of original foreign manufacturer.
3.2 (a) The Indian manufacture should have experience of manufacturing and
selling of quoted product for three financial years preceding the date of
opening of technical bid. For this purpose, they have to submit Chartered
Accountant’s certificate in original, showing year wise production and sales
for quoted product for last three years. (Format at Annexure-L)
(b) The tender should be submitted only by manufacturers. However, their
authorized dealer shall be allowed delivery of stores. Submission of tender /
billing by authorized distributor / dealer will not be considered.
3.3 In case of imported component (equipment – materials), the authorized
representative or dealer shall be allowed to quote the tender. But such
authorized representative or dealer should be a regular supplier of products
of that manufacturer for last three years preceding the date of Technical Bid.
And also the notarized authority letter should be submitted by original
manufacturer duly filled in prescribed format (As per Annexure-K) with
tender documents otherwise tender will be ignored.
In connection with above (3.3), in cases where authorized distributor / dealer
participates in the tender, following additional terms will be applicable and its
supporting documents must be submitted;
3.3.1 Notarized copy of the agreement between manufacturer and bidder
authorizing the bidder to be the authorized distributor of the
manufacturer.
P.S.: The bidder would have to submit notarized copy of the initial
agreement with the manufacturer wherein he was made an authorized
dealer of the company. Also, he would be required to submit notarized
copy of extension of agreement (if any) to prove that he is authorized
agent at the time of submitting tender papers.
3.3.2 Notarized copies of at least 3 supply orders and satisfaction reports from
the users for any of the product of the manufacturer company (whose
product has been quoted) supplied by the bidder during immediate past 3
years preceding the last date of tender.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
9 SIGNATURE & STAMP OF TENDERER
3.3.3 Notarized authorization from the manufacturer that the bidder is
authorized to provide after sales services and spare parts / consumable
support for the entire duration of the contract including Warranty and
CMC of the product.
3.3.4 Notarized certificate from manufacturer that particular division of its
subsidiary dealing with the product in question is not participating
directly in any tender across the country since immediate past one year
(at least) prior to the last date of this tender or if subsidiary company
does not exist in India, notarized certificate from manufacturer that it
does not have subsidiary company in India.
3.3.5 If the bidder is the exclusive entity in India floated by the foreign
manufacturer to trade in the product manufactured by it, a notarized
certificate from manufacturer regarding the same would suffice and
documents pertaining to authorized distributor or subsidiary company
can be dispensed with. The bidder will however, have to produce
documents mentioned in clause 3.3.2, 3.3.3
3.4 In case a subsidiary company of a foreign manufacturer is participating in
tender process, it will have to produce documents that they are 100%
subsidiary company of their foreign manufacturer whose item / instrument
is quoted.
3.5 Indian/Foreign manufacturer should have manufacturing license. For Indian
manufacturer, Industrial license / I.S.I. Certificate / Factory Inspectors
license / Product permission {if applicable}/ Registration certificate with
C.S.P.O./ S.S.I./ K.V.I.C./ N.S.I.C./ D.G.S.&D {whichever is applicable} of quoted
product should be provided.
3.6 Tenderers who have been blacklisted/ debarred by tender inviting authority
or by any other State Government or Central Government department/
Organization shall not be allowed to participate in the tender process during
the period of blacklisting / debarment.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
10 SIGNATURE & STAMP OF TENDERER
Section - 4
4. Contents of Bidding Documents
4.1 Tender Fee and EMD Cover
4.1.1 Payment should be made by Demand Draft (DD) or Bank Guarantee (BG),
payable at Gandhinagar or Ahmedabad at any Nationalized / schedule
bank.
4.1.2 EMD should be paid in form of Demand Draft in favor of Managing
Director, GMSCL, Gandhinagar drawn on any bank in Gandhinagar OR
irrevocable Bank Guarantee issued by Nationalized Bank including the
Public Sector Bank / Private Sector Bank / Regional Rural Bank of
Gujarat / Co-operative Bank of Gujarat mentioned in G.R.No.
EMD/10/2015/508/DMO, Dt. 27/04/2016 of Finance Department, Govt.
of Gujarat as amended from time to time will be followed. The DD/BG
should be issued by bank after the date of advertisement of tender
enquiry.
4.1.3 Bank Guarantee will be accepted in case, where amount of EMD exceeds
Rs. 5000/- B.G. should be valid up to 6 month from the date of its
issuance. E.M.D. in any other form will not be accepted.
4.1.4 Payment should be made in favor of "Managing Director, Gujarat
Medical Services Corporation Limited" Gandhinagar, Gujarat, India.
4.1.5 Payment made toward Tender Fee will not be refunded
4.1.6 Non-payment of the Tender Fee will make the tenderer liable for
disqualifications.
4.1.7 EMD would be refundable under following conditions:
a) Tender is closed at any stage of procurement
b) Rejection of bid at primary or technical scrutiny level
c) After issuance of A.T. or RC
4.1.8 Non- payment of the EMD will make the tenderer liable for
disqualifications.
4.1.9 Those tenderers who are exempted for payment of Tender Fee and EMD
must enclose necessary documents like SSI Registration [of Gujarat State]
along with NSIC / DGS&D / CSPO Registration for item under tender
enquiry.
(a) The bidder belonging to SSI (Small, Tiny and Cottage industry as per
GR No. SPO/102015/691093/CH, dated 03/06/2016 issued by
Industries & Mines Department, Govt. of Gujarat and as may be
amended from time to time) category desirous of availing benefits of
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
11 SIGNATURE & STAMP OF TENDERER
price preference / price matching as well as EMD, Tender fee
exemption and other such benefits being SSI as per Government of
Gujarat Policy, shall have to submit notarized copy of their valid Small
Scale Industry Registration as well as submit certificate from
Practicing Chartered Accountant or Practicing Company Secretary
that the unit / bidder still continues to be Small Scale, Tiny / Cottage
Industry as on last date of submission of bid, along with latest audited
annual balance sheet and investment in plant and machinery to be
certified by the same professional.
(b) For getting exemption from paying EMD, tenderers have to furnish
valid and certified documents along with tender. Otherwise tender
will be rejected.
4.1.10 Those firms registered under small scale industries of Gujarat State and
holding subsequent registration with CSPO/NSIC for the item under
tender will be eligible for exemption from payment of Tender Fee and
EMD on submission of attested copies of their SSI & CSPO / NSIC /
DGS&D registration certificates. Participants not covered under this
category shall have to pay Tender Fee and EMD compulsorily as
prescribed, failing to which the tender will be treated as rejected at the
time of opening of Bid. In such cases, Technical Bid as well as Commercial
Bid will be ignored. Any basic document with regards to Tender Fee and
EMD will not be acceptable after closing time of tender.
4.1.11 Wrong / Fraudulent data submission may lead to disqualification /
debarment. Please ensure that you furnish correct data.
4.2 Technical Bid Submission
4.2.1 The envelope should be marked as "Technical Supporting Documents". It
should be noted that no physical submission of commercial bid should be
done.
4.2.2 If the tenderer fail to submit the supporting documents offline within the
stipulated time limit, the tenderer is liable for immediate disqualification.
4.2.3 The bids should be submitted on or before the time stipulated in Tender
notice at the website https://gmscl.nprocure.com
4.2.4 The physical submission of technical supporting documents may be done
at the following address:
Gujarat Medical Services Corporation Limited,
Ground Floor, Block No. 14,
Dr. Jivraj Mehta Bhavan, Sector-10, Gandhinagar-382 010
Tel: 079-232-50767, 57696, Fax: 079-23257586
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
12 SIGNATURE & STAMP OF TENDERER
4.3 Commercial Bid Submission
4.3.1 The commercial bid submission should be done on the website only
https://gmscl.nprocure.com
4.3.2 The bids should be submitted on or before the time stipulated in tender
notice at the website https://gmscl.nprocure.com
4.3.3 Any type of price (EXCEPT PRICE OF CONSUMMABLES ETC.
SPECIFICALLY ASKED FOR IN THE TENDER AND WHICH ARE NOT TO
BE USED FOR THE PURPOSE OF TENDER EVALUATION/ PRICE
COMPARISON) should not be disclosed in physical documents otherwise
bid will be rejected.
Note:
No tender will be accepted after prescribed closing time for submission
of the same. The delay will not be condoned for any reason whatsoever
including postal/transit delay. However, if the last date of submission of
tenders is declared as a holiday by the Government, the last date of
submission of tenders will be extended to the next working day.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
13 SIGNATURE & STAMP OF TENDERER
Section - 5
5. TECHNICAL & COMMERCIAL OFFERS (PART- I & II)
5.1 Technical Bid (Part-I)
5.1.1 No modification should be done by the tenderer in the name of item, and
in the specifications / grade / quality / packing of the item given in the
enquiry document. In Part-I (Technical Bid) all information asked /
required including specification available in offered models should be
mentioned clearly. Additional specifications / features if any available in
the offered models shall be provided in additional sheet. In Part-II, the
rates, with break up shown in the formats provided with the tender
documents to be quoted. For INDIGENOUS ARTICLES rates to be quoted
in prescribed format of Commercial Bid Part-II (A) and for IMPORTED
ARTICLES rates to be quoted in prescribed format of Commercial Bid
Part-II (B). Nothing else should be written or filled in either Part I/II.
5.1.2 In Technical Bid (Part-I) document required and relevant information
including specification available in offered models should be mentioned
clearly. Additional specifications / features (if any) available in the
offered models shall be provided in additional sheet.
5.1.3 In case any item is required as an essential accessory for operating the
equipment, it must be mentioned clearly in technical bid (Part-I) and its
rate must be included in the rates for the equipment in commercial bid
(Part-II). If no mention of such essential accessories is made in technical
bid (Part-I), it will be presumed that the cost of essential accessories is
included in commercial bid (Part-II) and no separate payment for the
same will be made thereafter under any circumstances.
5.1.4 If any accessory is demanded as mandatory in the tender enquiry, under
no circumstances it should be shown as an optional accessory and
quoted separately. The offered product price must include the
accessories required for operation of the instrument and no separate
payment will be made even if such an accessory is not included in the
quotation.
5.1.5 Only those accessories which are specifically recommended by the
manufacturer of the instrument / equipment should be offered as part of
the equipment and under no circumstances a cheaper variety of an
accessory not approved / recommended by the manufacturer should be
offered.
5.1.6 The detailed required specifications of the equipment to be purchased
are shown in Technical Bid. The tenderer should either confirm whether
the items offered are conforming to these specifications clearly OR
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
14 SIGNATURE & STAMP OF TENDERER
specifications available in offered product should show against each
specification along with name of manufacturer, Brand / Model only in the
format provided in technical bid. Please note that tenderer should not
write 'As per Literature enclosed'. In such a case, offer shall not be
considered. Offers with minor deviation in non-critical specification shall
be considered subject to overall acceptability of products in terms of its
utility, but offer which does not comply to critical specifications shall not
be considered.
5.1.7 The Tenderer should arrange for demonstration of equipment offered as
and when desired at their expense failing which tender shall liable to be
ignored. In case where samples are required to be submitted, it should be
kept ready and submitted as and when demanded in duly sealed pack
superscribed with details of tender enquiry No, due Date, Name and
address of tenderer, make/Model etc. failing which offer shall liable to be
rejected. In case the tender value of Rs. 50.00 lac and above, it will be
mandatory to have demonstration. If the equipment is not installed
anywhere in the State of Gujarat and the tenderer requests on arranging
for the demonstration in other state of India, the Managing Director
GMSCL shall have the authority to decide on demonstration considering
opinion of the experts.
5.1.8 No conditional offer / quotation will be accepted. Quotations with errors
will be, rejected. No variation in the terms and conditions of the tender,
including major deviation from standards / specifications / terms of
supply will be accepted.
5.1.9 If during Technical scrutiny, it comes to the notice of experts' committee
that the literature submitted by the bidders does not reflect one or more
parameters sought in specifications, the committee shall resort to
following course of action:
5.1.9.1 The bidder would have to demonstrate the said product before
the expert committee including each and every aspect of
specifications and particularly the specifications sought which are
not reflected in literature. The said demonstration would be
videographed. A Soft copy of the said videography should be
sealed and signed by the expert committee and submitted to
GMSCL along with TS/Demo report. The cost of such videography
would be borne by the bidder.
5.1.9.2 The bidder would have to submit undertaking in form of affidavit
that quoted product contain specifications sought in totality and
all parameters of specifications would be available in the quoted
model to be supplied, if his product will be accepted.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
15 SIGNATURE & STAMP OF TENDERER
5.1.9.3 Failing above, the Technical Scrutiny committee can reject the said
bid.
5.1.10 The legible and certified copies of the following Technical supporting
documents must be submitted physically.
i. Manufacturing license.
ii. Copy of the Partnership deed (if manufacturer) / Memorandum of
Articles {whichever is applicable}.
iii. I.S.O. certificate along with the declaration of manufacture of the item in
the location certified by I.S.O. in the prescribed format {I.S.O. Certificate
& Declaration is mandatory if asked in Technical Specification}. Format
at Annexure –F
iv. Original Product literature / Photograph mentioning all technical
specifications & service Manual if the unit price exceeds Rs.10,000/-
v. I.S.I. Certificate (mandatory if asked in Technical Specification)
vi. Affidavit of Higher / Lower Price Certificate on Non Judicial Stamp paper
worth Rs.50/- (Format at Annexure - G)
vii. Valid Tax clearance certificate or returns of last 4 quarters.
viii. List of Installations / Users / Customers with Copies of invoices,
delivery challan and satisfaction report from at least 2 healthcare
institute in India must be provided for the quoted product.
ix. List of essential accessories required to operate the equipment.
x. Chartered Accountant’s certificate in original for showing year wise
production and sales for quoted product for last three years preceding
of opening of technical bid. {Please refer to condition-6.1} Format at
Annexure-L
xi. Notarized authority letter in prescribed format for imported
components and supporting document. {Please refer Condition No. 3.3.1
to 3.3.5}
xii. Turnover Certificate: Bidder firm has to submit Turnover certificate of
CA for last three years [i.e. (i) 2012-13, 2013-14, 2014-15 for tender
floated on or before 30th September, 2016 and (ii) 2013-14, 2014-15,
2015-16 for tender floated after 30th September, 2016] Format at
Annexure-M
xiii. Affidavit for other manufacturer’s accessories / attachment. Format at
Annexure-N
xiv. IEC Certificate for imported items.
xv. (a) Notarized copy of valid Small Scale Industry Registration.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
16 SIGNATURE & STAMP OF TENDERER
(b) Notarized copy of Certificate from Practicing Chartered
Accountant or Practicing company Secretary that the unit / bidder
still continues to be Small Scale, Tiny/ Cottage Industry as on last
date of submission of bid.
(c) Notarized copy of latest audited annual balance sheet and
investment in plant and machinery to be certified by the same
professional. Format for Statement of Plant & Machinery is attached
at Annexure – W
(d) Certificate / documents mentioned in above {xvi} – (b & c) should
be from same professional.
xvi. Format for Declaration by the Bidder regarding Qualification is attached
at Annexure – U.
xvii. Format for Production Capacity Declaration is attached at Annexure –V
xviii. All photocopies must be submitted as duly notarized.
Note : If these certificates are submitted but in a format different than that
mentioned in respective Annexures, they are liable to be rejected without
further reference. Documents shown at {i}, {ii}, {iii}-{certificate part}, {v}, {vi}
and {vii} above should be in the format prescribed by the concerned authorities
competent to issue these certificate.
5.2 Commercial Bid (Part-II)
5.2.1 In Part-II, the rates, with detailed break up should be quoted as per the
prescribed format of the tender documents. For INDIGENOUS ARTICLES
rates to be quoted in prescribed format of Commercial Bid Part-II (A) and
for IMPORTED ARTICLES rates to be quoted in prescribed format of
Commercial Bid Part-II (B). Nothing else should be written or filled in
either Part I/II.
5.2.2 The rates should be quoted in Part-II (A or B as applicable) should be
F.O.R. delivery with installation on per unit basis mentioned in the tender
enquiry document and should be comprehensive incorporating the cost
of the instrument / equipment and accessories required as part of the
equipment and shown as such in the enquiry document.
5.2.3 As per Govt.’s prevailing purchase policy, an order / price preference
shall be available to Gujarat based SSI / TINY / COTTAGE Industries
registered for quoted items subject to providing required documents like
respective registration certificate issued by concerned authority. For this
purpose, guidelines given by the Govt. of Gujarat, Industries and Mines
Dept., resolution GR No. SPO/102015/691093/CH, dated 03/06/2016
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
17 SIGNATURE & STAMP OF TENDERER
amended from time to time will be followed. In such a case the decision
of Purchase Committee shall be final and implemented forthwith.
5.2.4 The rates shown in Part-II (Commercial Bid) shall be presumed, in all
cases, as the net price inclusive of all duties and sundries. No payment
against any duty / delivery charges etc., will be considered under any
separate heading under any circumstances. Octroi exemption certificate
/ C.S.T. / VAT as applicable will be provided by the consignees, on such
request from the tenderer, after the order has been placed by this office
subsequent to acceptance of the tender / quotation.
5.2.5 In no case, rates should be quoted anywhere else except online in part-II
i.e. commercial bid (EXCEPT PRICE OF CONSUMMABLES ETC.
SPECIFICALLY ASKED FOR IN THE TENDER AND WHICH ARE NOT TO
BE USED FOR THE PURPOSE OF TENDER EVALUATION/ PRICE
COMPARISON).
5.2.6 The quoted rates will be valid for six months from the date of opening of
technical bid. Rates once quoted will be final and will not be allowed to
be increased during the validity period under any circumstances and for
any reason whatsoever.
5.2.7 Tender currencies: The tenderer supplying indigenous goods or already
imported goods shall quote only in Indian Rupees. Only for imported
goods if supplied directly from abroad, prices shall be quoted in any
freely convertible currencies say USD, Euro, GBP or Yen. Regarding
price(s) for allied services, if any, required with the goods, shall be
quoted in Indian Rupees only if such services are to be performed
/undertaken in India.
5.2.8 Conversion of tender currencies to Indian Rupees: In case tenderers
quote their prices in different currencies, all such quoted prices of the
responsive tenderers will be converted to a single currency viz., Indian
Rupees for the purpose of equitable comparison and evaluation, as per
the exchange rates established by the Reserve Bank of India, as on the
date of ‘Commercial bid opening of the said tender’.
5.2.9 The CMC price should be filled in Commercial Bid only. The CMC cost will
be taken into consideration for price comparison at annualized discount
rate of 8% (rounded off to 2 decimal places) as per the formula given
below.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
18 SIGNATURE & STAMP OF TENDERER
Formula:
Prices for Bid Evaluation = FORD price for one Unit + (0.78 x CMC for 1st
year after Warranty) + (0.72 x CMC for 2nd year after Warranty) + (0.66 x
CMC for 3rd year after Warranty) + (0.61 x CMC for 4th year after
Warranty) + (0.56 x CMC for 5th year after Warranty)
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
19 SIGNATURE & STAMP OF TENDERER
Section - 6
6. GENERAL TERMS AND CONDITIONS
6.1 In case of quoted accessories/ attachments of whole equipment is not
manufactured by the same manufacturer (main equipment manufacturer),
then the tenderer has to make affidavit (on Rs. 100/- Non-Judicial Stamp
Paper) stating that the responsibility of Warranty, CMC and post-sale services
of quoted accessories/other attachments would lie with the tenderer.
Tenderer should also state in affidavit that, “the quoted
accessories/attachment are original. If any accessory/attachment etc. are
duplicate or fake, the firm will be liable to be debarred or blacklisted by
GMSCL”. (Format at Annexure-N)
6.2 In case where item is required with ISI Mark, manufacturing and selling
experience of product having ISI mark will only be considered. But, in such a
case, notarized copies of license to use ISI mark for last one year as well as
latest and valid license are to be submitted with tender. The license should
be valid during the period of rate contract. It will be the sole responsibility of
R.C. Holder to ensure that necessary certificate and permission must be valid
till the expiry of the Rate Contract.
6.3 In no case the certificate should be dated earlier than one year {unless
otherwise specified} and should be in force and valid on the last date of the
submission of the tender / signing of the agreement {as the case may be}. In
case, the certificates / licenses / permission are outdated or the validity
period is over, the proof of applying for renewal should also be attached.
Such certificates will be considered if the renewal has been applied for within
the time limit prescribed for the renewal of that permission / license /
certificate under the relevant rules and further if such application for
renewal is not specifically rejected by the competent authorities. In case any
certificate is still awaited from the competent authority, the proof of making
the application should also be attached which will be considered if the
application is not specifically rejected by the competent authorities.
6.4 The tenderer must satisfy that they are in possession of the requisite
permissions / licenses / permits required for the supply of the items for
which the offer is made. Failure to enter into contract if selected or to execute
the purchase orders after entering into contract for want of permission /
license or due to non-supply of certificates / documents will be viewed
seriously and will invite forfeiture of E.M.D. / risk purchase / disqualification
for 2 years without any further reference.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
20 SIGNATURE & STAMP OF TENDERER
6.5 The tenderer has to submit all the required details / documents and sample
etc. with the tender. No Compliance will be accepted and considered after
due date i.e. opening of technical bid.
6.6 The tenders will be opened online on the date, time specified in tender notice.
6.7 In the first instance, only "Technical bid" will be opened online on the date of
opening the tender and taken into consideration for finalization.
Subsequently, the "commercial bid" will be opened online only for those
tenderers whose quotations satisfy the technical requirement of the indenter
and are otherwise acceptable.
6.8 Back out from tender at any interim level during tender processing:-
Once the tenders are submitted it will be the responsibility of the tenderer
not to escape halfway directly or indirectly by way of raising any problems.
6.9 The technical scrutiny of the items will be carried out by a committee of
experts nominated by The Commissioner of Health or The Managing
Director, which may also include demonstration / sample testing and the
report of the scrutiny committee shall be final and binding upon the tenderer,
however Managing Director, GMSCL Gandhinagar reserves the right to
undertake re-technical scrutiny and re-demonstration of the equipment as
and when required as per the merits of the case as per Board of Director’s
resolution Dt.11th February, 2014. In case there is a discrepancy in the claim
made by the tenderer and the specifications shown in the product literature /
circuit diagram / photograph, reliance will be placed on the specifications
shown in the product literature / circuit diagram photograph, ignoring the
claim of the tenderer.
6.10 Any change or alteration in the product literature / circuit diagram/
photograph must be authenticated by the manufacturer and an affidavit from
the manufacturer for supplying the item as altered or changed should also be
submitted failing which such changes / alterations will be ignored.
6.11 The E.M.D. / Security Deposit shall be liable to be forfeited in the
following circumstances when the:
i. Tender is rejected due to failure to supply the requisite documents in
proper format or giving any misleading statement or submission of
false affidavit or fabricated documents.
ii. Party fails to sign the agreement for entering into contract in case the
offer is accepted due to any reason whatsoever;
iii. Party fails to supply the goods / items as per the orders placed by either
this organization or by direct demanding officers within the delivery
period so stipulated.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
21 SIGNATURE & STAMP OF TENDERER
iv. Party fails to replace the goods declared to be not of standard quality or
not conforming to acceptable standards or found to be decayed / spoilt
before the date of expiry or to refund the cost of such goods.
6.12 If any tenderer wishes to lodge any complaint against the other tenderer
regarding submission of false documents, information etc., The tenderer has
to submit the complaint before price bid opening along with deposit of Rs.
1,00,000 (Rupees One Lac only). The amount so deposited shall be refunded
if after scrutiny the complaint is found to be true by the Managing Director.
However, if the complaint is found to be false and malafide the deposit will be
forfeited. No interest shall be paid against this deposit. Any complaint
received after price bid opening will not be entertained. The facts relating to
all such complaints as well as action taken thereof have to be produced
before the respective purchase committee for its consideration.
6.13 The tender is liable for rejection due to any of the reasons mentioned
below:
i. Non-Submission of tender within stipulated time online.
ii. Submission of tender without Tender Fee.
iii. Tender is unsigned OR not initialed on each page or with
unauthenticated corrections.
iv. Submission of tender documents in unsealed envelope.
v. Tender not submitted in separate envelopes as per conditions and the
envelopes are not superscribed with details of the tender enquiry and
part enclosed.
vi. Non-payment of Earnest Money Deposit {if not exempted.}
vii. Non-submission of required documents as shown at 5.1.10
viii. Conditional and / or vague offers
ix. Unsatisfactory past performance of the tenderer.
x. Rates have been shown elsewhere than Commercial bid.
xi. Items with major changes / deviations in the specifications / standard /
grade / packing / quality are offered in Technical bid.
xii. Offering a cheaper accessory not approved / not recommended by the
manufacturer.
xiii. Offering an accessory as optional even though it is required to operate
the instrument.
xiv. Submission of misleading / contradictory / false statement or
information and fabricated / invalid documents.
xv. Tenders not filled up properly.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
22 SIGNATURE & STAMP OF TENDERER
xvi. Non-submission of notarized authority letter in prescribed format for
imported components and supporting documents as per condition no.
3.3.
xvii. Non-submission of IEC Certificate for imported items.
xviii. Non-submission of C.A. Certificate in case of Indian manufacturer.
xix. Non-submission of CMC Rates in prescribed format (in Commercial
Bid).
xx. Non-submission of Turnover Certificate.
xxi. A) Non-submission of Notarized copy of valid Small Scale Industry
Registration.
B) Non-submission of Notarized copy of Certificate from practicing
Chartered Accountant or practicing Company Secretary that the unit /
bidder still continues to be Small Scale, Tiny / Cottage Industry as on
last date of submission of bid.
C) Non-submission of notarized copy of latest audited annual balance
sheet and investment in plant and machinery.
D) Non-submission of certificate / documents mentioned above in {xxi}
– (B & C) from same professional.
xxii. Online uploaded documents and physically submitted documents are not
same.
xxiii. Non submission of documents mentioned in List of Annexures wherever
applicable.
6.14 Any conditional discount given by the bidder such as discount applicable on
total order value, minimum order value on certain group of items etc. will not
be considered for evaluation purpose. However, for ordering purpose, such
discount shall be considered.
6.15 Discount offered after price bid opening shall also not be considered for
evaluation. However in a case tenderer happens to be a selected bidder
(without considering discount) such discount shall be considered while
placing the order.
6.16 The consolidated rates will be taken into account for preparing price
statement. However, the tender which is found to be technically acceptable
as well as lowest in terms of evaluated rates only be considered for placing
the order but, order will be placed at quoted or mutually agreed price.
6.17 The Managing Director may seek any clarification / explanation /
documentary evidence related to offer at any stage from tenderers if
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
23 SIGNATURE & STAMP OF TENDERER
required. However any clarification / explanation or documentary evidence
leads to implication on quoted price, it shall be considered only for placing
the order but not for price evaluation.
6.18 The Managing Director, GMSCL Gandhinagar reserves the right to consider
or reject any or all tenders or close the tender enquiry without assigning any
reason at any point of time, at any stage.
6.19 Main / Parallel / Substitute R.C. for procurement of stores will be fixed as per
G.R. No.MSP-102004-3342-Z, Dtd.06-11-2003 & 04/10/2006 of Health &
Family Welfare Department, Gandhinagar.
6.20 The respective purchase committee of GMSCL does not pledge itself to
accept the lowest or any tender and also reserves the right to accept the
whole or any part of the tender against any item at its discretion. The tender
will be accepted if the MD GMSCL / purchase committee is satisfied about the
production, sale, quoted price, technical details and utility of products and
past performances of tenderer.
6.21 Turnover Certificate:
6.21.1 Bidder firm has to submit Turnover certificate of CA for last three
years (i.e. (i) 2012-13, 2013-14, 2014-15 for tender floated on or
before 30th September, 2016 and (ii) 2013-14, 2014-15, 2015-16 for
tender floated after 30th September, 2016).
6.21.2 The average annual Turnover of the last three years should not be
less than 2 Crores.
6.21.3 C.A. Certificate in original / Notarized showing year wise
Turnover for the last three years. The bidder is required to give
turnover certificate based on audited account only. Thus, for any
tender issued on or before 30th September, the bidder will have to
submit turnover certificate of the three preceding Financial year e.g.
Tender issued on 1st September, 2016, the bidder will have to submit
turnover certificate based on audited account for financial year 2012-
13, 2013-14, 2014-15.
6.21.4 Relaxation in Condition No. 6.21.2 (Only for SSIs of Gujarat): The
average annual Turnover of the last three years should not be less
than 75 lac for items: Plastic Bag, Digital Thermometer, Westergen
Tube for ESR Estimation, Dreyer tube for Widal, WBC pipette, Glass
Capillary Tube, ECG Jelly, Test tube Glass, Microslide, Cover Slip, Vials,
Improved Newbauer Chamber / Hemocytometer, Test Tube Racks,
ESR Plastic Vials.
6.22 Appointment of Authorized Officer:
6.22.1 The manufacturer / authorized distributor would be free to appoint
authorized officer for the purpose of liaising with GMSCL for the tender
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
24 SIGNATURE & STAMP OF TENDERER
related activity. In such cases, it should be mandatory for the
manufacturer / authorized distributor to provide name, full address,
company name, address of the company, PAN number, photo, Email ID
and I.D. proof of the appointed authorized officer along with tender
documents. No person except the person so authorized by the company
would be allowed for transaction of work, and no information would be
shared with any other person regarding the tender process.
6.22.2 For all practical purpose GMSCL would continue to allow only
manufacturer / authorized representatives / distributors (as the case
may be) for bidding process. GMSCL would have no contractual
obligation or business relation with authorized officer and all such
liability and conduct of authorized officer and any wrongful activity
would be the sole responsibility of the manufacturer / authorized
distributor.
6.22.3 The authorized officer should satisfy following criteria:
i. He should be an official directly connected with the company in question.
ii. In no case more than one company having a particular person / agency
acting as an authorized officer should participate in a single tender
inquiry.
iii. If it comes to the notice of GMSCL that, a particular person / agency has
acted as authorized officer indirectly or directly for more than one
company, who have participated in particular tender inquiry, the bids of
such companies are liable to be rejected & the EMD / SD (as the case
may be) would be forfeited.
6.23 Bidder firm has to submit details of their Bank Account in prescribed format
for the payment of bills, Earnest Money Deposit and Security Deposit through
RTGS. Format is attached at Annexure – Y.
6.24 10% price preference as well as 5% Quality based price selection shall be
given to Gujarat based unit having SSI & CSP / NSIC / DGS&D registration
certificates.
6.25 Quality based price selction shall be given to the goods having mark given by
the I.S.I. / I.S.O. / Quality mark or any other mark given by the Central or
State Government to maintain the quality of goods without any time limt.
6.26 While considering price selection as above, price selction for more than 15%
shall not be admissible.
6.27 Please see Annexure – ‘S’ for “Important Point to be verified before
submission of tender”, which is also available on GMSCL website.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
25 SIGNATURE & STAMP OF TENDERER
Section - 7
7. TERMS OF CONTRACT
7.1 Security Deposit
7.1.1 Successful tenderers have to pay security deposit as specified by the
organization in the agreement letter in the form of Treasury Challan
Deposit under revenue deposit / Demand Draft in the name of Managing
Director, Gujarat Medical Services Corporation Limited drawn on
any bank in Gandhinagar or Ahmedabad/ irrevocable bank guarantee
issued by Nationalized Bank including the Public Sector Bank / Private
Sector Banks authorized by RBI to undertake State Government Business
/ Commercial Bank / Regional Rural Bank of Gujarat / Co-operative Bank
of Gujarat mentioned in G.R.No. EMD/10/2015/508/DMO, Dt.
27/04/2016 of finance Department, Government of Gujarat as amended
from time to time will be followed. Bank Guarantee valid for a period not
less than warranty and CMC period combined is required at the time of
entering into agreement for the performance of the contract and same to
be extended by contractor as and when desired by GMSCL.
7.1.2 Failure to pay security deposit and to execute the agreement within
stipulated period shall invite disqualification of the tenderer for future
quotations apart from forfeiture of E.M.D. and being liable for penalty as
deemed fit by Managing Director in relation to the tender under
process.
7.1.3 Security deposit is payable by all the parties except by the undertakings
and corporations of the government of Gujarat which are exempted by
Government. The security deposits submitted in connection with the
earlier contracts and which are locked with those contracts and which
have not been released till date will not be considered and fresh security
deposit separately for each item, must be submitted in such cases.
7.1.4 The security deposit shall be refunded only after satisfactory execution of
the contract and recovery of dues, if any.
7.1.5 Successful tenderers have to enter into agreement for due performance
of the contract. The agreement and bank guarantee form sent by this
Office should be stamped with the adhesive stamp or franking for the
requisite amount, and signed before any Gazetted Officer of this Office or
before a Class I Magistrate or Justice of peace or Notary Public.
7.2 Terms for Supply
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
26 SIGNATURE & STAMP OF TENDERER
7.2.1 The packing and the labels of all the items to be supplied under the order
shall be marked with the words ‘FOR THE USE OF GOVT. OF GUJARAT –
NOT FOR SALE’. If the items are packed in packets which are then placed
or repacked within a box / carton / bottle / foil, these words will be
printed / marked on both the internal / external packs and labels. The
retail price must not be printed or shown anywhere, either on external or
internal pack / box / carton / foil except for goods that are quoted as
imported items subject to penalty of 3% for each such packing deviation.
7.2.2 The A.T./R.C. holder should have to supply the material in the Original
Company’s packing which shall indicate packing details and other
particulars as required under the statutory provisions.
7.2.3 The Accepted Tender (A.T.) holder / Rate Contract (R.C.) holder should
supply the, equipments / items in fresh and sound condition meeting
with the specification and packing approved by the Managing Director.
Refurbished or second-hand equipment / stores will not be allowed
under any circumstances. If such case is noticed, then the store will be
rejected out rightly and penal action will be taken against the A.T. / R.C.
holder. All supply orders issued by the indenting officers on or before
the last date of the currency of the R.C. will have to be accepted by the
R.C. holder and the delivery for all such orders will have to be effected as
per the schedule specified in the order, even though the date of actual
supply may fall beyond the last date of the R.C.
7.2.4 In the event of breakages or loss of stores during transit against
requisition order the said quantity will have to be replaced by the A.T. /
R.C. holder. The purchaser will not pay separately for transit insurance
and the supplier will be responsible for the stores as soon as possible,
but not later than 15 days from the date of arrival of stores at
destinations notify the A.T. / R.C. holder of any loss or damages to the
stores that might / should have occurred during the transit.
7.2.5 Inspection: Inspection shall normally be carried out in the premises of
the consignee. If goods are offered for inspection in the factory premises
all expenditure shall be borne by the A.T. / R.C. holder. The entire store
ordered shall have to be offered for inspection in open condition if
required and the same shall be repacked in presence of inspecting team.
All packing should be sealed and signed by inspecting authority and sent
to the consignee without any extra cost within three days from the date
of receipt of inspection note. Inspection charges, including the expenses
for the experts, will be payable by the party as prescribed in the letter of
agreement and as determined by the Purchase Committee from time to
time.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
27 SIGNATURE & STAMP OF TENDERER
7.2.6 No guarantee can be given as to the minimum quantity which will be
drawn against the Rate Contract but the contractor will supply such
quantities as may be ordered by Direct Demanding Officers or by this
organization during the contract from time to time.
7.2.7 Delivery Period:
i. For Items quoted in Indian Rupees: The maximum delivery period
will be six weeks from the date of receipt of the A.T. in case of ordinary
purchases and two weeks in case of the emergency purchase.
ii. For Items not quoted in Indian Rupees : The maximum delivery
period will be nine weeks from the date of receipt of final Letter of
Credit by you or your principal in case of ordinary purchases and two
weeks in case of the emergency purchase.
7.2.8 The installation of equipment is also to be completed within 30 days
from the date of receipt of certificate of site readiness for installation of
equipment from the concerned consignee. If the tenderer fails to supply
the goods specified in the A.T. and/ or installation within the stipulated
period, an amount equivalent to 0.5% {subject to maximum of 10%} of
the value of the stores not supplied/installed within the stipulated period
per week shall be recovered as liquidated damages unless the penalty is
waived by the Managing Director. Such recovery of the liquidated
damages will not stop the Managing Director from carrying out risk
purchase described elsewhere and the amount recovered will be in
addition to the difference of the risk purchase.
7.2.9 The bills / invoices are required to be submitted by tenderers specifying
the following details in the appropriate place of the invoices:
i. No. and date of bills or invoice.
ii. No. and date of A.T. / R.C.
iii. No. and date of order.
iv. Name and specification of item.
v. Name of manufacturer & Model / Make / Brand.
vi. Quantity
vii. Total cost.
7.2.10 The A.T. / R.C. holder shall not charge VAT / C.S.T. if they have been
exempted by concerned authority. Further they cannot charge excess
amount of C.S.T. to what is applicable. An amount of Sales Tax as
applicable to be shown separately in the bill/invoice raised. Further, an
amount of Sales Tax so collected should be remitted to the Govt. within
prescribed time limit, otherwise strict action will be taken against
defaulters.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
28 SIGNATURE & STAMP OF TENDERER
7.2.11 The A.T. / R.C. holder will not charge any Octroi and he should obtain
Octroi exemption certificate from the indenter / consignee.
7.2.12 Tenderer are required to impart training to operate equipment at the
place of installation within seven days of its installation.
7.2.13 If at any time the Bidder has, in the opinion of the ordering authority,
delayed in making any supply by reasons of any riots, mutinies, wars, fire.
Storm, tempest or other exceptional cause on a specific request made by
the Bidder within 7 days from the date of such incident, the time for
making supply may be extended by the MD, GMSCL at his discretion for
such period as may be considered reasonable. The exceptional causes do
not include the scarcity of raw material, Power cut, labour disputes.
7.2.14 The following certificate shall be provided by consignee on bills /
invoices of equipment at the time verification / stock entry on bills /
invoices : “It is certified that _____________(name of the item) is received
in good condition as per specification of AT/RC. The stores are
entered at page No. _______ Dated ________ of the stock register, The
bill/invoice is verified for payment. ” ( Signature of Office Incharge /
Store Keeper & Signature of In charge Officer of Hospital/Institute
with seal)
7.3 Terms of Payment:
The payment shall be made to the A.T. / R.C. holder as under:
7.3.1 For goods requiring installation:
i. 75% of the invoice amount will be paid within 30 days of the receipt of
the goods conforming to the required specifications and the balance
25% within 30 days of satisfactory trial and installation of the goods at
the destination; or alternatively.
ii. 100% of the invoice amount will be paid within 30 days of the
satisfactory trial and installation of the goods at the destination.
iii. 75% of the invoice amount will be paid within 30 days of the receipt of
the goods conforming to the required specifications and 90% of the
invoice amount will be paid within 60 days of the delivery in good
condition if the item requires installation but the installation cannot be
carried out due to the reasons not associated with the tenderer and
balance 10% within 30 days of satisfactory trial and installation of the
goods at the destination. In all case warranty / guarantee shall
commence from successful date of installation.
iv. In case where payment through letter of credit is considered by the
purchasing authority, letter of credit shall be opened subject to 75%
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
29 SIGNATURE & STAMP OF TENDERER
amount shall be released by bank on confirmation of dispatch of goods
by foreign supplier and rest of amount shall be released by bank on
receipt of such advice from Managing Director.
7.3.2 For goods not requiring installation.
i. 100% of the invoice amount will be paid within 30 days of the delivery
of the goods at the destination in good condition.
ii. No interest will be chargeable by the A.T. / R.C. holder, if the payment is
delayed.
7.3.3 The payment of the bill shall be made after deducting Government dues,
if any.
7.3.4 The payment of the bills shall be withheld in the following
circumstances:
i. The goods are found sub-standard or in non-acceptable condition.
ii. Breach of condition of any contract by the A.T. / R.C. holder.
iii. Previous Government dues of A.T. / R.C. holder.
7.3.5 The price escalation clause will not be allowed under any circumstances
except statutory taxes / duties imposed / withdrawn / Increased /
decreased on quoted items by the State or Central Govt. during the
period between opening of technical bid and stipulated date of delivery.
The statutory price variation will not be allowed in the cases where:
i. Stores offered on ex-stock basis.
ii. Store to be purchased on emergency basis.
iii. Statutory variation not communicated by the tenderer within 15 days of
its announcement.
iv. Price break up and prevailing rate as well as amount of taxes / duties
not clearly mentioned in Commercial Bid.
v. Duties / Taxes applicable due to mere crossing the limit of production /
sales.
vi. Duties / Taxes imposed / increased by the Govt. after stipulated
delivery period shown in the contract.
7.4 RISK PURCHASE
7.4.1 The risk purchase of the items ordered at the cost and risk of the party will
be carried out when the party fails to:
i. Sign the agreement for entering into contract due to any reason
whatsoever in case the offer is accepted.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
30 SIGNATURE & STAMP OF TENDERER
ii. Supply the goods / items as per the orders placed by either this
organization or by direct demanding officers within the delivery period
stipulated above;
iii. Party fails to replace the goods declared to be not of standard quality or
not conforming to acceptable standards or found to be decayed /
infected / spoilt before the date of expiry or to refund the cost of such
goods.
Provided however that in cases of {ii} and {iii} above, the risk purchase
will be limited to the quantity so specified therein.
7.4.2 The Risk Purchase will be done any time after the delivery period is over.
i. The Risk Purchase will be done from Main / Parallel or Substitute R.C.
holder for undelivered quantity of the Stores & the Contractor shall be
penalized to the extent of 10% or difference whichever is higher.
ii. When both parallel & substitute A.T. / R.C. are not available, from the
next higher acceptable offer in the respective tender;
Provided that if the risk purchase cannot be carried out on the basis of
either of {i}, {ii} above, then it will be carried out from the market after
following the prescribed procedure.
7.4.3 Any monetary claim arising due to any of the terms and conditions of the
tender / supply, including the difference arising due to risk purchase, will
be recovered in the following manner:
i. From any pending bills of the party;
ii. From any E.M.D./ Security Deposits of the party;
iii. If amounts at {i} & {ii} above are not sufficient to meet the demand of
risk purchase amount as "LAND REVENUE DUES".
7.5 Letter of Credit
In Case GMSCL opens the Letter of Credit for Imported Equipment,
following Terms & Conditions are to be satisfied by the A.T. Holder.
1. Payment to Foreign Suppliers are ordinarily made by Letters of Credit (LC) opened by the State Bank of India or any other scheduled/authorized Bank of Gujarat as decided by Managing Director, GMSCL, Gandhinagar. While opening the Letters of Credit, the GMSCL should follow the provision of Uniform Customs and Practices for Documentary Credit (UCPDC).
2. Generally, irrevocable letter of credit is opened so that the supplier is
fully assured of its payment on fulfilling its obligations in terms of the contract. The Letter of Credit will preferably be opened with validity of
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
31 SIGNATURE & STAMP OF TENDERER
90 days from the date of its opening, on extendable basis by mutual consent of both the parties. Letter of Credit opening charges in India will be borne by Managing Director, GMSCL. However, the delivery date of the contract is extended to take care of delay in supply, for which supplier is responsible, the tenure of the letter of credit is also to be extended, but the expense incurred for such extension (of letter of credit) is to be borne by the supplier and late supply penalty will also be deducted as per Clause 7.2.8.
3. For contract costing up to US $ 100,000 (or equivalent), preferable
mode of payment will be by Direct Bank Transfer (DBT). DBT payment will be made within 30 days of receipt of clean Bill of Lading / AWB /Proof of shipment and such other documents as are provided for in the contract, but such payments will be subject to the deductions of such amounts as the Seller may be liable to pay under the agreed terms of the Contract.
4. In case of payment through Letter of Credit (LC), paid shipping
documents are to be provided to the Bank by the Foreign Seller as a proof of dispatch of goods as per contractual terms /LC conditions so that the Seller gets payment from LC. The Bank will forward these documents to Managing Director, GMSCL for getting the goods/stores released from the Port/Airport. However, where the mode of payment is DBT, the paid shipping documents are to be provided to the paying authority by Managing Director, GMSCL. Documents will include, as applicable: -
a) Signed Commercial Invoice – 3 Copy(original) b) Clean on Board Airway Bill/Bill of Lading – 1 set c) Packing List – 2 Copy d) Certificate of Origin from Seller’s Chamber of Commerce, if any. e) Certificate of Quality and year of manufacture from OEM. f) Certificate regarding Country of Origin – 3 Copy g) Certificate from the supplier confirming that the original shipping
documents have been dispatched to the port consignee in accordance with the requirements of the contract (Acceptance of Tender) - 1 copy
h) Dangerous Cargo Certificate, if applicable. i) Insurance Policy/ Certificates in triplicate covering Marine/ Air born
insurance as per cargo clause (F.P.A./W.A./All risks) Perils as per Institute Strikes, Riots and Civil Commotion Clauses, cover for C.I.P. value plus 10%.
j) Certificate of Conformity and Acceptance Test at PDI, if any. k) Non Negotiable Documents -1 set l) Any other documents as provided for in the Contract
5. Type of Shipment: Only Transshipment is acceptable.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
32 SIGNATURE & STAMP OF TENDERER
6. Taxes and duties: Foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees and other such levies imposed outside India.
Custom Duty and Bank / Custom Clearance and other charges will be paid as per the conditions stated in Acceptance of Tender (A.T.).
The custom duty payable would be as per the terms and conditions stated in Acceptance of Tender (AT). In case where the AT holder fails to intimate GMSCL about the change in statutory levies & duties within stipulated time, he would be liable to pay the excess amount, if any, at the time of import of goods, In such cases, the remaining 25% payments to the AT holder would only be released after receipt of difference in custom/other duties, if any, from the AT holder, by GMSCL.
7. Offer must confirm terms & conditions and specification otherwise the offer will be ignored. Non specified terms for any charges or rates (i.e. ambiguous charges not specifying the quantum) will not be accepted.
8. 75 % amount shall be released by bank on confirmation of dispatch of
goods by foreign supplier through submitting shipping documents and rest of amount shall be released by bank on receipt of such advice from GMSCL.
9. Provided that where the installation and commissioning of the machine
is delayed and the installation cannot be carried out due to the reasons not associated with the tenderer or put off beyond 60 days of the receipt of goods at the ultimate destination due to express written instructions of the consignee, the balance 25 % payment shall be released to the supplier on his furnishing the bank guarantee afore mentioned.
10. Managing director, GMSCL reserves right to cancel Acceptance of
Tender/rate contract in case where there is delay in opening of Letter
of Credit due to default on part of company, for whatever reason.
7.6 Standard Breach Clause:
The Managing Director shall, in addition to his powers under other clauses
to terminate the contract, have powers to terminate his liability there
under of the time by giving one month’s (or such shorter period as may be
mutually agreed) notice in writing to A.T. / R.C. holder of his desire to do
so and upon expiry of the notice, the contract shall be terminated without
prejudice to the right accrued to the date of the termination. However, if
the Government decided to put an end to the business relations on breach
of any conditions of the contract no such notice shall be necessary and on
event of Government deciding to terminate the business, and the A.T. /
R.C. shall stand terminated with immediate effect.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
33 SIGNATURE & STAMP OF TENDERER
7.7 Warranty & CMC Clause:
7.7.1 Comprehensive replacement warranty for 3 years & CMC price (not less
than 5% & higher than 10% of the cost of the equipment, otherwise offer
will be out rightly rejected) for next 5 years, which should include cost of
labor & spares for the entire equipment.
In case where vendor is ready to give warranty for more than 3 years, 3%
payment from the equipment cost per extra year of warranty will be
withheld and would be payable at beginning of such extra year of
warranty, starting from 4th year.
7.7.2 The A.T/ R.C holder Shall be subjected to the following warranty clauses
“that the goods / stores / articles sold to the buyer 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 acceptance of tender and the contractor / seller hereby
guarantees that the said goods / stores / articles would continue to
confirm to the description and quality aforesaid for period of 24 months
from the date of installation of the said goods / stores / articles to the
purchaser and that, if during the aforesaid period of 24 months the said
Goods / stores / articles be discovered not to confirm to the description
and quality aforesaid or by reiterated and decision of the purchaser in
that regard will be final and conclusive and the purchaser will be entitled
to reject goods / stores / articles or such portion thereof as may be
discovered not to confirm the said description and quality. On such
rejection goods / stores / articles will be at the sellers’ risk and all the
provisions herein contained relating to condition of goods etc., shall
apply. The contractor/ seller shall, if so called upon to replace within a
period of month of such further period as may be extended from time to
time by the purchaser in its discretion on an application made thereof by
the contractor / seller, the goods / stores / articles or such portion
thereof as is rejected by the purchaser and in such an event above
mentioned warranty period shall apply to the Goods / stores / articles
replaced from the date of the replacement therefor otherwise the
contractor / seller shall pay to the purchaser such damages as may arise
by reason of the breach of the condition herein contained. Nothing herein
contained shall prejudice any other right of the purchaser in that behalf
under this contract or otherwise.
7.7.3 Comprehensive Maintenance Contract (CMC): After completion of
warranty period, if The Managing Director, GMSCL or Consignee desires,
supplier will have to enter into a comprehensive maintenance contract
for 5 years at the rate per annum not less than 5% & not exceeding 10%
of the total purchase value of the contract and the same would include
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
34 SIGNATURE & STAMP OF TENDERER
free replacement of any part / component, if required, during the period
of the contract. The maintenance contract of the above shall be made
operative from any time during the first five years form the date of
contract. Any offer for service contract contrary to this condition will not
be accepted. Tenderers will also have to guarantee regular and timely
supply of all the spare parts required for the normal working of the item
at a cost not exceeding the cost of such a part charged to any other
Government organization.
7.7.4 Tenderers will have to provide six free services for maintenance during
the warranty period at least once every six months. If tenderer fails to
provide any of six free services, 0.25% of total purchase amount of the
equipment for each such services that is not provided shall be forfeited
from Security Deposit. In addition to provide services, supplier has to
attend the complaint, if any, for any defects, within 48 hours failing which
0.05% of total amount of the equipment shall be recovered from Security
Deposit for each extra day of delay as liquidated damages. Further, if the
supplier fails to fulfill the contractual obligations of warranty and repair
/ replace the defective part and make the equipment operational within
30 days of lodging the complaints, the entire security deposit will be
forfeited and the supplier would be debarred from future business with
GMSCL. Further, all the preventive and breakdown maintenance visits
during warranty by the tenderer along with acknowledgement of
consignee will have to be intimated to GMSCL (through email / fax)
within 48 hours.
Preventive maintenance would also include the calibration of all
equipment, so the supplier will have to calibrate all equipments during
warranty and CMC period.
Apart from this, the supplier will have to do quality Assurance (Q.A.) test
for radiology / imaging equipments during his preventive maintenance
visit and as and when required by the user.
7.7.4.1 In ordinary circumstance, the supplier would have to enter into CMC
agreement at the time of execution of contract i.e. at the time of A.T. / R.C.
If the supplier denies to enter into CMC despite being asked by GMSCL, his
contract order would be cancelled and action upto debarment may be
taken against the firm.
However, in cases where for reasons to be recorded in writing, M.D., GMSCL
does not feel it appropriate to execute CMC at the time of award of
contract, at least 3 months prior to completion of warranty period,
supplier will have to intimate in writing the Managing Director, G.M.S.C.L.
and consignees for entering into Maintenance Contract and if the
Managing Director, G.M.S.C.L. or consignees desire, supplier will have to
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
35 SIGNATURE & STAMP OF TENDERER
enter into a comprehensive maintenance contract within 6 months of
commencement of CMC for 5 years. The bidder will have to furnish his
quotation for CMC for 5 years along with his bid which will be considered
for price evaluation purpose. The quoted CMC rates per annum must not
be less than 5% and should not exceed 10% of the total purchase amount
of equipment which would include free replacement of any part /
component, if required, during the period of the contact. If tenderer
refuses or fails in duty to enter into CMC contract, his entire Security
Deposit will be forfeited and he would be debarred from future business
with GMSCL. Further, if the tenderer fails to provide "Satisfactory
service" during CMC period, 4% of total purchase amount of the
equipment shall be forfeited from Security Deposit. For this purpose,
Satisfactory Service would mean (a) Attending to complaint within 48
hours of lodging the complaints. (b) Ensuring repair / replacement of
defective parts and making the equipment operational within 7 days of
lodging the complaints. (c) Providing quarterly preventive maintenance
visit.
If supplier fails to fulfill his contractual obligation of CMC and repair /
replace the defective parts and make the equipment operational within
30 days of lodging the complaints, the entire security deposit will be
forfeited and the supplier would be debarred from future business with
GMSCL. Tenderers will also have to guarantee regular and timely supply
of all the spare parts required for the normal working of the item at a
cost not exceeding the cost of such a part charged to any other
Government organization. Further, all the preventive and breakdown
maintenance visits during CMC by the tenderer along with
acknowledgement of consignee will have to be intimated to GMSCL
(through email / fax) within 48 hours.
7.7.5 During Warranty and CMC period, the uptime period of equipment
should be minimum 95%. If the breakdown period is more than 18 days
for a particular calendar year, penalty @ 0.1% of total purchase amount
of equipment for each extra day of delay as liquidated damages to be
recovered from Security Deposit. Period of breakdown of equipment
shall be excluded from the warranty as well as CMC period. In such a case
period of warranty as well as CMC shall be extended accordingly.
7.7.6 Tenderers will have to provide a list of consumables which would not be
included under warranty and / or CMC and also provide a rate list for the
same which will remain in force for the entire period of contract till the
end of CMC. The same must be submitted physically along with the
tender. It will not be considered for price evaluation but would be
negotiable. At the time of award of contract, the purchase committee will
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
36 SIGNATURE & STAMP OF TENDERER
reserve the right to reject a bid solely on the ground of high price of parts
/ consumables and / or if some parts which ought to be included in CMC
/ Warranty have been mentioned as chargeable and the bidder does not
agree to provide them for free. Format for List and rates consumables
is attached at Annexure –X.
The above conditions of warranty / CMC are to be included in following
cases:
i. All equipments whose unit cost is more than Rs. 25,000/- and are
to be supplied to Medical College Hospitals / GMERS Hospitals /
District Hospitals / SDH.
ii. Equipments with unit cost equal to or greater than Rs. 50,000/-
and are to be installed at CHC / PHCs.
iii. All diagnostic equipments (Pathology, Biochemistry, Microbiology)
having unit cost more than Rs. 10,000/-
iv. Lifesaving equipments like Pulse Oximeter, Cardioscope, Syringe
Pump, Infusion Pump.
v. Any other equipment which does not fall in above 4 categories, but,
at the time of award of contract, MD, GMSCL wishes CMC
conditions to be imposed on its procurement.
7.8 Sample Testing: Sample of the material shall be collected by an officer
empowered by the Managing Director in the manner approved by the
Managing Director, and will be sent for testing to an approved laboratory /
institution. In case where the order is placed by Managing Director,
Demanding Officer, the samples will be collected by an officer empowered by
him and will be sent for testing. Testing fee will be recovered from the A.T. /
R.C. holder. The decision of the testing authority will be conclusive and final
and binding the A.T./ R.C. holder. Wherever applicable, 1 % of the supply
value shall be deducted towards handling & testing charges from the
invoice.
7.9 Replacement Clause: If any stores supplied against the A.T. / R.C. are found
to be not of standard quality on inspection and / or analysis by the
competent authority, the contractor shall be liable to replace the entire
quantity of the relevant order within the period as applicable under clause
7.2.4 or make full payment of the entire consignment against the particular
invoice, irrespective of the fact that part or full quantity of the store supplied,
may have been consumed. The decision of the Managing Director taken on
the basis of the report of the competent laboratory regarding goods not of
standard quality will be final and binding. The stock of any item which has
been declared not of standard quality shall be withdrawn from all the
indenters and will not be returned to the contractor but will be destroyed by
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
37 SIGNATURE & STAMP OF TENDERER
the corporation and the contractor shall have no claim over such stores. If
the replacement or payment as specified is not made by the contractor, the
procedure for risk purchase as shown above will be initiated without any
further reference or intimation to the contractor, however, the Managing
Director may ask for supply of 20% of the original consignment to meet any
exigency of the situation. Neither Claim for relaxation of replacement for
return of goods declared to be not of standard quality nor any request for
acceptance of the replacement goods delayed after the delivery period, due to
any reason whatsoever, will be entertained.
7.10 In case of the rate contract, the period of the rate contract shall be two years
from the date of its issuance. However, the Managing Director reserves the
right to terminate the contract by giving one month notice at any time at any
stage and without any reason. The rate contract will be operated by GMSCL
only. If an RC holder supplies goods upon direct purchase order from district
level officer without approval of GMSCL, it would be considered as a breach
of contractual obligation and would attract penal action which may extend
upto debarment of firm.
7.11 In case of the rate contract, the Managing Director may extend the rate
contract subject to the same terms of conditions, if found necessary to do so
for a period not exceeding six months to which the contractor will have to
abide. However, the extension for a period more than six months can be
granted on mutual agreement by both parties. In case of the quantity
purchase, the Managing Director, if found expedient, may place within
prescribed period from the date of A.T. a repeat order for the quantity not
exceeding the quantity specified in the A.T. on the same terms and conditions
as per the A.T. which the contractor will have to supply. However, the repeat
order for the quantity more than the quantity of the original A.T. or after a
prescribed period from the date of A.T. can be placed on mutual agreement
by both parties and subject to approval of concerned authority.
7.12 The A.T. / R.C. can also be terminated by the Managing Director in the
following circumstances:
i. If the firm is debarred or disqualified or ceases to exist or convicted of
any offence.
ii. If the quality of the item to be supplied is found not up to the standard
and multiple samples are found to be not of standard quality.
iii. If supply position of the firm is not satisfactory
7.13 Whenever under this contract any sum of money is recoverable from the
contractor & payable by the contractor to the Managing Director of Gujarat
Medical Services Corporation Limited, Gandhinagar, or an officer empowered
by Managing Director shall be entitled to recover such sum by appropriating
in part of whole the Security Deposit paid by the Contractor, if a security
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
38 SIGNATURE & STAMP OF TENDERER
being insufficient or if no security has been taken from contractor, then the
balance of the total sum recoverable as the case may be deducted from the
sum due to the contractor under this or any other contract (with the
Managing Director of Gujarat Medical Services Corporation Limited,
Gandhinagar) and remaining balance due will be recovered as arrears of
"LAND REVENUE DUES".
7.14 For any clarification on any of the above conditions, tenderers may contact
the Managing Director / General Manager (LPQC) / Manager (Equipment
Procurement) during 3 – 4 p.m. on any working day.
7.15 The jurisdiction of any dispute will be Gandhinagar or Ahmedabad.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
39 SIGNATURE & STAMP OF TENDERER
Section – 8
Appendix-1
List of Abbreviations
S no. Abbreviation Full Form
1. TE Tender enquiry
2. FOB Free on Board.
3. FOR Free on Rail
4. EMD Earnest Money Deposit.
5. SD Security Deposit
rity Deposit. 6. DP Delivery period
7. PP Price preference
8. SSI Small Scale Industries
9. A/L Acceptance of Letter
10. A.T. Acceptance of Tender
11. BG Bank Guarantee
12. RO Repeat order
13. RP Risk Purchase.
14. RC Rate Contract.
15. I/N Inspection note
16. BSS Bulk Supply Sample
17. DDO Direct Demanding Officer.
18. I/O Indenting Officer
19. LO Liaison Officer
20. NSIC National Small Scale Industries Corporations
21. GBP Great Britain Pound
22. ST Sales Tax
23. IEC Import Export Code
24. ISI Indian Standard Institute
25. PSS Primary Scrutiny Sheet
26. GSIC Gujarat Small Industries Corporation
27. USD United States Dollar
28. CMC Comprehensive Maintenance Contract
29. GST Gujarat Sales Tax
30. CST Central Sales Tax
31. BIS Bureau of Indian Standard
32. GMSCL Gujarat Medical Services Corporation
Limited 33. CIF Cost Insurance and Freight
34. DIC District Industries Centre
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
40 SIGNATURE & STAMP OF TENDERER
Section - 9
Annexure-‘A’
VERIFICATION, UNDERTAKING, CHECK LIST & DOCUMENTS
From: M/s.________________________ No.:_________________________
________________________
________________________
________________________
To: Managing Director, Gujarat Medical Services Corporation Limited, Block No 14 Dr. Jivraj Mehta Bhavan, Sector-10, Gandhinagar-382 010.
Sub: Supply of Instruments / Equipments / Miscellaneous Items, etc.
Ref: Tender Enquiry #_________________________________________________________
Sir,
I/We enclose necessary documents as shown in Annexure “B” are enclosed
herewith (in order in which they are mentioned). The rates quoted against each
item are inclusive of excise duties and other charges. I/We have carefully read
and understood the terms and the conditions stated in the tenders form and
I/We shall abide by all these conditions. I/We further endorse that in particular,
the terms and conditions of Delivery Period, Payment Terms, Place of Delivery,
etc. are acceptable to me/us and no representation will be made by me/us
afterwards for altering the same. I/We further undertake to supply the goods to
the consignees as per the terms of the A.T. / R.C.
I/We verify that the copies of the certificates / documents attached herewith
are authentic true copies of the original certificates / documents for verification
on demand. I/We undertake to supply the attested copies of certificates /
documents required at the time of signing the letter of agreement if my/our
offer is accepted.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
41 SIGNATURE & STAMP OF TENDERER
I/We verify that I/We are in possession of the requisite licenses / permits
required for the manufacture / supply / sale / distribution of the items and
further verify that the said licenses / permits have not been revoked / cancelled
by the issuing authorities and are valid as on date. I/We also verify that I/We
have not been declared defaulter, blacklisted or debarred by any state or
Central Government or Constitutional authority or Financial institution or
Judicial Court or any Government undertakings.
I/We also take cognizance of the fact that providing misleading or questionable
information or failure to furnish correct or true information to you or any other
Direct Demand Officer or failure to comply with any contractual requirement
laid down by you / them will be considered as a serious breach of the terms and
conditions of the tender and will invite disqualification and other penal action
as deemed fit by the Government / Purchase Committee, GMSCL
Thanking you,
Yours faithfully
Date:_____________
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
42 SIGNATURE & STAMP OF TENDERER
ANNEXURE ‘B’
SCHEDULE OF DOCUMENTS ATTACHED TO T.E. #________________________________________
# Document / Certificate Attached Yours Page No.
1 C.A. Certificate for the manufacturing showing year wise production sell of the quoted item for 3 years for Indian manufacturers only.
Yes / No / Not Applicable
2. Manufacturing License / Product Permission / Registration Certificate with C.S.P.O./ C.M.S.O. / S.S.I./ K.V.I.C./N.S.I.C./ D.G.S.& D.
Yes / No / Not Applicable
3. List of Installations / Users / Customers with Copies of invoices, delivery challan and satisfaction report from at least 2 healthcare institute in India must be provided for the quoted product.
Yes / No
4. Affidavit of Higher / Lower Price Certificate on Non Judicial Stamp paper worth Rs.50/-
Yes / No
5. S.T. Clearance Certificate or Returns of last 4 quarters Yes / No 6. E.M.D. Yes / No 7. Confirmation of Delivery Period Yes / No 8. Letter of Authority of Foreign Principal with copy of
agreement and supporting document (In case of Foreign articles) (MUST BE NOTARIZED)
Yes / No / Not Applicable
(1) Notarized copy of the agreement between manufacturer and bidder authorizing the bidder to be the authorized distributor of the manufacturer
Yes / No / Not Applicable
(2) Notarized copies of at least 3 supply orders and satisfaction reports from the users for any of the product of the manufacturer company (whose product has been quoted) supplied by the bidder during immediate past 3 years preceding the last date of tender.
Yes / No / Not Applicable
(3) Notarized authorization from the manufacturer that the bidder is authorized to provide after sales services and spare parts / consumable support for the entire duration of the contract including Warranty and CMC of the product.
Yes / No / Not Applicable
(4) Notarized certificate from manufacturer that particular division of its subsidiary dealing with the product in question is not participating directly in any tender across the country since immediate past one year (at least) prior to the last date of this tender or if subsidiary company does not exist in India, notarized certificate from manufacturer that it does not have subsidiary company in India.
Yes / No / Not Applicable
(5) Notarized certificate from manufacturer confirming that the bidder is the exclusive entity in India floated by it to trade in the product manufactured by it (wherever applicable) PS: In such cases, the bidder will however, have to produce
Yes / No / Not Applicable
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
43 SIGNATURE & STAMP OF TENDERER
documents mentioned in clause 3.3.2, 3.3.3 9. IEC Certificate for imported items. Yes / No / Not
Applicable
10. Whether Page Number is Given On Each Page of Tender? Yes / No 11. Partnership deed / Memorandum of article / Registration of
firm etc. Yes / No
12. Document of 100% Subsidiary Company. Yes / No / Not Applicable
13. Confirmation of Place of Delivery Yes / No 14. Confirmation of Payment. Yes / No 15. A.E.R.B. Certificate {if applicable} Yes / No / Not
Applicable
16. I.S.O. Certificate (mandatory if asked in Technical Specification).
Yes / No / Not Applicable
17. I.S.I. Certificate (mandatory if asked in Technical Specification).
Yes / No / Not Applicable
18. Original Product Literature / Photograph Yes / No / Not Applicable
19. Warranty. 3 Years 20. Copy of valid import license for imported items. Yes / No / Not
Applicable
21. Turnover certificate of CA for last three years (i.e. (i) 2012-13, 2013-14, 2014-15 for tender floated on or before 30th September, 2016 and (ii) 2013-14, 2014-15, 2015-16 for tender floated after 30th September, 2016)
Yes / No
22. (i) Notarized copy of valid Small Scale Industry Registration.
Yes / No / Not Applicable
(ii) Notarized copy of Certificate from Practicing Chartered Accountant or Practicing company Secretary that the unit / bidder still continues to be Small Scale, Tiny/ Cottage Industry as on last date of submission of bid.
Yes / No / Not Applicable
(iii) Notarized copy of latest audited annual balance sheet and investment in plant and machinery.
Yes / No / Not Applicable
(iv) CERTIFICATE / DOCUMENTS MENTIONED in ABOVE ii & iii (SAME PROFESSIONAL)
Yes / No / Not Applicable
23. Affidavit for Quoting other manufacturer’s accessories / attachment for equipment
Yes / No / Not Applicable
24. Details of bank account in prescribed format for the payment through RTGS
Yes / No / Not Applicable
25. Format for Declaration by the Bidder regarding Qualification Yes / No / Not Applicable
26 Format for Production Capacity Declaration Yes / No / Not Applicable
27 Format for Statement of Plant & Machinery Yes / No / Not Applicable
28 Format for List and rates consumables Yes / No / Not Applicable
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
44 SIGNATURE & STAMP OF TENDERER
29 All online uploaded documents must be same as that are physically submitted.
Yes / No
It is verified that all the certificates / permissions / documents are valid and
current as on date and have not been withdrawn / cancelled by the issuing
authority. It is further verified that the certificates are as per the format given by
GMSCL/Concerned authority and it is clearly and distinctly understood by me / us
that the tender is liable to be rejected if on scrutiny of these certificates it is found
to be not as per the prescribed format of GMSCL
I/We further undertake to produce on demand the original certificate / permission
/ document for verification at any stage during the processing of the tender.
Date:
Place :
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
45 SIGNATURE & STAMP OF TENDERER
ANNEXURE ‘C’
Bidding Schedules
Tender Fee
Furnish the Payment Details of Tender Document
Sr. No Description Supplier Response
1. Amount (Rs.)
2. Bank Name
3. DD No.
4. Branch Name
5. If Exempted, fill details of exemption
Payment made toward Tender Fee will not be refunded Non-payment of the Tender Fee will make the supplier liable for disqualifications Wrong/ Fraudulent data submission may lead to disqualification, please ensure that you
furnish correct data
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
46 SIGNATURE & STAMP OF TENDERER
Annexure-‘D’
EMD FORM
Furnish the Payment Details of EMD
Sr. No Description Supplier Response
1. Amount (Rs.)
2. Bank Name
3. DD No.
4. Branch Name
5. If Exempted, fill details of exemption
Payment should be made by DD/BG, DD should be payable at Gandhinagar at any schedule bank.
Payment should be made in favor of “Managing Director, GMSCL” Gandhinagar, Gujarat, India.
Payment made towards EMD will be refunded as per condition no. 4.1.7 Non Payment of the EMD or insufficient amount of EMD will make the supplier liable for
disqualifications. Wrong/Fraudulent date submission may lead to disqualification, please ensure that you
furnish correct data.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
47 SIGNATURE & STAMP OF TENDERER
Annexure-‘E’
DECLARATION OF OWNERSHIP
1. I/We certify that the tenderer is sole proprietorship / partnership firm / private
limited company / public limited company of which the registered office is located in________________________________ in the state of___________________________________
2. The name, designation and address of the authorized signatory who is authorized to negotiate / sign / execute on behalf of the tenderer is as under: Name______________________________________________Designation:____________________ Address:_____________________________________________________________________________
_____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________
E-Mail: ___________________Telephone : (O) ______________________ (R) ________________________
Fax :_________________________________ (Mobile) ______________________________
3. The name, address and telephone numbers of the sole proprietor / all the partners / all the directors of the tenderer are as under;
# Name Address Telephone Fax E-Mail
(O) (R) (M)
Date: ______________
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
48 SIGNATURE & STAMP OF TENDERER
Annexure-‘F’
DECLARATION OF I.S.O. MARKED GOODS
I/We_________________________________________________________________ hereby certify that:
{1} The following items which form part of Tender Enquiry #______________________are
manufactured by us at __________________________________ plant/s which has been awarded
ISO______________________ *certificate vide #__________________ Dt.__________________:
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
{2} The following items which form part of Tender Enquiry #________above are manufactured by us / licenses at_________________________ plant/s which has not been awarded any ISO certificate:
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
______________________________________________________________________________________________
Date:
* Mention the category of I.S.O. certificate {i.e. 9000 / 14000, etc.}
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
49 SIGNATURE & STAMP OF TENDERER
Annexure-‘G’
(Affidavit on Non Judicial Stamp paper worth Rs.50/-)
HIGHER PRICE / LOWER PRICE CERTIFICATE
1. I/We________________________________________________________hereby certify that the
prices quoted by us in Tender Enquiry #___________are not higher than the prices:
{a} Charged by us to wholesalers or for institutional supplies;
2. I/We further certify that I/We have not supplied or quoted for any item in
Tender Enquiry # ______________ at prices lower than those quoted for the
relevant items to any Government / Semi Government / Public / Charitable
Trust Organization / Institution within the period of 180 days preceding the last
date of submission of the tender.
3. I/We hereby undertake that I/We will not supply or quote for any item in
Tender Enquiry # _____________ at prices lower than those quoted for the relevant
items to any Government / Semi Government / Public / Charitable Trust
Organization / Institution within the period of validity of the offer / rate
contract.
4. I/We also undertake to bring to the attention of the Director any incidence of
breach of any of the above paras within 30 days from the occurrence of the
breach and further undertake to refund / reimburse the difference which may
arise due to breach of any of the above paras and I/We also understand that the
decision of the Managing Director, GMSCL with regards to the determination of
quantum payable shall be final.
Date:
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
50 SIGNATURE & STAMP OF TENDERER
Annexure-‘H’
COMMERCIAL BID FOR INDIGENOUS ARTICLES
T.E. NO.GMSCL/EQUIPMENT PURCHASE/___________________Due date: ________________
ITEM:________________________________________________
Name of Manufacturer: ___________________________
Brand:__________________ Model:__________________________________________
Sr. No.
Details Price in Rupees (Per Unit)
A.
(i) Ex-factory price Main equipment with standard accessories.
(ii) Optional Items
(a)
(b)
(c)
B. Total Ex Factory prices (i) + (ii)
C. Excise and other duties (if applicable) @ %.
D. Packing Forwarding, Insurance, Transport charges from factory to place of Consignees, Installation.
E. Total price excluding VAT (B + C + D)
F. VAT / C.S.T.
(i) VAT @ % OR
(ii) C.S.T. @ %
G. Service Tax @ %. (if applicable)
H Total F.O.R.D. price.
I. Total Price in words Rs.
Note:-
(1) Optional item shown in Technical Bid should be quoted separately.
(2) All terms and conditions of supply shall be applicable as per tender terms. Any
terms and condition enclosed with Commercial Bid shall be ignored or in such a
case offer is liable to be rejected.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
51 SIGNATURE & STAMP OF TENDERER
Annexure- ‘I’
COMMERICAL BID FOR IMPORTED ARTICLES
T.E. NO.GMSCL/EQUIPMENT PURCHASE/_______________Due date:
ITEM: _________________________________________________________________________________________________
Name of Manufacturer:____________________________________________________________________________
Brand:________________________________________________________Model:
Sr. No.
Details Price in Foreign currency per unit.
Price in Indian currency per unit.
A. C.I.F. Port Price
(i) Main Equipment with standard accessories shown in tender documents.
(ii) Optional Items:
(a)
(b)
(c)
B. Total C.I.F. Prices (A + B)
C. * Custom Duty / CVD etc. @. %. Price in Indian currency per unit.
D. *
Transport charges from port to place of Consignees, Transit Insurance within India, Installation Charges.
E. * Bank/Custom Clearance charges
F. Service Tax @ %. (if applicable)
G. Total F.O.R.D. Price B + C + D + E. C.I.F. Price in Foreign currency
C + D + E in Indian currency
H. Total Price in Words.
Note: (1) Optional item shown in Technical Bid should be quoted separately. (2) If the rates are quoted in foreign currency, local agency commission will not be
allowed for local agents / dealer. (3) If required, custom exemption certificate shall be provided by consignees if it is
allowed under relevant act and issued by authority concerned. (4) All terms and conditions of supply shall be applicable as per tender terms. Any
terms and condition enclosed with Commercial Bid shall be ignored or in such a case offer is liable to be rejected.
(5) The rates of the main equipment with accessories and optional items should be quoted in foreign currency only.
(6)* The rates of custom duty / C.V.D., transport charges from port to place of consignees, transit insurance within India, installation charges, bank / custom clearance charges should be quoted in Indian currency only.
(7) For R.C. item: Rates should be quoted in Indian Currency even though the item is imported.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
52 SIGNATURE & STAMP OF TENDERER
Annexure-‘J’
COMMERICAL BID FOR COMPREHENSIVE MAINTENANCE CONTRACT
T.E. NO.GMSCL/EQUIPMENT PURCHASE/_______________Due date:
ITEM: _________________________________________________________________________________________________
Name of Manufacturer:____________________________________________________________________________
Brand:________________________________________________________Model: ________________________
Years C.M.C. Rates (Rs.) Applicable Taxes (%)
Applicable Taxes (Rs.)
Total Rate (Rs.)
1st Yr.
2nd Yr.
3rd Yr.
4th Yr.
5th Yr.
Total Rs.
(Total Rupees In words ______________________________________________________________)
Note :-
(1) Quoted CMC price not less than 5% and not more than 10% cost of the
equipment, otherwise offer will be out rightly rejected.
(2) All terms and conditions of supply shall be applicable as per tender terms.
Any terms and condition enclosed with Commercial Bid shall be ignored
or in such a case offer is liable to be rejected.
(3) The Rates of CMC should be quoted in Indian Rupees only.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
53 SIGNATURE & STAMP OF TENDERER
Annexure-‘K’
(FORMAT OF AUTHORIZATION LETER FOR IMPORTED EQUIPMENTS FOR
AUTHORIZED DISTRIBUTOR) {IN ORIGINAL}
I / We______________________________________________________________ hereby declare that....
1. We…………………………………….. (name of the Original Equipment Manufacturer-
OEM) declare that we are the original manufacturers of the above equipment
having registered office at …..….…………………………………………………………………..
(full address with telephone number / fax number & Email ID and website), and
having factories at………………………………………………………………....
2. M/s._______________________________________________________________is our authorized
distributor for our products / products of our foreign manufacture in Gujarat
from date _______________________and they are authorized to quote and follow up on
our behalf and the said agreement is valid in force as on date;
3. I/We undertake to supply the drugs / items for which the quotations are
submitted by M/s._______________________________________________________ on our behalf
in respect of Tender Enquiry #__________________________________________________: and
4. I / We have read all the terms and conditions of the tender enquiry and the same
are irrevocably binding upon us till the expiry of the contract signed & executed
on our behalf;
5. I/We shall notify the Managing Director, GMSCL immediately if there is any
change in the agreement between M/s.___________________________________________
and me/us regarding authorized distributorship of our products and further
undertake to supply the items quoted by the distributor on my / our behalf at
the quoted price in the tender enquiry in case of such a change of agreement.
6. We further confirm that no supplier or firm or individual other than Messrs.
___________________________________ (name & address of the above distributor) is
authorized to submit the tender, process the same further and enter into a
contract with you against your requirement as contained in the above referred
T.E. Documents for the above goods manufactured by us.
7. We hereby declare that we authorize our above mentioned authorized
distributor to provide guarantee/warranty, after sales services and supply
spares, consumables during the period of warranty and CMC as per the above
tender on our behalf. The availability of spares parts & Consumables during the
entire period of CMC & Warranty would be the responsibility of the
manufacturer.
8. We also hereby declare that we have the capacity to manufacture and supply,
install and commission the quantity of the equipments tendered within the
stipulated time.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
54 SIGNATURE & STAMP OF TENDERER
9. We hereby declare that our Indian subsidiary company dealing with the product
in question is not participating in any tender across India / we do not have a
subsidiary company in India. (Please strikethrough the option which is not
applicable)
10. This authority is applicable only for Tender Enquiry #_____________________________.
Date:-
Note: This letter of authority should be on the letterhead of the foreign
manufacturing firm and should be signed by a person competent and having the
power of attorney to legally bind the manufacturer and the letter should be
notarized.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
55 SIGNATURE & STAMP OF TENDERER
Annexure- ‘L’
Manufacturing Experience Certificate for last Three Years
(For Quoted Product)
The Production and Sales of _______________________________ (Name of quoted
product) of M/s______________________________________ for the last three years are given
below and certified that the statement is true and correct.
Sr.
No
Year Production Sales
1 2013-14
2 2014-15
3 2015-16
Date:
Seal Name & Signature of
Chartered Accountant
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
56 SIGNATURE & STAMP OF TENDERER
Annexure-‘M’
Annual Turnover Statement for Last Three Years
The Annual Turnover of M/s. ______________________________ for the Last three
years are given below and certified that the statement is true and correct.
Sr. No Year Turnover (in Rs.)
1 2012-13
2 2013-14
3 2014-15
Date:
Seal Name & Signature of
Chartered Accountant
N.B. : (i) 2012-13, 2013-14, 2014-15 for tender floated on or before 30th
September, 2016 and (ii) 2013-14, 2014-15, 2015-16 for tender floated after 30th
September, 2016
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
57 SIGNATURE & STAMP OF TENDERER
Annexure-‘N’
Affidavit for quoting other manufacturer’s accessories/attachment for equipment
(On Rs. 100/- Non-Judicial Stamp-paper)
I/We……………………………… (Name and address of the Vendor) do hereby declare that the
whole responsibility of Warranty, CMC and Services of the other manufactures’ accessories /
other attachments quoted as a part of the quoted equipment would lie with us.
I/We ……………………………. (Name of Vendor) declare that the quoted accessories /
attachment are original.
I/We ……………………………. (Name of Vendor) also accept that I/we would be liable for
debarment or blacklisting by Gujarat Medical Services Corporation Ltd in case the accessories /
other attachments are found to be fake / duplicate and also if I/we fail to provide Warranty,
CMC and post-sale Services till the entire period of commitment.
I/we hereby undertake that I/we will be entirely responsible for all the aforementioned
conditions during the tender process and thereafter the entire contract period on the award of
contract.
Name of Vendor
Authorized Sign with Seal
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
58 SIGNATURE & STAMP OF TENDERER
Annexure-‘O’
G U A R A N T E E B O N D
In consideration of the Gujarat Medical Services Corporation Limited,
Gandhinagar (here inafier called the GMSCL) having agreed to exempt
_________________________________________ (hereinafter called 'the said Contractor (s)') from
the demand, under the terms and conditions of an Agreement dated _____________________
made between Managing Director, Gujarat Medical Services Corporation Limited,
Gandhinagar and M/s. _______________________________________________ for purchase of
Materials (hereinafter called 'the said Agreement') of security Deposit for the due
fulfillment by the Said Contractor(s) of the terms and conditions contained in the said
Agreement, on production of a Bank Guarantee for Rs._________ (Rupees
_________________________________________Only) we _________________________________ (hereinafter
to as 'the Bank') (Indicate the name of the Bank)
at the request of __________________________ (Contractor (s) do hereby undertake to pay to
the GMSCL an amount not exceeding Rs. __________________________ against any loss or
damage caused to or suffered or would be caused to or suffered by the GMSCL by
reasons of any breach by the said Contractor (s) of any of the terms or conditions
contained in the said Agreement.
2. We ______________________________________________ do hereby undertake to pay the
(Indicate the name of the Bank)
Amounts due and payable under this guarantee without any demur, merely on a damage
from the GMSCL stating that the amount claimed is due by way of loss or damage caused
to or would be caused to or suffered by the GMSCL by reason of breach by the said
contractor (s) if any of the terms of conditions contained in the said Agreement or by
reason of the contractor (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. However, our liability under this Guarantee shall be
restricted to an amount not exceeding Rs._____________________.
Stamp of Rs.
100/-
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
59 SIGNATURE & STAMP OF TENDERER
3. We undertake to pay the GMSCL any money so demanded notwithstanding any
dispute or disputes raised by the contractor (s) / Supplier (s) in any suit or proceeding
pending before any court or Tribunal relation there to our liability 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 thereunder and the Contractor (s) / supplier (s) shall have no claim against us
for making such payment.
4. We ______________________________________________________ further agree that the
(Indicate the name of the Bank)
guarantee herein Contained shall remain in full force and effect during the period that
would to be taken for the performance of the said Agreement and that it shall continue
to be enforceable till all the dues of the GMSCL under or by virtus of the said Agreement
have been fully paid and its claims satisfied or discharged or till Managing Director,
GMSCL, Gandhinagar certifies that the terms and conditions of the said agreement have
been fully and properly carried out by he said Contractor (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 ___________________________________________ further agree with the GMSCL
(Indicate the name of the Bank)
that the GMSCL shall have the fullest liberty without our consent and without affecting
in any manner our obligations hereunder to vary any of their terms and conditions of
the said Agreement or to extend time of performance by the said contractor (s) from
time to time or to postpone for any time or from time to time any of the powers
exercisable by the GMSCL against the said Contractor (s) and to for bear or enforce any
of the terms and conditions relating to the said agreement and we shall not be releved
from our liability by reason of any such variation or extension being guranted to the said
Contractor (s) or for any forbearance. act or omission on the part of the GMSCL or any
indulgence by the GMSCL to the said contractor (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 of the Contractor (s) / Supplier (s).
7. We ________________________________________ lastly undertake not to revoke this
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
60 SIGNATURE & STAMP OF TENDERER
(Indicate the name of the Bank)
Guarantee during its currency except with the previous consent of the GMSCL in writing.
Dated the _____________________ day of ________________201
For _____________________________________
(Indicate the name of the Bank)
N. B. : One sided alterations / additions to any clause not allowed in this bond form as per No. DBOD-NO. INF-BC-45/C-
109(H)/86 dt.09/04/1986 of R.B.I., Bombay.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
61 SIGNATURE & STAMP OF TENDERER
Annexure-‘P’
SD Agreement
G. C. P. G. (Y) – 2652-5,000-3-2001
G. R. D. D. NO. SPO 3252, dated 25/11/53
An Agreement made this ________________________________________ day of (month) ___________________________________________ of year Two thousand and ______________________ between M/s. ____________________________________________________________________________________ _________________________________________________ (hereinafter called 'the Contractor') of the one part and the Gujarat Medical Services Corporation, Gandhinagar (hereinafter called "the GMSCL") of the other part.
Whereas the Contactor has tendered to the GMSCL for supply to the Managing Director of Gujarat Medical Services Corporation Limited, Gandhinagar the articles specified in the schedule "A" (Attached) as per delivery instructions given in the acceptance of Tender at the respective prices or rates mentioned opposite to the said articles in the Column provided for the purpose and whereas such tender has been accepted and the Contractor has deposited with the Managing Director of Gujarat Medical Services Corporation Limited the sum of Rs.__________________ (Rupees ________________________ ___________________________________ Only) in Form of Bank Guarantee / fixed Deposit as security for due fulfillment of this Agreement.
Now it is Hereby Agreed between the parties, here to as follows :
[1] The Contractor has accepted the contract on the terms and conditions set out in the Tender Enquiry No. __________________________________________ Due on _____________________ as well in the Acceptance Letter No. ________________________ Dated __________________ which will hold good during the period of this agreement.
[2] Upon breach by the Contractor of any of the conditions of the Agreement, Managing Director of Gujarat Medical Services Corporation Limited may by a notice in writing rescind, determine and put an end to this agreement without prejudice to the right of the GMSCL to claim damages for antecedent breaches thereof on the part of the contractor and also to reasonable compensation for the loss occasioned by the failure of the Contractor to fulfill the Agreement as certified in writing by the Managing Director of GMSCL which certificate shall be conclusive evidence of the amount of such compensation payable by the Contractor to the GMSCL.
[3] Upon the determination of this agreement whether by effluxion of time or otherwise the said security deposit shall after the expiration of ________________________ months from the date of such determination be returned to the contractor but without interest and after deducting there from any sum due by the Contractor to the GMSCL under the terms and Conditions of this Agreement.
Stamp of
Rs.100/-
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
62 SIGNATURE & STAMP OF TENDERER
[4] This agreement shall remain in force until the expiry of the date of delivery of materials but notwithstanding anything herein or in the tender and acceptance forms contained the GMSCL shall not be bound to take the whole or any part of the estimated quantity herein or therein mentioned and may cancel the contract at any time upon giving one month's a notice in writing without compensating the Contractor.
[5] In witness whereof the said ________________________________ (Owner / Proprietor / Partner) hath set his hand hereto and the Managing Director of Gujarat Medical Services Corporation Limited has on behalf of the GMSCL affixed his hand and seal hereto day and year first above written.
[6] Notices in connection with the contract may be given by the Managing Director of Gujarat Medical Services Corporation Limited or any Gazetted Officer of the Stores purchase Branch authorized by the Managing Director of GMSCL, Gandhinagar.
[7] If subject to circumstances beyond control (force major) the Contractor fails to deliver the stores in accordance with the conditions mentioned in A/T. The Managing Director of Gujarat Medical Services Corporation Limited shall, at his option, be entitled either –
(A) To recover from you as liquidated damage a sum equivalent to ½ percent of
price of the undelivered stores at the stipulated rate for each week or part thereof during the delivery of the delivery of such stores may be delayed subject to a maximum limit of 10 percent of the stipulated price of the stores so undelivered or;
(B) To purchase elsewhere, on your account and at your risk the stores so undelivered or others of a similar description where others exactly complying with the particulars are in the opinion of the Managing Director of Gujarat Medical Services Corporation Limited which shall be final, not ready procurable without canceling the contract in respect of consignments not yet due for delivery or,
(C) To cancel Contract or, (D) Shall initiate action to debar the company for appropriate period.
In the event of action being taken under (b) or (c) above, you shall be liable to make good for any loss, which the GMSCL may sustain by reason of higher price of the stores so purchased or otherwise howsoever.
The recovery on account of agreed liquidated damages or by way of penalty under (a) above will be made by deducting the amount in the bills and the recovery of any loss, which the Managing Director of Gujarat Medical Services Corporation Limited may sustain under (b) and (c)
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
63 SIGNATURE & STAMP OF TENDERER
should be made good by a credit Note within the Stipulated period for the purpose.
Gujarat Medical Services Corporation Limited,
(A Government of Gujarat Undertaking)
Gandhinagar
Witness :
1_______________________________________
2_________________________________________
CONTRACTOR
Managing Director,
Gujarat Medical Services Corporation Limited,
(A Government of Gujarat Undertaking)
Gandhinagar.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
64 SIGNATURE & STAMP OF TENDERER
Annexure-‘Q’
CMC Agreement Form
This agreement is made at____________ (Place of agreement) on (Date of agreement)
……….................day of …….2016 between the..
Party No. 1 : The Gujarat Medical Services Corporation Limited.,
Having its registered office at Block No. 14 Dr. Jivraj Mehta Bhavan (Old
Sachivalaya), Gandhinagar – 382010.
Party No. 2 : (Contracting Company)
This Agreement shall come into the force from immediate effect after expiry
of ‘warranty period’ and will remain in force for five years from the date
of initiation of Comprehensive Maintenance Contract.
Wherein the Party No. 1 is procurement agency and assigns on Party No.2, for the
maintenance services under the maintenance contract comprising preventive
and corrective maintenance and who shall be the incharge and in control of
this agreement, and Party No. 2 is company who shall server under this
agreement to Party No. 1 and Government hospitals where the
machines/equipments are located or installed for the maintenance services
under the maintenance contract comprising preventive and corrective
maintenance of machines/equipments and associated peripherals as
provided in Annexure- I herewith.
Whereas Party No. 1 is desirous of availing the Comprehensive Maintenance
Services for __________ installed at the premises of all the
indenters/consignees/Government Hospitals/Institutions under Tender
Enquiry No. _________________.
AND WHEREAS the Party No. 2 has pleased to accept the offer and has agreed to
perform the said maintenance services of the ________ as mentioned in
Annexure –I to this agreement.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
65 SIGNATURE & STAMP OF TENDERER
AND WHEREAS the Party No. 1 is desirous of entering into a service agreement
with Party No. 2 as per A.T. No. ________________________, dated________ for
providing Comprehensive Maintenance Service for the items mentioned in
the Annexure- I, installed at the premises indenters/consignees/Government
Hospitals/Institutions under Tender Enquiry No. _________________, for an
amount as mentioned in Annexure-II.
1.0 SCHEDULES TO THE AGREEMENT: The Annexure form an integral part of this agreement.
However during the currency of the agreement, the Party No. 1 is at liberty to add to or delete
from this schedule any numbers of Equipments or Peripherals etc., if so warranted. In case of
addition of work, the same will be done on already agreed and settled rates for the main
contract of maintenance.
1.1 Tenderers will have to provide a list of consumables / parts which would not be included
under warranty and / or CMC and also provide a rate list for the same which will remain in
force for the entire period of contract till the end of CMC. The same must be submitted
physically along with the tender. It will not be considered for price evaluation but at the time
of award of contract, the purchase committee will reserve the right to reject a bid solely on
the ground of high price of parts / consumables and / or if some parts which ought to be
included in CMC / Warranty have been mentioned as chargeable and the bidder does not
agree to provide them for free. Addition or exclusion of any
consumable/spare/parts/peripherals to be covered under CMC shall be decided by the
GMSCL, and shall be binding upon the Party No.2.
1.2 In case of any grievance with regard to inclusion or exclusion of
consumables/spares/parts/items under CMC, Party No. 2 may raise objection or may seek
clarification prior to signing agreement for CMC. After signing of this Agreement, Party No. 2
shall not be at liberty to raise any objection or revision for inclusion or exclusion of
consumables/spares/items to be covered under the CMC.
2.0 TERMS & CONDITIONS OF THE COMPREHENSIVE MAINTENANCE CONTRACT
2,1 The Party No.2, shall truly and faithfully carry on the said job as is done by the
services/business houses in proper manner/standard fashion for the comprehensive
maintenance of the _____________ and Peripherals as mentioned in annexure-I to the full
extent and satisfaction of the Party No. 1 and indenters/consignees/Government
Hospitals/Institutions for 5 years. During the term of this Agreement the Party No. 2
agrees to maintain the Equipments in good working order and for this purpose will
provide the following repair and maintenance service described herein:
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
66 SIGNATURE & STAMP OF TENDERER
2.2 The comprehensive maintenance includes preventive maintenance, quarterly regular
services of the ___________ and Peripherals as mentioned in the annexure and/or
replacement of any items necessary for keeping the said items active and free from any
defects or disturbance and also on any unscheduled call for corrective and maintenance
services, taking appropriate measures/steps on time to set right its malfunctioning.
2.3 Maintenance shall be provided on site for the equipment by Party No.2 and Maintenance
contract is comprehensive, which covers both the spare parts and labour. The
replacement of all the spares is included under the Maintenance Contract. Broken and
burnt parts, Parts damaged due to end user mishandling and parts damaged due to
adverse electrical conditions on site, will not be covered under the CMC.
2.4 The Party No. 2 shall correct any faults and failures in the Equipments and shall repair
and replace the defective parts of the Equipments during the Office’s normal working
hours on all working days. In cases where unserviceable parts of the Equipments need
replacement the Party No.2 shall replace such parts, at no extra cost with brand new
parts.
2.5 The replacement of defective spares with original spares or spares of equivalent
specification will be done by the Party No.2 without any extra charge.
2.6 The comprehensive maintenance shall be carried out primarily at the premises where
equipments under this A.T has been installed (consignee/indenter/Government Hospital
or Institute) during the office hours. In case, the Party No. 2 feels that the equipment
cannot be repaired on‐site, they will carry the defective equipment with the consent of
officials after giving due receipt of the equipment and deliver back the repaired
equipment to consignee/indenter/Government Hospital or Institute at the cost and risk
of Party No.2.
2.7 The time for attending calls should not exceed 10 working hours. System down time
should not exceed 48 clock hours from the time at which the complaint is registered. If
the down time is more than 48 clock hours.
In case the equipment is not repairable at the premises consignee/indenter/Government
Hospital or Institute, the Party No.2 shall make arrangement for moving or shifting of
machine at the desired place of Party No.2 for repairment on its own expense. The
packing/unpacking, transportation, loading/unloading, connection/ disconnection,
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
67 SIGNATURE & STAMP OF TENDERER
configuration/re-configuration and any associated activity with the repair and
maintenance of the equipments shall be the sole responsibility of the Party No.2.
2.8 During Warranty and CMC period, the uptime period of equipment should be
minimum 95%. If the breakdown period is more than 18 days for a particular
calendar year, penalty @ 0.1% of total purchase amount of equipment for each extra
day of delay as liquidated damages to be recovered from Security Deposit. Period of
breakdown of equipment shall be excluded from the warranty as well as CMC period.
In such a case period of warranty as well as CMC shall be extended accordingly.
2.09 The Operating environment condition in which the equipment is presently installed is
quite satisfactory and the Party No.2 will not raise any condition with regard to the
working environments for the equipment covered under the Maintenance Contract.
2.10 The Party No.2 agrees to maintain uninterrupted service to the customer as per the
terms and conditions of the agreement.
2.11 The First party agree to pay the total CMC charge for a period of five year is
Rs……………………./-(Rupees…………………………………............................…only, which is
inclusive of all taxes.). Payment will be made after successful completion of each year
of CMC.
2.12 The Party No. 2’s _____________________ maintenance personnel shall be given access to
the Equipments mentioned herein whenever necessary by the
consignee/indenter/Government Hospital or Institute, for purposes of performing
the repair and maintenance services indicated in this Agreement.
2.13 OS/Application Software & Database /Virus Support /Data recoveries are not
included in the scope of the proposal. However if warranted and desired by the
consignee/indenter/Government Hospital or Institute, the Party No.2 shall perform
the software related repairment and may charge in addition to what is stated herein
this contract.
2.14 The Party No.2 acknowledges that all material and information which has or will
come into its possession or knowledge in connection with this Agreement or the
performance hereof, consists of confidential and proprietary data, whose disclosure
to or use by third parties will be damaging or cause loss to the Customer. The Party
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
68 SIGNATURE & STAMP OF TENDERER
No.2 agrees to hold such material and information in strictest confidence, not to
make use thereof other than for the performance of this Agreement, to release it only
to employees requiring such information, and not to release or disclose it to any other
party.
2.15 The bidder will have to furnish his quotation for CMC for 5 years along with his bid
which will be considered for price evaluation purpose. The quoted CMC rates per
annum must not exceed 10% of the total purchase amount of equipment which would
include free replacement of any part / component, if required, during the period of
the contact.
2.16 The Party No.2 should provide preventive maintenance, corrective maintenance and
break down calls for the items brought under the CMC agreement. All problems shall
be reported by the Party No. 1 or consignee/indenter/Government Hospital or
Institute over a Phone Call, Email or on web portal provided by Party No.2 for this
purpose.
2.17 The Party No. 2 shall conduct Preventive Maintenance and general servicing
(including but not limited to inspection, testing, satisfactory execution of all
diagnostics, cleaning and removal of dust and dirt from the interior of the
Equipment, checking and testing parts and necessary repairing of the Equipments) at
least 4 times in a calendar year.
2.18 Payment shall be made on yearly basis on production of actual bill and service job
card duly signed and filled by the consignee/indenter/Government Hospital or
Institute.
2.19 The Party No. 2 shall be at obligation to prepare and maintain the service job card as
per Annexure – III (providing details of service performed and parts if any changed).
This service job card shall have to be counter singed by the concerned officer/ officer
authorized by the consignee/indenter/Government Hospital or Institute. Service job
card shall have to be made available to the Party No.1 at the time of production of
bills. Unless the Party No. 2 provides the said service job card, no remaining payment
shall be disbursed in favour of Party No. 2.
If tenderer refuses or fails perform the obligations confirmed in CMC contract, his
entire Security Deposit will be forfeited and he would be debarred from future
business with GMSCL. Further, if the tenderer fails to provide "Satisfactory service"
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
69 SIGNATURE & STAMP OF TENDERER
during CMC period, 4% of total purchase amount of the equipment shall be forfeited
from Security Deposit. For this purpose, Satisfactory Service would mean
(a) Attending to complaint within 48 hours of lodging the complaints.
(b) Ensuring repair / replacement of defective parts and making the equipment
operational within 7 days of lodging the complaints.
(c) Providing quarterly preventive maintenance visit.
If supplier fails to fulfil his contractual obligation of CMC and repair / equipment
operational within 30 days of lodging the complaints, the entire security deposit will
forfeited and the supplier would be debarred from future business with GMSCL.
Tenderers will also have to guarantee regular and timely supply of all the spare parts
required for the normal working of the item at a cost not exceeding the cost of such a
part charged to any other Government organization. Further, all the preventive and
breakdown maintenance visits during CMC by the tenderer along with
acknowledgement of consignee will have to be intimated to GMSCL (through email /
fax) within 48 hours.
2.20 Qualified maintenance engineers totally familiar with the equipments shall perform
all repair and maintenance service described herein.
2.21 Failure in adhering to any of the terms and conditions mentioned in the scope of
work shall invite invocation of penalty clause as well as penal actions as per terms
and conditions of A.T and Tender Document. If the service level as above is not
maintained, security deposit submitted by the Party No.2 shall be forfeited by the
Party No. 1.
2.22 Payment will be made on yearly basis and after successful and satisfactory
performance of the contract.
2.23 In case of invocation of penalty clause (clause No. 2.19, 2.21) the amount of penalty
shall be deducted from the pending bills of the Party No.2 or from the amount of the
security deposit. In case the performance of the Party No. 2 is found to be
unsatisfactory or in case the Party No. 2 fails to attend the complaint on more than
three occasions, the total amount of security deposit shall be forfeited by the Party
No.1 without any notice.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
70 SIGNATURE & STAMP OF TENDERER
2.24 Notwithstanding the provisions mentioned herein, the Party No.1 shall have the right
to cancel the contract for any default on the part of Party No.2 due to non-
performance or unsatisfactory performance thereof.
2.25 Machines that are not in a working condition at the time of signing of contract will not
be included in the CMC. In such cases, these shall be included only after making it in a
working condition, for which the cost will be charged extra.
2.26 The Party No. 2 shall maintain a written maintenance and repair log and shall record
therein each incident of the equipment malfunction, date and time of commencement
and successful completion of repair work and nature of repair work performed at the
site.
2.27 Force Majeure shall mean and be limited to the following:
a) War / hostilities
b) Riot or Civil commotion
c) Earthquake, flood, tempest, lightening or other natural physical disaster.
d) Restrictions imposed by the Government or other statutory bodies which
prevents or delays the execution of the order by the Party No. 3.
2.28 Completion period may be extended to circumstances relating to Force Majeure by
the Customer. The Second Party shall not claim any further extension for completion
of work before the said stipulated period. Customer shall not be liable to pay extra
costs under any conditions.
2.29 The contract will be initially valid for one year period from the date of signing of this
agreement and may be renewed further, which is at the discretion of the Customer
and based on the satisfactory services provided by the Party No.2.
2.30 The Agreement shall be governed by Indian Law and both the parties consent to the
jurisdiction of Gandhinagar and Ahmedabad Courts in all matters regarding the
Agreement.
3.0 Arbitration Clause:
In event of any question, dispute or difference arising under this agreement or under
these terms and conditions the same shall be referred to the sole arbitrator, an officer
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
71 SIGNATURE & STAMP OF TENDERER
in the Legal Department or any other officer appointed by the Managing Director of
Gujarat Medical Services Corporation Limited (Party No.1). It will not be objected that
the arbitrator is Govt. Servant that he had to deal with the matter which the
contract/agreement is related or that in course of his duties as Govt. Servant he has
expressed views on all or any of the matters in dispute or difference. The award of the
arbitrator shall be final and binding on the parties to this contract. In the event of the
arbitrator dying, neglecting or refusing to act or resigning or being unable to ace for
any reason or his award being set aside by the court for any reason, it shall be lawful
for the Managing Director of GMSCL, Gandhinagar to appoint another arbitrator in the
manner aforesaid.
It is further a term of this agreement that no person other than person appointed by
the Managing Director of GMSCL, Gandhinagar, as aforesaid should act as arbitrator.
The arbitrator may from time to time with consent of all the parties to the agreement
enlarge the time for making the award. Upon every and any such reference, the
assessment of the costs incidental to the reference and award respectively shall be at
the discretion of the arbitrator. Subject as aforesaid the Arbitration Act. 1940 and
rules thereunder and any statutory modifications thereof turns under this clause.
Work under the agreement shall if responsibly possible, will continue during the
Arbitration proceedings and payment due to or payable by the Party No.1 or Party
No.2 shall be withhelded on account of such proceedings. The venue of arbitration
shall be the place where the office of Party No.1 is situated or any other place as
arbitrator or Managing Director, GMSCL (Party No.1) at his discretion may determine.
In this clause the expression “Managing Director” of Gujarat Medical Services
Corporation Limited for the time being includes, if there be no Managing Director of
GMSCL, Gandhinagar, the officer who is for the time being the administrative head of
the Managing Director of GMSCL, Gandhinagar whether in addition to other functions
or otherwise.
IN WITNESS WHEREOF the parties have caused this Agreement to be executed by the
hands of duly authorised representatives on the day, month and year first before
written.
Signed by Signed by
(Signature with Seal) (Signature with Seal)
ON THE PARTY NO.1 ON THE PARTY NO.2
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
72 SIGNATURE & STAMP OF TENDERER
Annexure-‘R’
Government of Gujarat,
Finance Department, GR. No. EMD/10/2015/508/DMO
Date 27/04/2016
{A} Guarantees issued by following banks will be accepted as SD/EMD on
permanent basis
(1) All Nationalized Banks including the Public Sector Bank – IDBI Ltd. (2) Private Sector Banks – AXIS Bank, ICICI Bank and HDFC Bank.
{B} Guarantee issued by following Banks will be accepted as SD/EMD for period up
to March 31, 2017. The validity cut-off date in GR is with respect to date of
issue of Bank Guarantee irrespective of date of termination of Bank
Guarantee.
1) Kotak Mahindra Bank 2) Yes Bank 3) RBL Bank (The Ratnakar Bank Ltd.) 4) Induslnd Bank 5) Karur Vysya Bank 6) DCB Bank 7) FEDERAL Bank 8) SOUTH INDIAN Bank 9) The Kalupur Commercial Co-operative Bank Ltd. 10) Rajkot Nagarik Sahakari Bank ltd. 11) The Mehsana Urban Co-operative Bank Ltd. 12) Nutan Nagarik Sahakari Bank Ltd. 13) Dena Gujarat Gramin Bank 14) Saurashtra Gramin Bank
All the eligible banks are instructed to collect the original documents /
papers of guarantee from the concerned tendering authority.
Sd/-
(Roopwant Singh)
Additional Secretary (Budget)
Finance Department.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
73 SIGNATURE & STAMP OF TENDERER
Annexure-‘S’
Important Point to be verified before submission of tender
(1) If you are participating in the tender as an Indian manufacturer than kindly attach
below document.
- SSI (Gujarat Based) with CSPO/NSIC/DGS&D registration certificate for exemption in Tender Fee & EMD.
- Chartered Account Certificate in original showing year wise production and sales for quoted product for last three years.
OR
If you are participating in the tender as an Authorized representative for
imported component than kindly attach below document.
- Authority letter, which should clarify that you are a regular supplier of products of that
manufacturer for last three years preceding the date of Technical Bid Submitted authority
letter should be notarized.
- Notarized copy of the agreement between manufacturer and bidder authorizing the bidder
to be the authorized distributor of the manufacturer.
- Notarized copies of at least 3 supply orders and satisfaction reports from the users for any
of the product of the manufacturer company (whose product has been quoted) supplied by
the bidder during past 3 years.
- Notarized authorization from the manufacturer that the bidder is authorized to provide
after sales services and spare parts / consumable support for the entire duration of the
contract including Warranty and CMC of the product.
- Notarized certificate from manufacturer that particular division of its subsidiary dealing
with the product in question is not participating directly in any tender across the country
since immediate past one year (at least) prior to the last date of this tender or if subsidiary
company does not exist in India, notarized certificate from manufacturer that it does not
have subsidiary company in India.
OR
If you are participating in the tender as a Subsidiary Company than kindly attach
below document.
(a) Documents that you are 100% subsidiary company of your foreign manufacture.
(2) EMD & Tender fee for non SSI & CSPO/NSIC/DGS&S UNIT
(3) Exemption in EMD & Tender Fee for only Gujarat Based SSI & CSPO/NSIC/DGS&S
Unit
(4) Original / Notarized Turnover Certificate issued by Charted Accountant for Last
Three Years and average annual Turnover of the last three years should not be less
than 2 Crores. Relaxation applicable as mentioned in condition.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
74 SIGNATURE & STAMP OF TENDERER
Annexure-‘T’
Common deficiency observed in the Primary Scrutiny of the Tender document
- Non submission of Online Tender.
- Non submission of Physical document before stipulated time & date.
- Non submission of EMD & Tender Fee or submission of less EMD or Tender fee.
- Non submission of EMD & Tender Fee for non-Gujarat based SSI-CSPO/NSCI/DGS&D Unit.
- Non submission of CA certificate for Last financial year.
- Non submission of CA certificate with Production & Sales data.
- Non submission of letter issued by foreign manufacturer saying that particular Indian
company is our Subsidiary Company.
- Non submission of authority letter clearly indicating that the bidder possesses three year
experience as authorized distributors.
- Non submission of authority letter without notary.
- Non submission of notarized copy of the agreement between manufacturer and bidder
authorizing the bidder to be the authorized distributor of the manufacturer.
- Non submission of notarized copies of at least 3 supply orders and satisfaction reports from
the users for any of the product of the manufacturer company (whose product has been
quoted) supplied by the bidder during immediate past 3 years preceding the last date of
tender.
- Non submission of notarized authorisation from the manufacturer that the bidder is
authorized to provide after sales services and spare parts / consumable support for the
entire duration of the contract including Warranty and CMC of the product.
- Non submission of notarized certificate from manufacturer that its subsidiary company is
not participating directly in any tender across the country.
- Non submission of notarized certificate from manufacturer regarding the same would suffice
and documents pertaining to authorized distributor or subsidiary company can be dispensed
with.
- Non submission of Turnover certificate for Last financial year.
- Non submission of Turnover Certificate issued by CA that indicate last three years’ average
turnover is below Rs.2.00 crores.
- Unaudited Turnover data will be acceptable for last year if the company can undertake to
provide the audited data before award of contract.
- Non submission of Higher Price - Lower Price certificate.
- Non submission of Literature for quoted model.
- Non submission of Marketing Data.
- Non submission of Valid Sales Tax Clearance Certificate / Challans of last four quarters.
- Non submission of ISI certificate if asked with ISI product.
- Non submission of AERB certificate for quoted model. (where applicable)
- Non submission of IEC certificate. (where applicable)
- Non submission of Affidavit for quoting other manufacturer’s accessories / attachment for
equipment (wherever applicable)
- Non submission of required documents as per list of Annexures
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
75 SIGNATURE & STAMP OF TENDERER
Annexure - U
(Shall be submitted on letter head of firm)
Declaration by the Bidder regarding Qualification
In relation to my / our bid submitted to Managing Director, Gujarat Medical Services
Corporation Limited, Block No.14, Dr Jivraj Mehta Bhavan, Gandhinagar for
procurements of ……………………………… (Name of item) …………………. in response to
their item inviting No. …………………. Dated ……………….. I/We hereby declare that:
1. I/We possess the necessary professional, technical, financial and managerial
resources and competence required by the bidding document issued by the Procuring
Entity;
2. I/We have fulfilled my/our obligation to pay such of the taxes payable to the Union
and the State Government or any local authority as specified in bidding document.
3. I/We are not insolvent, in receivership, bankrupt or being wound up, not have my /
our affairs administered by a court or a judicial officer, not have my / our business
activities suspended and not the subjected of legal proceedings for any of the
foregoing reasons.
4. I/We do not have and our directors and officers not have been convicted of any
criminal offence related to my / our professional conduct or the making of false
statement or misrepresentations as to my/our professional conduct or the making of
false statements or misrepresentations as to my/our qualifications to enter into a
procurement contract within a period of three years preceding the commencement of
this procurement process, or not have been otherwise disqualified pursuant to
debarment proceedings;
5. I/We do not have a conflict of interest as specified in the Act, Rules and the Bidding
Document, which materially affects fair competition.
6. I/We do not have any past history of debarment with GMSCL for any of the firm(s)
where I/we acted as promoter.
7. I/We hereby confirm that we have deposited all the VAT / Sales Tax / CST as on dated ……………… with the concerned authority / department. NO VAT / CST is due on the firm as on dated………………….
Date: Signature of bidder
Place: Name:
Designation:
Address:
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
76 SIGNATURE & STAMP OF TENDERER
Annexure - V
(On Firm's letter head)
Production Capacity Declaration and Undertaking
(for Indian manufacturer only)
(On Non Judicial Stamp paper worth Rs.200/- Amend by Notary Public)
1. I/We ……………………………… (Name of firm) ……………………. do hereby declare that we have installed
manufacturing capacity of quoted item in specified units in the bid as detailed below:
Sr. No. Quoted item details & code No.
Monthly capacity in all shifts
(in nos.)
Annual production
capacity (in nos.)
Monthly supply commitment to GMSC (in nos.)
Annual supply commitment
to GMSC (in nos.)
1 2 3 4 5 6 1 2 3
2. I/We certify that the quoted model (of quoted item) is of latest technology and is not outdated. 3. I/We certify that the rates (of quoted item) are reasonable and not sold on lower rates to anyone than charged
from GMSCL. 4. I/We do hereby accept condition of comprehensive warranty period with spare parts of each quoted equipment
as per terms & condition or technical specifications. (From the date of installation / demonstration). 5. (a) I/We do hereby undertake that our company/firm has not been black listed / banned / debarred by Union
Govt. or any State Govt. or their subordinate departments from participation in bidding. (b) I/We do hereby declare that our company/firm has been black listed / banned / debarred by
……………………………………….. (Name, Address of Govt./Deptt./State) and detailed information is as given below:
(i) Cause of black listing / banning / Debarring (ii) For which item…………………………….. (iii) Period of black listing / banning / Debarring. (iv) Latest Status of black listing / banning / Debarring.
Signature of Authorized Signatory Place: Name and Signature of Bidder Date: Designation with seal
CERTIFICATE FROM CHARTERED ENGINEER
(To be produced if tender quantity is more than 1000 units)
Certified that I have personally verified the facts as stated above and have found them to be correct.
Further the bidding from M/s………………………… possess requisite production capacity to participate in
Tender Enquiry No………………………….. floated by GMSCL.
Name & Signature with address & contact detail
Note: Certificate from Chartered Engineer would be submitted with Production Capacity Declaration and
Undertaking where tender quantity is more than 1000 units. Otherwise only Production Capacity Declaration
and Undertaking should be submitted with the tender.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
77 SIGNATURE & STAMP OF TENDERER
Annexure - W
Statement of Plant & Machinery
(On non-judicial stamp paper of Rs.50/-)
(CA Certified)
(i) List of Plant & Machinery available for production of equipment
(ii) List of items manufactured by the bidder.
(iii) Area of unit with working space & authority letter of allotment.
(iv) Stock position of raw material.
(v) Registration certificate for manufacturing unit / S.S.I. unit from Industries department.
(vi) Man power status / details.
(vii) List of equipment for quality control measures including details of Quality Control
Laboratory, if any
(viii) Certificate from Govt. Agency / Charted Engineer for production capacity assessment.
(ix) Any other information.
(Name)
Signature of Bidder with Seal
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
78 SIGNATURE & STAMP OF TENDERER
Annexure - X
List and rates consumables
The ……………………….. (Name & brand of equipment) …………………………….. has the following requirement pf Reagents, Consumables & Spares without which this equipment cannot be made Operational/ functional. All the reagents, chemicals, consumables and spares are covered under comprehensive maintenance contract except given below:-
(a) The list of reagents & chemicals:-
Sr. No. Name of Reagents &
Chemicals Packaging Unit Price Rs. Per
Unit Remark
1
2
3
Soon
(b) The list of consumables:-
Sr. No. Name of Consumable Packaging Unit Price Rs. Per
Unit Remark
1
2
3
Soon
(c) The list of spares parts:-
Sr. No. Name of Spare parts of
equipment Packaging Unit Price Rs. Per
Unit Remark
1
2
3
Soon
The above mentioned rates (after negotiation, if any) would be fixed for the entire duration of contact including CMC & Warranty.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
79 SIGNATURE & STAMP OF TENDERER
Annexure - Y
Bank Details for RTGS
Sr. No. Details Bank Detail
1 Beneficiary Name & Postal Address
2 Name of Bank
Branch Name & Address
Branch Code no.
Branch manager Mobile No.
Branch Telephone No.
Branch E-Mail Id.
3 P Digit code number of bank and
branch appearing on the MICR cheque
issued by the bank.
4 IFSC Code of the Branch
5 Type of Account
6 Account Number
7 Name of Owner
8 Mobile Number
9 E-Mail ID
We hereby declare that the particulars given above are correct and complete. If the
transaction is delayed or not effected at all for reasons of incomplete or incorrect information,
we would not hold institution responsible.
Date:
Place: Sign.with stamp
B a n k C e r t i f i c a t e
We certified that .................................................................................. has account
No.................................... with us and we confirm that the bank details given above are correct as per
our records.
Date:
Place: Signature & Seal of Bank
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
80 SIGNATURE & STAMP OF TENDERER
PRIMARY SCRUTINY SHEET (ONLINE / PHYSICALLY)
TENDER NO: GMSCL/E.P./ -______________________________ OPENED ON ___
ITEM: ____________________________________________________________
____________________________________________________________ (QTY./R.C. BASIS)
Sr.
No. List of Documents and other Terms
NAME OF TENDERER
Page No.
[1] Tender Online submitted by
(a) Manufacturer
(b) Authorized representative / dealer for imported components
(c) Subsidiary company of foreign manufacturer.
(d) Exclusive entity in India floated by manufacturer to trade in the product (wherever applicable)
[2] (a) C.A. Certificate for last three year as per T.E. Co. No. 3.2(a) for Indigenous Articles
(b) (i) 3 Years experiences as per T.E. Con. No. 3.3
(ii) Notarized Authority Letter
(iii) Notarized Agreement as per T.E. Con. No. 3.3.1
(iv) Notarized supply order/satisfaction report as per T.E. Con. No. 3.3.2
(v) Notarized authorization from manufacturer for service and spare parts / consumable support for entire duration of the contract as per T.E. Con. No. 3.3.3
(vi) Notarized certificate as per T.E. Con. No. 3.3.4
(c) For subsidiary Co.
(i) Documents of 100% subsidiary of their foreign
Mfg. as per T.E. Con. No.3.4
(d) In case the bidder is exclusive entity in India floated by manufacturer
(i) Notarized supply order/satisfaction report as per T.E. Con. No. 3.3.2
(ii) Notarized authorization from manufacturer for service and spare parts / consumable support for entire duration of the contract as per T.E. Con. No. 3.3.3
[3] Turnover certificate of C.A. for last 3 years as per T.E. Con. No 6.21 for all bidder firms.
[4] E.M.D.
[5] Literature
[6] Technical Bid
[7] Affidavit of HP/LP Certificate
[8] Marketing Data / Installation
[9] Manufacturing Certificate:-
SSI
CSPO
NSIC / DGS&D
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
81 SIGNATURE & STAMP OF TENDERER
ISO
Other
[10] Sales Tax Clearance Certificate/ Challans
[11] Confirmation of D.P.
[12] Confirmation of Payment terms.
[13] Confirmation of Place of Delivery.
[14] (i) ISI Certificate of last one year.
(ii) Valid ISI certificate as per T.E. Con. No.6.2
[15] Partnership deed/ Memorandum / Article of Association.
[16] I.E.C. Certificate for Imported Articles
[17] A.E.R.B. Certificate (if applicable)
[18] Notarized copy of valid SSI registration. as per T.E. Co. No. 4.1.9
[19] Notarized copy of C.A. / Company secretary Certificate for SSI unit as per T.E. Co. No. 4.1.9
[20] Notarized Copy of latest audited annual balance sheet and investment in Plant and machinery as per T.E. Co. No. 4.1.9
[21] Affidavit for quoting other manufacturer’s accessories / attachment for equipment (wherever applicable)
[22] Format for Declaration by the Bidder regarding Qualification. (wherever applicable)
[23] Production Capacity Declaration and Undertaking (wherever applicable)
[24] Format for Statement of Plant & Machinery (wherever applicable)
[25] Format for List and rates consumables (wherever applicable)
[26] Remarks
[27] Acceptable (A) / Not Acceptable (N)
(page of )
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-520/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE / ON BI-ANNUAL RATE CONTRACT BASIS
OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE
NAME OF ITEM QTY. PLACE OF FREE
DELIVERY & INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 520.01 Disintegrator
(Hammer mill) 1 no.
Kolavada – Gandhinagar
9,000/- 3,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-520/2016-17
Name of Item : Disintegrator (Hammer mill) Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Screen less mill (Critical)
(2) Output 250 kg per hour (Critical)
(3) Three phase 25 Hp electric motor (Non-Critical)
(4) Use for coarse powder (Non-Critical)
(5) Feed material 40 to 50 mm size (Non-Critical)
(6) 4000 rpm of mill (Non-Critical)
(7) Hammer should M.S. hard (Critical)
(8) Liner should M.S. Hard (Critical)
(9) Extra 10 set of Hammer and Liner (Non-Critical)
(10) Heavy Stand based (Non-Critical)
(11) With cloth balloon and collector set (Non-Critical)
(12) Tool box (Non-Critical)
(13) instruction manual book (Non-Critical)
(15) Standard model (Non-Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
3
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-520/2016-17
Name of Item : Disintegrator (Hammer mill) Manufacture________________ Brand______________ Model__________________
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-521/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 521.01 Pulverizer 1 NO. Kolavada –
Gandhinagar 9,000/- 3,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-521/2016-17
Name of Item : Pulverizer Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Screen less (Critical)
(2) Feed size - 1.5 to 2 cm (Non-Critical)
(3) Three phase 25 Hp electric motor (Critical)
(4) Hammer should M.S. hard (Critical)
(5) Mesh size 60 to 100 BSS mesh (Critical)
(6) Output 100 kg per hour (Critical)
(7) Assorted size of hammer (Non-Critical)
(8) 4000 RPM of mill (Non-Critical)
(9) Hammer should M.S. hard (Critical)
(10) Liner should M.S. Hard (Critical)
(11) Extra 10 set of Hammer and Liner (Non-Critical)
(12) Heavy Stand based (Non-Critical)
(13) With cloth balloon and collector set (Non-Critical)
(15) Tool box (Non-Critical)
(16) instruction manual book (Non-Critical)
(17) Standard model (Non-Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
3
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-521/2016-17
Name of Item : Pulverizer Manufacture________________ Brand______________ Model__________________
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-522/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 522.01 Sifter - Vibro Sieving
grading machine 1 no.
Kolavada – Gandhinagar
6,000/- 2,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-522/2016-17
Name of Item : Sifter - Vibro Sieving grading machine Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Made by S.S. 304 (Critical)
(2) Contact part should be S.S. 316 (Critical)
(3) Sieve size Diameter 30 inch (Critical)
(4) Lid with Clamp for close (Non-Critical)
(5) Electric Panel set (Non-Critical)
(6) Vibro type (Critical)
(7) High speed shifter (Non-Critical)
(8) Different sieves no BSS no 8, 40, 60, 80, 100 mesh extra each sieve 2 set (Critical)
(9) Easy to maintain (Non-Critical)
(10) Electric Panel set (Non-Critical)
(11) Instruction manual book (Non-Critical)
(12) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ ______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification. 2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if
rates of equipment exceeds Rs.10,000/-. 3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of
goods is to be provided by the Tenderer along with consignment. 4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the
time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-523/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 523.01 Sifter - Vibro Sieving
grading machine 1 NO.
Kolavada – Gandhinagar
6,000/- 2,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-523/2016-17
Name of Item : Sifter - Vibro Sieving grading machine Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Made by S.S. 304 (Critical)
(2) Contact part should 316 (Critical)
(3) Sieve size Diameter 30 inch (Critical)
(4) Vibro type sieving (Critical)
(5) High speed shifter (Non-Critical)
(6) Different sieves (Critical)
(7) Sieve BSS no. 120 and 200 mesh (Critical)
(8) sieve each 2 set (Critical)
(9) Portable type machine (non-critical)
(10) instruction manual book (Non-Critical)
(11) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-524/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE / ON BI-ANNUAL RATE CONTRACT BASIS OF ITEM
AS UNDER: DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 524.01 Mass and Powder
Mixer 3 NOS.
Kolavada – Gandhinagar,
Junagadh 18,000/- 6,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-524/2016-17
Name of Item : Mass and Powder Mixer Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Contact part should be S.S. 316 (Critical)
(2) Other part S.S. 304 (Critical)
(3) Square type container shape (Non-Critical)
(4) Container made by 10 gauge steel (Critical)
(5) Capacity 50 kg ( 110 lit ) (Non-Critical)
(6) Three phase electric Motor 5 Hp (Critical)
(7) Teflon end seal (Critical)
(8) Unbreakable transparent poly carbonated lid (Critical)
(9) 3 inch gear box (Non-Critical)
(10) Electric panel set (Non-Critical)
(11) Easy operated (Non-Critical)
(12) instruction manual book (Non-Critical)
(13) GMP model
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-534/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 534.01 Pill making – Semi
auto 2 nos.
Kolavada – Gandhinagar,
Junagadh 12,000/- 4,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-534/2016-17
Name of Item : Pill making – Semi auto Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Motorized (Critical)
(2) Three phase ele. Motor of 1.5 Hp. (Critical)
(3) Four number of cutter (Critical)
(4) Any two size of cutter (Non-Critical)
(5) Pill size 4 mm and 12 mm (Critical)
(6) Overall size of 4 x 4 x2.5 feet (Critical)
(7) Contact part should be S.S. 316 (Critical)
(8) Easy operated (Non-Critical)
(9) Output app. 250 kg per day (Non-Critical)
(10) instruction manual book (Non-Critical)
(11) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-536/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 536.01 Communiting mill 1 No. Kolavada –
Gandhinagar 6,000/- 2,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-536/2016-17
Name of Item : # 536.01 Communiting mill Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Contact part should be S.S. 316 (Critical)
(2) Other part should S.S. 304 (Critical)
(3) Three phase ele. Motor of 1.5 Hp (Critical)
(4) High granulation efficiency level (Non-Critical)
(5) Easy operated (Non-Critical)
(6) Speed controller set (Non-Critical)
(7) Portable type machine (Non-Critical)
(8) instruction manual book (Non-Critical)
(9) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-537/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 537.01 Oscillatory Granulator
Machine 1 No.
Kolavada – Gandhinagar
6,000/- 2,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-537/2016-17
Name of Item : # 537.01 Oscillatory Granulator Machine Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Contact part should be S.S. 316 (Critical)
(2) Other part should S.S. 304 (Critical)
(3) Three phase ele. Motor of 1.5 Hp (Critical)
(4) High granulation efficiency level (Non-Critical)
(5) Stirrer size 6 “ + 15 “(Critical)
(6) Speed controller set (Non-Critical)
(7) Easy operated (Non-Critical)
(8) instruction manual book (Non-Critical)
(9) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-538/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 538.01 Tablet Making
Machine 2 Nos.
Kolavada – Gandhinagar,
Junagadh 24,000 8,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-538/2016-17
Name of Item : # 538.01 Tablet Making Machine Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Rotary Table ting Machine (Critical)
(2) 16 Station rotary type (Critical)
(3) Contact part should be S.S. 316 (Critical)
(4) Other part should S.S. 304 (Critical)
(5) Molded Die punch made by OHNS.p (Critical)
(6) Pressure 6 to 10 tone (Critical)
(7) Punch Diameter 7 mm, 9mm ,16 mm (Critical)
(8) Weight should be app. 900 kg. (Critical)
(9) Output app. 50000 TPM (Non-Critical)
(10) Three phase ele. Motor of 1.5 Hp (Critical)
(11) Tooling of different shape (Non-Critical)
(12) Three set of extra Molded die and punch (Critical)
(13) instruction manual book (Non-Critical)
(14) GMP model with tablet duster (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification. 2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if
rates of equipment exceeds Rs.10,000/-. 3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of
goods is to be provided by the Tenderer along with consignment. 4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the
time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-539/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 539.01 Tablet Coating Pan 1 No. Kolavada –
Gandhinagar 3,000/- 1,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-539/2016-17
Name of Item : # 539.01 Tablet Coating Pan Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Contact part should be S.S. 316 (Critical)
(2) Other part should S.S. 304 (Critical)
(3) Assorted size of pan 36 inch (Critical)
(4) Hot air blower (Non-Critical)
(5) Blower with thermostat separate (Non-Critical)
(6) Three phase ele. Motor 2 Hp (Critical)
(7) RPM 8-20 and 12-30 (Critical)
(8) Plain pan (Critical)
(9) instruction manual book (Non-Critical)
(10) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-540/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 540.01 Tablet Counter and
Filler Machine 1 No.
Kolavada – Gandhinagar
9,000/- 3,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-540/2016-17
Name of Item : # 540.01 Tablet Counter and Filler Machine Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Contact part should be S.S. 316 (Critical)
(2) Other part should S.S. 304 (Critical)
(3) Use for tablet and capsule counter (Critical)
(4) Three phase ele. Motor (Critical)
(5) Multi dose system (Critical)
(6) Output approx 500 TPM (Critical)
(7) Two set of filler with variable speed (Critical)
(8) Glass disk type turn table (Critical)
(9) instruction manual book (Non-Critical)
(10) with air req. compressor (Critical)
(11) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-541/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER :
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 541.01 Dehumidifier 4 Nos. Kolavada
(Gandhinagar), Junagadh
12,000/- 4,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-541/2016-17
Name of Item : # 541.01 Dehumidifier Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) For 200 sq.mt. area (Critical)
(2) Three phase 0.5 Hp motor (Critical)
(3) instruction manual book (Non-Critical)
(4) used for tablet section (Non-Critical)
(5) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-542/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 542.01 Cone Blender 2 Nos. Kolavada –
Gandhinagar, Junagadh
6,000/- 2,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-542/2016-17
Name of Item : # 542.01 Cone Blender Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Contact part should be S.S. 316 (Critical)
(2) Made by S.S. 304 (Critical)
(3) Cone capacity - 25 kg ( 50 lit) (Critical)
(4) Easy operated (Non-Critical)
(5) Three phase ele. Motor of 1.5 Hp (Critical)
(6) instruction manual book (Non-Critical)
(7) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-543/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 543.01 Capsules Loader 2 Nos. Kolavada –
Gandhiangar, Junagadh
6,000/- 2,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-543/2016-17
Name of Item : # 543.01 Capsules Loader Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) 300 hole used for no of 00, 0, 1, 2 size of capsule (Critical)
(2) Contact part of S.S. 316 (Critical)
(3) Other part should be S.S. 304 (Critical)
(4) Manually operated (Non-Critical)
(5) instruction manual book (Non-Critical)
(6) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-544/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 544.01 Capsule Filling
Machine 2 Nos.
Kolavada-Gandhinagar,
Junagadh 6,000/- 2,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-544/2016-17
Name of Item : # 544.01 Capsule Filling Machine Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Made by S.S. 304 (Critical)
(2) Contact part should be S.S. 316 (Critical)
(3) Manually operated (Non-Critical)
(4) With 300 hole (Critical)
(5) Capsule size no of 00, 0, 1, 2 (Critical)
(6) instruction manual book (Non-Critical)
(7) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-545/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 545.01 S.S. Tank 2 Nos. Kolavada-
Gandhiangar 18,000/- 6,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-545/2016-17
Name of Item : # 545.01 S.S. Tank Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) For fermentation used (Non-Critical)
(2) heat continue for one month (Critical)
(3) Made by S.S. 316 10 gauge steel (Critical)
(4) Steel gauge should 10 (Critical)
(5) With jacketed 12 kw heater (Non-Critical)
(6) Tem. Controller req 28 to 30 up to 100 c (Critical)
(7) Movable portal (Non-Critical)
(8) Led locked with I inch valve (Critical)
(9) 5 inch in bottom and 2 inch in ½ feet of the lower surface output valve (Non-Critical)
(10) Capacity 1000 and 500 lit (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-547/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 547.01 Filter Press 2 Nos. Kolavada-
Gandhiangar 6,000/- 2,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-547/2016-17
Name of Item : Filter Press Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Simple motorizes oil and liquid filter (Critical)
(2) Contact part should be S.S. 316 (Critical)
(3) 8 Inch dis. Plus 6 plates (Critical)
(4) With centrifugal pump (Critical)
(5) Portable model (Non-Critical)
(6) instruction manual book (Non-Critical)
(7) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-548/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 548.01 Steel vessel pan 4 Nos. Kolavada-
Gandhiangar, Junagadh
18,000/- 6,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-548/2016-17
Name of Item : Steel vessel pan Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Made by S.S. 316 (Critical)
(2) Capacity 200 lit, 100 lit, 50 lit, 25 lit (Non-Critical)
(3) Made by 5 mm S.S. 316 (Critical)
(4) With handle (Non-Critical)
(5) Steel should be 10 gauge used (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-549/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 549.01 Gas Operated
Heating Machine 2 Nos.
Kolavada-Gandhiangar,
Junagadh 24,000/- 8,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-549/2016-17
Name of Item : Gas Operated Heating Machine Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Vessel should be made by S.S. 316 (Critical)
(2) Other part S.S. 304 made (Critical)
(3) Thickness of vessel 5 mm (Critical)
(4) Vessel capacity 100 lit , 200 lit and 500 lit (Critical)
(5) Easy operated (Non-Critical)
(6) 3 Hp ele. Motor (Critical)
(7) Reduction gear box with controller panel for rotation speed of stirrer (Critical)
(8) Inbuilt high capacity Gas burner with flow controller (Non-Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-550/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 550.01 Hydro Extractor 3 Nos. Kolavada-
Gandhiangar, Junagadh
18,000/- 6,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-550/2016-17
Name of Item : Hydro Extractor Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Contact Part should be S.S. 316 (Critical)
(2) Other part S.S. 304 (Critical)
(3) Portable facility (Non-Critical)
(4) 3 Phase electric 1.5 Hp motor (Critical)
(5) 50 lit capacity of drum (Critical)
(6) instruction manual book (Non-Critical)
(7) GMP model
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-551/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 551.01 Amla Pulp Making
Machine 1 No.
Kolavada-Gandhiangar
3,000/- 1,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-551/2016-17
Name of Item : Amla Pulp Making Machine Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Contact part should be S.S. 316 (Critical)
(2) Motorized (Non-Critical)
(3) 3 Phase electric motor of 1 Hp (Critical)
(4) Easy operated with filtering (Non-Critical)
(5) Output 100 to 300 kg (Non-Critical)
(6) instruction manual book (Non-Critical)
(7) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-552/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 552.01 Chyavnaprash Filling Machine
1 Nos. Kolavada-
Gandhiangar 3,000/- 1,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-552/2016-17
Name of Item : Chyavnaprash Filling Machine Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Contact part should be S.S. 316 (Critical)
(2) Motorized (Non-Critical)
(3) 3 Phase electric motor of 1 Hp (Critical)
(4) Easy operated with filtering (Non-Critical)
(5) Filling size 200gm, 500 gm and 1 kg (Critical)
(6) instruction manual book (Non-Critical)
(7) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-553/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 553.01 Distillation Apparatus
2 Nos. Kolavada-
Gandhiangar 6,000/- 2,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-553/2016-17
Name of Item : Distillation Apparatus Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Contact part should be 316 (Critical)
(2) Vessel capacity of 100 lit (Critical)
(3) Gas operated (Critical)
(4) Inbuilt high capacity Gas burner with flow controller (Non-Critical)
(5) With s.s. 304 stand (Non-Critical)
(6) Vessel - Lid Condenser separated (Non-Critical)
(7) instruction manual book (Non-Critical)
(8) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-554/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 554.01 Bottle Filling, Capping and
Labeling machine 2 Nos.
Kolavada-Gandhiangar,
Junagadh 18,000/- 6,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-554/2016-17
Name of Item : Bottle Filling, Capping and Labeling machine Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Semi auto (Critical)
(2) 4 head filling (Critical)
(3) Vibration free (Non-Critical)
(4) 3 phase 1 Hp motor (Critical)
(5) With inbuilt turn table (Critical)
(6) All contact part should be S.S. 316 (Critical)
(7) Multi dose system tools (Critical)
(8) Adjustable of two nozzles height and diff. size of it (Critical)
(9) Used for 50ml, 100 ml, 500 ml (Critical)
(10) Filling accuracy +-1 % (Critical)
(11) Output Approx. 50 BPM (Non-Critical)
(12) instruction manual book (Non-Critical)
(13) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification. 2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if
rates of equipment exceeds Rs.10,000/-. 3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of
goods is to be provided by the Tenderer along with consignment. 4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the
time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-555/2016-17
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.1,500/- (Rupees One Thousand five hundred only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 555.01 Planetary
mixer/stirrer/Homogenizer
2 Nos. Kolavada-
Gandhiangar, Junagadh
12,000/- 4,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-546/2016-17
Name of Item : Planetary mixer/stirrer/Homogenizer Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Contact part should be S.S. 316 (Critical)
(2) Capacity 50 kg (100 lit) (Critical)
(3) Three phase electric motor of 1 Hp (Critical)
(4) Speed controller (Non-Critical)
(5) instruction manual book (Non-Critical)
(6) GMP model (Critical)
Operation manual with user demonstration video CD.
Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER