Upload
lamdang
View
222
Download
4
Embed Size (px)
Citation preview
Page 1 of 52
VSS MEDICAL COLLEGE BURLA
SAMBALPUR ODISHA INDIA
768017 Tel: +91-663-2430768 Fax: +91-663-2430767 ================
Tender Reference No. 916/MC dt.03.03.3014 =========
TENDER DOCUMENT FOR
SUPPLY & INSTALLATION OF
MEDICAL EQUIPMENTS, FURNITURE AND AUDIOVISUAL ITEMS
THE LAST DATE UPTO 18.03.2014 TILL 4.00 PM
DEAN & PRINCIPAL VSS MEDICAL COLLEGE: BURLA: SAMBALPUR-768107
e-mail : [email protected]
Page 2 of 52
SECTION -I
NOTICE INVITING TENDER
Tender Reference No. 916/MC Dated: 03.03.2014
TENDERS ARE INVITED FROM ELIGIBLE BIDDERS AS PER THE ELIGIBILITY CRITERIA FOR SUPPLY & INSTALLATION OF MEDICAL EQUIPMENT & OTHER ITEMS.
1 Period of Availability of Tender Document
Up to 18.03.2014 (Downloadable from website: www.sambalpur.nic.in In case of any bid amendment and clarification, responsibility lies with the bidders to collect the same from the above mentioned website before last date of submission of tender document and the tender inviting authority shall have no responsibility for any delay / omission on part of the bidder.
2 Last date & time for submission of Tender
Date: 18.03.2014 Time: 04.00 PM Address of Submission of Bid: The Dean & Principal, V.S.S. Medical College, Burla, Sambalpur, Odisha-768017 (Through Speed post / Registered post / Courier )
3 Date, time and place of opening of Tender
a) Technical Bid opening: on 19.03.2014 at 1.00 PM at the
address mentioned above.
b) Financial Bid
The date of opening of financial bid will be intimated to the firms found successful in the technical bid evaluation. ( Venue is mentioned at the address mentioned above) (Bidders / authorized representative may remain present at the time of opening of bid)
Dean & Principal, V.S.S. Medical College, Burla.
Page 3 of 52
SECTION -II
IMPORTANT INSTRUCTIONS TO BE NOTED CAREFULLY BY THE TENDERERS
1. Mode of Procurement This is a Rate contract Tender, the rate of which will be valid for a period of one year from the date of finalization of rate contract.
2. Purchaser Dean & Principal, VSS Medical College, Burla
3. Consignee Dean & Principal, VSS Medical College, Burla
4. Delivery Period Within 7 days from issue of the purchase order
5. Mode of Delivery By Air / Road / Rail
6. Guarantee/ Warranty / CMC
Comprehensive free warranty including all spares, maintenance etc. for a period 2(two) years from the date of installation & commissioning and 3(three) years CMC after warranty period.
7. Tender Document Cost Rs. 5,000/- (Rupees five thousand) only . The tender document cost is to be submitted in the shape of bank draft in favour of the Dean & Principal, VSS Medical College, Burla from any Nationalised / Scheduled Bank payable at Burla. The cost must be deposited separately for each category of the items as follows.
8. Earnest Money Deposit (EMD)
Category Type of Item EMD (Rs.)
Category- A Furniture Rs.15,000/-
Category – B Audio-visual items Rs.15,000/-
Category – C Medical Equipments Rs.15,000/-
Note: The bidder may quote for any or all the equipment by submitting the required EMD for that equipment. The Earnest Money Deposit will be paid in the shape of demand Draft only in favour of the Dean & Principal, VSS Medical College, Burla from any Nationalized / Scheduled Bank payable at Burla.
9. Performance Security The selected firm should submit the performance security in shape of Bank Draft /Bank Guarantee, equal to the amount of 10 % of the purchase order value (excluding the tax & CMC cost) of the items at the time of issue of the purchase order & the same will be returned back after completion of warranty period. The performance security shall be furnished to this office after getting the purchase order.
10. Separate Bid for separate Category
Separate set of tender must be submitted for Category ‘A’, ‘B, & ‘C’ with all relevant documents.
Page 4 of 52
11. Pre-qualification (Eligibility Criteria)
A. Manufacturing units / Importers are eligible to participate in the tender provided, they have
(i) Import License (In case of Importer only) (ii) Valid ISO certificate. (iii) Product must be ISI /CE / US FDA/IEC etc certified as per
Technical Specification. (iv) Tenderer (Manufacturer/Importer) should have proof of supply of
50% of the required quantity (executed directly by manufacturer or through distributor) of the equipment(s) /similar equipments mentioned in the schedule of requirement to any Govt. organization / Corporate Hospitals / PSU Hospitals / UN Agencies as per format at Annexure VII (Item wise) and purchase order copies in support of that in last 3years.
B. Authorized distributors on behalf of the manufacturer are eligible to participate in the tender provided:
(i) In addition to this, the distributor shall also submit the average annual turnover of the manufacturer/importer of the item(s) as mentioned in A (v) above.
(ii) They should submit manufacturer’s authorization to transact business on behalf of the manufacturer as per the format at Annexure - V.
iv) Proof of supply of 50% of the required quantity (executed directly by manufacturer or through distributor) of the equipment(s) /similar equipments mentioned in the schedule of requirement to any Govt. organization /Corporate Hospitals / PSU Hospitals / UN Agencies and purchase order copies in support of that in last 3 years as per format at Annexure VI.The authorized distributor will submit following
(v) documents in support of the manufacturer along with the tender : Valid ISO certificate Valid ISI / CE / US FDA / IEC certificates of the manufacturer as per technical specification in respect of medical equipments.
D. The Manufacturer or the tenderer if blacklisted either by the Tender inviting authority or by any state Govt. or Central Govt. organization for the quoted item is not eligible to participate in the tender during the period of blacklisting.
Page 5 of 52
SECTION -III
TERMS AND CONDITIONS FOR SUPPLY & INSTALLATION OF MEDICAL EQUIPMENTS & OTHER ITEMS
1.1 Sealed tenders will be received till 18.03.2014 1.00 PM by the office of the Dean & Principal, VSS Medical College, Burla, Sambalpur-768017, Odisha. Any tender received after the due date & time will be rejected / returned to the sender unopened. The tenders will be received through Regd. Post / Courier services / Speed Post.
1.2 The bidder(s) are to submit their tenders in separate sealed covered envelops for technical bid and commercial bid by superscribing “Technical Bid” & “Price Bid” and both the sealed covers should be put into a third outer Cover, which should be superscribed as Tender Reference No.916/MC dt.03.03.2014 for Category-‘A’, ‘B’ & ‘C’
1.3.A The Sealed tenders “Technical Bid” submitted by the tenderers will be opened at the office of the Dean & Principal, VSS Medical College, Burla at 1.00 PM on 19.03.2014. The tenderer or their authorized representatives are allowed to be present during the opening of the tenders, if they so like.
ELIGIBILITY CRITERIA
2.1 Manufacturing units / Importers are eligible to participate in the tender provided, they fulfill the
following conditions:
(i) Import License (In case of Importer only). In case of importers, they have to furnish the
authorization from the manufacturer.
(ii) Valid ISO certificate (of the Manufacturer)
(iii) Product must be ISI/BIS /CE / US FDA etc. (valid ISI/BIS /CE /US FDA certificate) certified.
(iv) Tenderer should have proof of supply of 50% of the required quantity (executed
directly by manufacturer or through distributor) of the equipment(s)/similar equipments
mentioned in the schedule of requirement mentioned in the schedule of requirement to
any Govt. organization / Corporate Hospitals / PSU Hospitals / UN Agencies and purchase
order copies in support of that in last 3 years. (As per format Annexure VII)
(v) For this item proof of annual average turnover (Manufacturers/Importer) of Rs. 3 Crore or more in the last three (3) financial years certified by the Chartered Accountant as per the format at Annexure VI.
(vi) Proof of compliance with IEC Certificate (technical specification) - Medical Electrical Equipments: Particular requirement for Electrical Safety of the equipments.
(vii) Manufacturing unit who has been blacklisted either by the Tender inviting authority or by any state Govt. or Central Govt. organization is not eligible to participate in the tender for that item during the period of blacklisting. Copies of stay order(s) if any against the blacklisting should be furnished alongwith the bid.
2.2 Authorized distributors are eligible to participate in the tender provided:
(i) They submit manufacturer’s authorization from original equipment manufacturer (OEM) as
per the format at Annexure - V.
(ii) They should have Proof of Average annual turnover of Rs.2 Crores or more in last three (3)
financial years in India (as per Annexure VI)
(iii) Proof of supply of 50% of the required quantity (executed directly by manufacturer or
through distributor) of the equipment(s)/similar equipments mentioned in the schedule of
requirement to any Govt. organization /Corporate Hospitals / PSU Hospitals / UN Agencies
and and purchase order copies in support of that in last 3 years. (Annexure VII-Item wise)
Page 6 of 52
(iv) The authorized distributor will submit the following documents in support of the
manufacturer along with the tender: a) Valid ISO certificate b) CE / US FDA / IEC certificates of the manufacturer as per technical specification.
DOCUMENTS TO BE SUBMITTED
The following documents should be enclosed in Cover “Technical Bid” and “Price Bid” separately by the
tenderer.All the photocopies are to be attested by a Notary Public / Gazetted Officer.
TECHNICAL BID :
3.1 Checklist with detail of the documents enclosed in “Technical Bid” (as per Annexure - I) with page number. The documents should be serially arranged as per this Annexure - I and should be securely tied and bound.
3.2 Tender document fee of Rs.5,000/- in shape of Demand Draft .
3.3 Earnest Money Deposit(s) as mentioned in shape of Demand Draft). Details of EMD and the name of the equipment quoted should be clearly mentioned.
3.4 Details name, address, telephone no., Fax, e-mail of the manufacturer / authorized distributor / service centre / contract person / office in Odisha (Annexure - III).
3.5 The declaration form in Annexure - IV duly signed by the tenderer before Notary Public / Executive Magistrate.
3.6 Manufacturer’s Authorization Format in Annexure –V (In case the bidder is not the manufacturer). Importers are also required to furnish the authorization from the manufacturer.
3.7 Certificate duly filled by the Auditor / Chartered Accountant (as per Annexure –VI) that the annual average turnover of the firm is Rs. 3 Crore or more in the last 3 (three) financial years / Rs.5 Crore or more in last 3 financial years all items (for bidders who are manufacturer/importer) OR annual average turnover of Rs.2 Crores or more in the last 3 (three) financial years (for bidders who are authorized distributors of the manufacturer)
3.8 Performance Statement (Annexure - VII) (Item wise) during the last three years towards proof of supply of similar items/equipments to any Govt. organization / Corporate Hospitals / PSU Hospitals / UN Agencies. The copy of Purchase orders and certificate from the user should be furnished in support of the information provided in the performance statement (Item wise).
3.9 Deviation/No Deviation Statement from Technical Specification & details of technical specification of the product (Annexure-VIIIA).
3.10 Leaflet/Technical Brochures of the product/item offered.
3.11 Copy of Import License by the Importer (in case of Importer).
3.12 Copy of Valid ISO certificate.
3.13 Copy of Valid ISI / CE /US FDA certificate (as per Section V - Technical Specification).
3.14 Copy of Certificate in support of IEC certificate (as per Section V-Technical Specification).
3.15 Copy of the up to date VAT clearance certificate.
3.16 The Original Tender Booklet with Conditions and the schedules signed by the tenderer at the bottom of each page with his official seal duly affixed.
3.17 Certificate in support of service center in Odisha or undertaking to set up service center in Odisha within one month from the date of installation if approved (for those who have no service centers in Odisha).
N.B: Valid means the certificate should be valid on or beyond the date of opening of tender (Cover-A).
Page 7 of 52
“PRICE BID”
4. The price to be quoted for medical equipments should be sent in the prescribed price format in a separate sealed cover hereafter called “Price Bid”.
“Price Bid” of the tenderers who qualify in it’s Technical Bid and complies to tender specification & find to be as per technical specification and Product demonstration will only be opened .
4.1 The tender format (Price Schedule) in duplicate in the prescribed form (as per Annexure – IX), must be submitted in Cover-B. The price of the item should be quoted inclusive of excise duty, insurance, packing, forwarding, freight (door delivery) and warranty for 2 years. The price of CMC for 3 years, turnkey job charges towards installation if any ), sales tax / VAT and entry tax charges (if any) should be quoted in a separate column. The rate should be quoted for each item both in figures and words. In case of difference in words and figures, words will be taken into consideration for evaluation.
4.2 The “Price Bid” of tenderers who qualifies in their technical bid, will only be opened at the office of the Dean & Principal, VSS Medical College, Burla at a date & time which will be intimated to them later on.
REJECTION OF TENDER
5. The tender submitted by the bidder will be rejected, if any of the following documents are wanting / not
submitted with the tender:
(i) Import License (In case of Importer)
(ii) Manufacturer’s authorization in case of distributor/importer
(iii) Earnest Money Deposit (EMD).
(iv) Annual average turnover of the firm is Rs. 3 Crore or more in the last 3 (three) financial
years / Rs.5 Crore or more in last 3 financial years in case of Anaesthia workstation (for
bidders who are manufacturer/importer) or annual average turnover of Rs.2 Crores or
more in the last 3 (three) financial years (for bidders who are authorized distributors of the
manufacturer) as per Annexure –VI. In case of authorized distributor, they will have to
furnish alongwith their own turnover the Annual Average turnover statement as per
Annexure–VI from the Manufacture/Importer of the item(s) as mentioned above.
(v) Valid ISO certificate of Manufacturer
(vi) Valid ISI / CE / US FDA certificate of the manufacturer as per Section VI – Technical
Specification.
(vii) IEC Certificate of the manufacturer as per as per Section VI – Technical Specification.
(viii) Proof of supply/ installation of 50% of the required quantity (executed directly by
manufacturer or through distributor) of the equipment(s)/similar equipments mentioned in
the schedule of requirement to any Govt. Organization / Corporate Hospitals / PSU
Hospitals / UN Agencies and certificate in support of that from the user during the last
three years.
(ix) Major deviations from the technical specification of the item(s) as per tender.
(x) Price bid / quoted rate with signature and seal (Hard Copy).
Page 8 of 52
EARNEST MONEY DEPOSIT
6.1 The amount of Earnest Money Deposit required is mentioned in the Section-II. The Earnest Money
Deposit will be submitted in the shape of demand Draft only in favour of the Dean & Principal, VSS
Medical College, Burla, Sambalpur-768017 from any Nationalized / Scheduled Bank payable at
Burla.
6.2 The EMD of the unsuccessful tenderers will be returned back without interest after placement of
purchase order to the successful tenderer and EMD of successful tenderer will be returned after
submission of performance security(ies).
6.3 The EMD will be forfeited if the tenderer withdraws its tender / furnish forged documents which is
found during bid evaluation OR doesn’t sign the contract / doesn’t furnish performance security /
doesn’t supply the items (in case of successful bidder) within the stipulated time period.
PERFORMANCE SECURITY & AGREEMENT
7.1 The performance Security should be submitted in shape of Bank Draft/Bank Gurantee from a
Nationalised / Scheduled Bank in favour of the Dean & Principal, VSS Medical College, Burla equal
to the amount of 10% of the purchase order value of the item (excluding cost of CMC) within 21
days of issue of the purchase order.
7.2 The agreement (as per Annexure – X) will be signed between the supplier and the purchaser and
will be kept by the purchaser.
7.3 The performance Security Money will be returned back to the tenderer without interest after the
expiry of the warranty period i.e. two years after the date of installation & signing of the CMC
agreement.
7.4 Security money will be forfeited if there is any violation of the tender terms and conditions.
TENDER CONDITIONS :
8.1 The details of the medical equipments with specifications are mentioned in Section VI. The firm
must clearly mention their specification, special features, upgraded version (if any), detail
technical catalogue of the offered model in their tender.
8.2 Tenders should be typewritten or computerized and every correction in the tender should
invariably be attested with signature by the tenderer with date before submission, failing which the
tender will be ineligible for further consideration.
8.3 Rates inclusive of excise duty / customs duty, packing, forwarding, insurance, transportation
charges with 2 years onsite comprehensive warranty and exclusive of Sales Tax/VAT & Entry Tax
should be quoted for the medical equipments (Item wise) on door delivery basis. The turnkey job
(cost of accessories if any required for Installation/Commissioning), 3 year CMC cost & Sales
Tax/VAT & Entry Tax should be mentioned in separate columns. The rates quoted should be in
Indian Rupees only. Rates quoted in any other currency will not be accepted.
8.4 The purchaser shall be responsible only after delivery and due verification, installation and
commissioning of the equipment.
8.5 The rate per unit shall not vary with the quantum of order placed for destination point.
Page 9 of 52
8.6 If there is difference between figures & words, words will be taken into consideration.
8.7 In the event of the date being declared as a holiday by Govt. of Odisha, the due date of sale,
submission of bids and opening of bids will be the following working day at the scheduled place &
time.
8.8 The price quoted by the tenderers shall not in any case, exceed the controlled price, if any, fixed
by the Central / State Government / DGS&D and the Maximum Retail Price (MRP). The purchaser,
at his discretion, will in such case, exercise the right of revising the price at any stage so as to
confirm to the controlled price or MRP as the case may be.
8.9 The rate quoted and accepted will be binding on the tenderer for a period of one year from the date of
approval of the rate contract and on no account, any increase in the price will be entertained till the
completion of this tender period.
8.10 No tenderer shall be allowed at any time on any ground whatsoever to claim revision of or
modification in the rate quoted by him. Clerical error / typographical error, etc. committed by the
tenderers in the tender forms shall not be considered after opening of tenders. Conditions such as “
SUBJECT TO AVAILABILITY” / “SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED”
etc., will not be considered under any circumstance and the tenders of those who have given such
conditions shall be treated as incomplete and for that reason, shall be rejected.
8.11 If at any time during the period of rate contract, the price of tendered item is reduced or brought
down by any law or act of the Central or State Government or the tenderer, the tenderer shall be
morally and statutorily bound to inform the purchaser immediately about such reduction in the
contracted price. The purchaser is empowered to unilaterally effect such reduction in rate, in case
the tenderer fails to notify or fails to agree for such reduction of rate.
8.12 Approved rate with terms, conditions & the quoted price of the tender shall remain valid for a
period of 12 months from the date of approval of the rate contract or till issue of next rate contract
for these items whichever is earlier.
8.13 If the relevant documents / certificates which are required to be furnished along with the tender
are written in language other than English, the tendering firm shall furnish English version of such
documents / certificates duly attested by a Gazetted Officer / Notary with his seal and signature.
8.14 If any information or documents furnished by the tenderer with the tender papers are found to be
misleading or incorrect at any stage the tender of the relevant items in the approved list shall be
cancelled and steps will be taken to blacklist the said firm for three (3) years.
8.15 Rate should be quoted in Indian Currency, both in words and figures against each item as the
payments will be made in Indian currencies only (Annexure-IX). The tenderer shall not quote the
rate for any item other than the item specified in the list. (Section V – Schedule of Requirement).
8.16 Both Cover-A and Cover-B should have an index and page number of all the documents submitted
inside that cover.
8.17 The Tax will be charged as per the guidelines given by the Finance Dept., Govt. of Odisha from time
to time. Either C.S.T or V.A.T (as applicable) will be paid to the supplier. In case of Entry Tax, the
Page 10 of 52
supplier has to deposit the original receipt to claim it, if finished goods are brought from outside
the State. The Sales Tax & entry tax components should be shown separately in the Price Schedule.
8.18 The requirement of items may increase or decrease depending on the situation.
PACKAGING :
9.1 All the packaging should be New. The supplier shall provide such packaging of the goods as is
required to prevent their damage or deterioration during transit to their final destination. The
packaging shall be sufficient to withstand without any limitation including rough handling during
transit, exposure to extreme temperature, salt and precipitation during transit and upon storage.
TURNKEY : The electrical power supply point will be provided by the purchaser at the room where the
equipment will be installed but the wiring and electrical fittings inside the room and accessories if
any required for installation & commissioning of the equipment from the power supply point to the
point of actual installation will be provided by the supplier without any extra cost (apart from the
cost mentioned under turnkey in the Price schedule which should include the cost of all such
requirement).
COMPREHENSIVE WARRANTY & CMC :
(Undertaking as per Annexure – XI & XII)
11.1 The comprehensive warranty will remain valid for 2 years from the date of installation &
commissioning of the equipment. The original copy of warranty documents will be submitted to the
purchaser at the time of installation.
11.2 The warranty will cover all the parts of the machine or item and any replacement or repair
required within the warranty period and will be provided by the supplier free of cost at the
destination point (installation point). The supplier will take back the replaced parts / goods at the
time of their replacement. No claim whatsoever shall be on the purchaser for the replaced parts /
goods thereafter. No traveling allowances or transportation cost will be paid by the purchaser
during the warranty period.
11.3 The Supplier shall warrant that the Goods supplied under this contract are new, unused, of the
most recent or current models and they incorporate all recent improvements in design and
materials. The Supplier shall further warrant that all Goods supplied under this contract shall have
no defect arising from design, materials or workmanship or from any act or omission of the Supplier
that may develop under normal use of the supplied Goods in the conditions prevailing in the place
of final destination.
11.4 CMC: The tenderer shall also commit to provide offer for CMC for the next three (3) years after two
(2) years of warranty.
11.5 The selected firm should have a service centre in Odisha.
11.6 All the warranty certificates must be handed over to the consignee after installation.
Page 11 of 52
TRANINING & OPERATIONAL MANUAL: 12.1 The firm / supplier will provide hands on training to two doctors and two technicians of the Medical
College & Hospital at his own cost for operating / handling the medical equipment(s) at the time of
installation of equipment.
12.2 The supplier / firm will provide the operation / maintenance manuals of all equipments to the
purchaser at the time of installation.
UPTIME GUARANTEE:
13.1 UP-TIME BALANCE : The Supplier (s) shall provide guarantee 95% uptime during comprehensive warranty
period, i.e., for 2 years from the date of installation & commissioning.
Any uptime less than the specified period above will be compensated by the Supplier(s) by
extending the warranty period. The consignee shall maintain a logbook in the format provided by
the Supplier(s) which will indicate usage of the equipment every day and for calculation of up-time.
DOWNTIME PENALTY CLAUSE: 14.1 During the Guarantee / warranty period, desired uptime of 95% of 365 days will be ensured (24
hour). If downtime exceeds 5%, penalty in the form of extended warranty, double the number of
days for which the equipment goes out of service will be applied. The supplier must undertake to
supply all spares for optimal upkeep of the equipment for TWO YEARS after installation. If
accessories / other attachment of the system are procured from the third party, then the supplier
must produce cost of the accessory / other attachment and the CMC from the third party
separately along with the main offer and the third party will have to sign the CMC with the
purchaser if required. In no case equipment should remain in non-working condition for more than
7 (seven) days from the date of complaint, beyond which a penalty will be applicable as per Rule.
14.2 The principals or their agents are required to submit a certificate that they have satisfactory service
arrangements and fully trained staff available to support the uptime guarantee.
SPARE PARTS: 15.1 The spare price list of all spares and accessories (including minor) required for maintenance and
repairs in future after guarantee / warrantee period should be attached / enclosed along with the
sealed quotation.
15.2 The tenderers are required to furnish the list of spares along with their cost in the financial Bid
separately which will not be taken for evaluation.
15.3 Local agents / distributors quoting on behalf of the manufacturer / importer must attach the
authority letter in their favour.
LABELLING : 16.1 The equipment supplied must be properly labelled with Sl. No., Model Name, Make & year of
Manufacture
Page 12 of 52
ACCEPTANCE OF TENDER AND SUPPLY CONDITIONS: 17.1 The Purchaser reserves the right to reject the tenders or to accept the tenders for the supply of the
item tendered without assigning any reason thereof.
17.2 The Purchaser will be at liberty to terminate the contract either wholly or in part without assigning
any reasons thereof. The tenderers will not be entitled to any compensation whatsoever for such
termination.
17.3 The supply should be completed within 7 days from the date of issue of purchase order unless
otherwise specified.
17.4 The tender inviting authority or his authorised representative (s) has the right to inspect the factory
of those company who have quoted for the tender, before accepting the rate quoted by them or
before releasing any purchase order (s) or at any point of time during the validity period of tender
and has also the right to reject the tender or terminate / cancel the orders issued or not to reorder
based on the facts brought out during such inspections.
EVALUATION: 18.1 The price bid of the tenders who qualify in the technical bid fulfilling the eligibility criteria and
complying to the technical specification shall only be opened.
18.2 The tender inviting authority may ask for demonstration of the equipment by the bidders at the
premises of the tender inviting authority as a part of the technical evaluation before opening of
price bid in order to verify the compliance to technical specification.
18.3 The rates of the item quoted by the tenderer who qualify technically will be evaluated after taking
the following points into consideration: -
a) Rate of the medical equipments will be taken after inclusion of the excise duty / customs
duty, transportation, insurance, packing & forwarding & comprehensive warranty for two
(2) years, cost of turnkey (cost of accessories if any for installation/commissioning) & CMC
for for next three(3) years.
b) The cost of the medical equipments (excise duty / customs duty, transportation, insurance,
packing & forwarding & comprehensive warranty for two (2) years but excluding VAT & ET
), cost of turnkey (cost of accessories if any for Installation & Commissioning with all taxes
for turnkeys) & cost of CMC for next three(3) years after warranty will be added for
evaluation.
c) The circulars issued by the Finance Department, Govt. of Odisha from time to time regarding tax
matters shall be taken into account for evaluation and shall be binding on the bidders. As per the
Govt. of Odisha Finance Deptt. Order No. 48317(230)/F dt.23.11.2010, in comparing the cost of an
article, if purchased from within the State with the price of similar article if purchased from outside
the State, the amount of Odisha Sales Tax (OST) now VAT shall be deducted from the total cost since
it accrues back as revenue to the State. If after such deduction, the cost of articles to be purchased
within the State is not more than the cost of including Central Sales Tax, transport and other charges
of similar articles from outside the State, it would be economical to purchase articles within the
State.
Page 13 of 52
LIQUIDATED DAMAGE : 19.1 The purchaser may allow extension for a maximum period of 7 days after the stipulated date of
supply (i.e. 45days) with a penalty of 0.5% which will be deducted from the purchase order value as
“Liquidated Damage”, for each week (7 days) of delay upto a maximum 2% on the value of the
goods.
19.2 If the supplier fails to complete the supply within the extended period, i.e. 73days after being
allowed by the purchaser, no further purchase order will be placed to the firm for the said item
including forfeiture of the Performance security and the concerned firm will be blacklisted for two
(2) years from the date of issue of letter for the said item.
TERMS OF PAYMENT : 20.1 No advance payments towards cost of medical equipments or turnkey job will be made to the
tenderer.
20.2 90% of the cost of the equipment (excluding CMC Cost) + 100% turnkey job + 100% tax shall be
paid to the supplier on receipt of the stock entry certificate, installation and demonstration of the
item from the consignee. The balance 10% of the payment of equipment will only be made after
receipt of certificate on working status of the equipment from the consignee after 6 weeks of
installation and commissioning of the equipment for which, the supplier has to raise two bills (A)
one for 90% of the cost of the equipment + 100% turnkey job + 100% taxes (B) the other for balance
10% of the cost of the equipment.
20.3 Payments as mentioned above will only be made after keeping the performance security deposit
from the supplier as per clause no. 7.1, if they have not deposited the same before. Payment will
only be made after ensuring signing of the Agreement, undertaking and handing over of warranty
papers of equipment and turnkey jobs by the supplier to the purchaser.
20.4 No claims shall be made against the purchaser in respect of interest on earnest money deposit or
performance security deposit or any delayed payment or any other deposit.
20.5 Payments in shape of Draft / Pay Order will preferably be dispatched to the supplier by Registered
post with A.D or e-payment / on-line transfer or may be handed over to the authorized person of
the supplier.
20.6 The payment of CMC will be made only after completion of warranty period and signing of
the CMC agreement.
Page 14 of 52
PENALTIES :
21.1 If the successful tenderer fails to deposit the required performance security within the time
specified or withdraws his tender after acceptance of his tender owing to any other reasons or
unable to undertake the contract, his contract will be cancelled and the earnest money deposit /
performance security deposit shall stand forfeited by the purchaser.
21.2 Violating the tender terms and conditions & non supply / supply which is not as per technical
specification will disqualify the firm to participate in the tender for a period of 2 (two) years from
the date of issue of letter and his E.M.D & performance security deposit will be forfeited and no
further purchase order will be placed to that firm for that item.
21.3 In the event of any dispute arising out of the tender, such disputes would be subject to the jurisdiction of the
Civil Court of Sambalpur District or High Court of Odisha.
INSPECTION/TESTING : 22.1 The selected supplier shall have to arrange for demonstration of the equipment at the supply point.
The purchaser or its nominated representative(s) shall inspect and test the equipments at the supply point to check their conformity to the specifications and other details incorporated in the contract.
CONDITIONS APPLICABLE TO LOCAL MSEs / SSIs OF ODISHA:
The MSE / SSI Units of the State of Odisha will be given the following preferences in the tenders provided
they produce the following documents as per MSME Development Policy-2009 and IRP - 2007:
23.1. Attested copy of valid manufacturing licence.
23.2 P.M.T Certificate from the Director of Industries, Odisha or General Manager District Industries
Centre that it is a MSE / SSI Units of the State of Odisha, provided that MSE / SSI units has not been
derecognised by the Govt. for that specified period.
23.3 Local Micro & Small Scale Enterprises (MSE) and Khadi & Village industrial units including handloom
and handicrafts will enjoy a price preference of 10% vis-à-vis over local medium and large industries
as well as industries outside
the State. Local Micro & Small Scale Enterprises having ISO, ISI Certification for their product shall
get an additional price preference of 3% as per provision of IPR-2007.
23.5 Local MSEs registered with respective DICs, Khadi, Village, Cottage and Handicraft Industries, OSIC,
NSIC shall be exempted from payment of earnest money and shall pay 25% of the prescribed
performance security deposit.
23.6 Clause number 1 to 22 is also applicable to the Small Scale Industry Units of the State of Odisha.
Page 15 of 52
SECTION-IV
CATEGORY –A- FURNITURE Serial no.
Item Specification
01 Hostel Bed
1. Cot size 6’ x 1.6’ made of 30 x 30 x 5 mm 2. ISI angle tip frame and legs 18mm 3. ISI Ply top which is supported below with 25 x 25 x 5 mm angle at distance of 2’. 4. The top should not project beyond the top steel angular frame. 5. There should be provision for mosquito net, legs connected to each other in the
middle and top for stability with spray paint, smooth non injurious finish. 6. Legs should be fixed with flat circular support and fitted with rubber (non plastic)
or equivalent specification.
02 Hospital Bed 1. Frame work made of rectangular square M.S. Tube. 2. Top made of Perforated CRCA MS sheet. 3. Tubular Head & Foot Bows of Unequal height. 4. Four locations for IV rod. 5. Overall size 206 LX 90W X 60H (cms) 6. Finish Epoxy Powder coated. 7. Four IV rods detachable
03 Godrej Interio model Glass door Store Well or equivalent
1. Five racks for storage of books in library. 2. Unique design provides right rigidity for the top hinged doors of glass make . 3. Equalizing mechanism for trouble-free opening and closing. 4. 10 lever cam-lock for added security. 5. Available in 2 doors.
04 Godrej Interio model Book Case or equivalent
1. To be used for book storage in library. 2. Unique design provides right rigidity for the top hinged doors 3. Equalizing mechanism for trouble-free opening and closing 4. 10 lever cam lock for added security at each door. 5. Available in 4 racks and 4 doors of glass.
05 Godrej Interio model Periodical Display Rack (wooden & Steel) or equivalent
1. Each compartment has a pivoted inclined retractable tray for display and compartment behind the tray for storage
2. Width-wise stackability with common panel to optimize space 3. Nylon rollers with ball bearing for easy tray movement
06 Godrej Interio Conference Table model Encarta or equivalent
1. Innovative modular design enables various configurations 2. Horizontal wire carrier for neat under table spaces 3. Two-tone modesty with profiled legs for enhanced aesthetics 4. Assembly and installation at the site indicated. 5. Color options may be mentioned. 6. Seater may vary from 2 to 10.
07 Godrej Interio model Reception Table model first impression or equivalent
1. Curvilinear rubber wood tops and chrome plated glass mountings for enhanced aesthetics.
2. Perforated modesty panels & glass counter for easy but unobtrusive contact with the visitor.
3. Sleek wire management ensures a uncluttered look. 4. Modular design facilitates various configurations of various sizes.
08 Godrej Interio Conference Table Desking model Talk Unitized or equivalent
1. Boat convex, eclipse round shaped Pod . 2. Seating capacity 4, 6, 8, 10. 3. Concealed wire management for neat under table spaces while also ensuring
ample leg space 4. Access flap on table top for ease of use 5. Sleek legs for a lighter look 6. Ergonomically designed to ensure maximum comfort. 7. Different Color options .
09 Godrej Interio Executive Table series model finesse or equivalent
1. Smooth aesthetic look imparted by post-formed top 2. Finesse comprises of Executive Desk, Pedestal, Side Unit and Credenza that suit
your requirements to perfection 3. Executive Desk and Side Unit available in different sizes to suit varying cabin sizes 4. Cut outs on Executive Desk top for neat wiring 5. Option of LHS/RHS configurations
Page 16 of 52
10 Godrej Interio model
training table Unlearn model or Equivalent
1. To be used for Practical hall. 2. Should have 3 Base units that can make a single, double, triple or a 6 seater
table 3. Table height is low to ensure visibility of the instructor during training is not
hindered due to the PC or laptop 4. Well designed wire management ensures ample leg space and clean under table
environment 5. Access Flap is mounted on the tabletop enables easy access to plug points 6. Sleek table with sleek legs ensure minimum use of space and also makes the table
look light and aesthetic 11 Godrej Interio
education furniture desking model Namaste or Equivalent
1. To be used for seating facility in Lecture theatres of step or gallery type with width of each step at 880 cm.
2. Shall have foldable desks and seats that are easy to operate. 3. Foldable desks and seats are designed for space saving by creating walking aisle
space when folded in. 4. Ergonomic design maintains the correct distance between desk and seat that
ensures correct posture while writing or using a laptop etc. 5. Easy plug and play feature built into the product enables use of laptops, LCDs,
audio visual equipment more easily, facilitating interactive learning 6. It is offered as a set of front, middle & rear units.Middle unit can be offered in
multiples as per seating capacity requirements. 7. The Front Unit comes with a modesty panel for a uniform look. The Middle Unit is
a combination of desk and seat with a common panel that helps optimize space. Also, the Rear unit sports a back support for additional comfort.
8. Grouted under structure assures you of sturdiness and fixed position thus ensuring organized lecture halls.
9. Hooks on the side of the desk allow bags to be hung . 10. Cushioned seats for comfort during long hours of sitting.
12 Godrej Interio model education furniture desking Merit model or Equivalent
1. To be used for examination hall seating facility. 2. Uniquely contoured desk with a falling edge towards the user that offers support
to the wrist and provides for comfortable writing 3. Integrated desk and bench ensures optimum space utilization and organized
examination hall. 4. Flexible Plastic Seat Shell to ensure comfort during long sitting hours. 5. Storage under seat and desk. 6. colour options may be mentioned. 7. Single seater.
13 Godrej Interio Model Book Rack or Equivalent
1. Racks for book storage without doors. 2. Substantial storage area due to width-wise stackability and multiple loading
levels. 3. Main Unit features label holders for easy identification 4. Main unit shall have a 2-way range indicator which helps in identifying the broad
content from the aisle 5. Stands enable easy cleaning.
14 Godrej Interio Model seating Scintilla
model or Equivalent
1. Single seaters. 2. Cushioned . 3. Shall have arm rest . 4. Shall have writing board-extra large Desklet-foldable. 5. Brake castors 6. Horizontal Stacking 7. Scratch resistant materials. 8. Multiple Color options.
15. Godrej Interio Model seating Scintilla
model or Equivalent
1. Single seaters. 2. Cushioned . 3. Shall have arm rest . 4. Brake castors 5. Horizontal Stacking 6. Scratch resistant materials. 7. Multiple Color options.
Page 17 of 52
16 Godrej Interio
seating Model PHC 7003 & 7004XD or Equivalent
1. Under structures fixed type. 2. Hinge type desk let 3. Desklet size – Full & Foldable 4. 100% VOC free powder coating 5. Knock-down design reducing transportation emissions 6. Designed for long life and easy part replacement
17. Godrej interio seating furniture Steel stool for Practical Hall
1.steel. 2.adjustable heights. 3. To work with high practical table and with low desk by height adjustment. 4. Back rest optional.
18. Godrej Interio seating furniture Model PCH-7003 or Equivalent
1. Cantilevered chairs 2. With arm rest. 3. Cushioned. 4. Center Tilt Mechanism 5. Tilt Locking 6. Pneumatic height adjustment 7. Swivel Mechanism 8. Twin wheel castors
Page 18 of 52
CATEGORY – B - AUDIO-VISUAL ITEMS
Serial no.
Item Specification
01 Laptop 1.Processor 4th Generation Intel® Core™ i7-4500U processor (4M Cache, up to 3.0 GHz) 2.Operating System Windows 8 Single Language, English (64bit) 3.Display 15.6 inch LED Backlit Touch Display with Truelife and HD resolution (1366 x 768)-ICC 4.Memory2 8GB (2x4GB) DDR3L 1600Mhz 5.Hard Drive 1TB 5400RPM SATA Hard Drive 6.Video Card AMD Radeon(TM) HD 8850M 2GB GDDR5 7.Optical Drive Tray load DVD Drive (Reads & Writes to DVD/CD) 8.Warranty 2 Years on spot warranty with accidental Damage Protection with Premium Phone Support 9.Carry case. 10. Port USB2.0 and 3.0 and HDMI. 11.Presentation slide changer available.
02 LCD Projector Interactive
1.LCD Size-0.59” with MLA 2.Projector Screen-10’ X 10’ motorised 3.Native Resolution-WXGA 4.Brightness (White and Colour)- WHITE LIGHT OUTPUT (NORMAL/ECO) EB-485Wi: 3,100lm / 1,800lm COLOUR LIGHT OUTPUT (NORMAL/ECO) EB-485Wi: 3,100lm (Colour mode: Dynamic, Zoom: Wide) 5.Contrast Ratio-3000:1 (Auto Iris: On) 6.Projection Lens TYPE-No Optical Zoom / Focus (Manual) F-NUMBER-1.80 FOCAL LENGTH-3.71mm ZOOM RATIO-1.0 - 1.35 (Digital Zoom) 7.Screen Size (Projection Distance) 60” - 100” *0.348m - 0.597m+ 74.3” screen 0.438 m 8.Throw Ratio-0.27 - 0.37 (Wide - Tele) 9.Lamp Type-EB-485W: 215W UHE 10.Lamp Life-NORMAL/ECO 3,000 hours / 4,000 hours 11.Keystone Correction-VERTICAL/ HORIZONTAL ±5° 12.Input Interface- D-SUB 15PIN 2 (Blue) COMPONENT D-sub 15pin (Blue molding) x 2 (in common with Analog RGB
Page 19 of 52
connector) COMPOSITE RCA (Yellow) x 1 S-VIDEO 1 Mini DIN 13.Output Interface D-SUB 15PIN 1 (Black) HDMI-1 14.USB Interface USB TYPE A USB Type A x 1 (USB memory/ELPDC06 document camera) USB TYPE B USB Type B x 1 (USB Display, Mouse, K/B, Interactive) 15.Control Interface RS-232C D-sub 9pin x 1 USB USB Type B x 1 (USB Display, Mouse, K/B, Interactive) 16.Network Interface WIRED LAN RJ45 x 1 / 100Mbps WIRELESS Optional Accessory (ELPAP07) 17.Sound Output 16W Monaural 18.Operating Temperature 5°C - 35°C <41°F - 95°F> (20% - 80% humidity, unfrozen) 19.Dimensions (Including Lens and Feet) W x H x D 367mm x 143mm x 375mm (14.45” x 5.63” x 14.76”) 20.Fan Noise NORMAL / ECO 35dB / 28dB
03 SHORT THROW LCD/LED PROJECTOR
1.Projection System Single chip DLP® system Projection Method Ultra short-focus lens/mirror projection Projector Screen 10’ X 10’ motorised Resolutions WXGA - 1280 x 800 dpi (1,024,000 Picture Elements) White Light Output (brightness) 2,500 lm Color Reproduction 16,770,000 colours Contrast Ratio 2,500:1 Size of projected image 48 to 80" Projection distance (from rear of unit to projection surface) 11.7 to 24.9cm Lamp Type High-pressure mercury (Standard Mode: 225W; Economy Mode:
Page 20 of 52
170W) Lamp Life Standard Mode: 3,000 hours; Economy Mode: 4,000 hours USB Memory Compatible File Format Still Image: JPEG Moving Image: MPEG2 Software Utilities Network Utility, JPEG Conversion Utility, Projector Management Utility Built-in Speaker 2W Mono Dimensions (WxDxH) 10.1" x 5.6" x 8.7" (257 x 144 x 221 mm) (Including protrusions) Fan Noise Standard Mode: 38 dB Low Power Mode: 32 dB Power 100 V - 240 V, 50/60 Hz
04 DESKTOP Processor 4th Generation Intel® Core™ i5-4440s Processor (6M Cache, 3.3 GHz) Operating System Windows 8.1 Single Language (64Bit) English Memory 4GB Single Channel DDR3 1600MHz - 1 DIMM Hard Drive 1TB 7200 rpm SATA 6Gb/s Hard Drive Video Card NVIDIA(R) GeForce(R) GT 625 1GB GDDR3 Optical Drive 16X CD/DVD burner (DVD+/-RW), write to CD/DVD Monitor 19’’ Warranty 2 Year UPS Input Voltage: 150VAC - 280 VAC Storage Capacity: 600VA KEY BOARD USB key board MOUSE USB Optical Mouse MONITOR 21’’ HD LED
05 Digital Power Lectern With Audio
1.Material-Mild Steel 2.Dimensions- -100 cm * 74 cm * 105.5 cm -Opened 210 cm * 94 cm * 105.5 cm -Should have Foldable Tray for Keyboard . ( Keyboard Dimension -Standard Lenovo Keyboard) Keyboard should open up in front of the Interactive Monitor. -Should have built-in Visualizer and 19” Interactive Panel .
Page 21 of 52
-It should also have the flexible options in sizes for the 17” , 19” or 21” Interactive Panel to fit in. -Interactive Panel positioning motorized up and down as per the user convenience . -Should have single Sliding tray to Protect the Interactive panel and for foldable Key board tray lock . -The metal edges at the top should be covered by flat wood panels with smooth round edges . -Should have a Independent space for the Desktop along with the 19” rack having for the equipments to fit in as per the International standards. 3.Sliding Shelf/Tray with Locks
1) For placement of extra lap top or Document. 2) For Presenter with Internal Lock.
4.Door Lock-Yes. 5.Programmable Central Control System -Should be able to control from the Controller with easy identified keys - Projector On Off , Motorised Screen Up & Down , Switching between PC, Visual Presenter and laptop. -Front Panel should have a VGA Port , 3.5mm Audio Input Port and a Power Plug -Should have 1 RS 232 Computer Interface -Should have 1 RS 232 Projector Control -Should have 3 x 2 VGA matrix -Should have 2x 1 audio Matrix -Should have 1 Projector Power , Electric Screen Power -Power Input: AC 100-240V auto-switching power -Remote Control of the Central Control System should have a LCD Screen , and which should also act as a Mike , should have a laser Pointer , PPT Controller – To move slides/pages up and down , Projection Screen Up and Down , Mic Volume High and Low , Central Control System Power on/off . Projector Signal/Source Changing. 6.Built-in Audio a.Microphone 1 x Gooseneck Mike , :UHF Based 1 x Handheld Cordless mike , 1 x Cordless Collar Mike, b.Amplifier 120 watt or higher c.In Built Per Speaker Power Should have 2 Speaker built-in each with 10 watt or Higher power d. Wall Mount Per Speaker Power 20 watt or Higher ( 04 Qty.) 7.Integrated Extension Board at the Top Inputs Should have Built-in RGB , USB, LAN Port. Audio in, Audio Out, Power Plug etc. RGB Input for Extra PC 1 External RGB Input apart from the input of the PC in the lectern to facilitate another PC / Laptop / Visualizer . Document camera USB 2 USB Ports on the control panel to facilitate inputs directly from Pen Drives / USB based hard disk Drive.
Page 22 of 52
LAN Port LAN Port to be available at the panel to connect the extra PC directly to the internet Power Plug Yes to give Power to any external equipment. Video Input Video Input to facilitate any Video Source for Presentation Mic. Input Wired Mic. Input Din Jack ( Stereo ) Audio In To Facilitate any external Audio 8.Interactive Panel Panel Type Active Matrix Color TFT Display Size 19” Resolution 1440 x 900 pixels Colors 16.7 M Brightness 300cd/m2 Contrast 1000:1 Input / Output RGB In Technology Electromagnetic Pen Electromagnetic pen with USB Charger . Should have built in Rechargeable Battery with One Time Recharge of 1000 Hrs. or higher Interface USB Pressure Sensitivity 2048 Levels Data Report 200 reports / per second Accuracy ±0.5mm Max Reach Height 8mm OS Windows / Vista / Mac / Linux Software Feature Should be able to Annotate on Blank and Power Point application with other application of Windows too. Should have the recording feature of text , audio and the Teacher Photo simultaneously and playing back.
9.Visual Presenter
Pick-up Device 3 Mega Pixel 1/3” CMOS Effective Pixels 1280(H) X 1024(V) Frame Rate 15 frames/sec. Image Mode
Page 23 of 52
Normal/Photo/Text/Slide/Film/Gray Zooming 9 X Optical Zoom Lamp Top Light: LED on the Arm Image Capture 400 Storage Built In Memory in the Visualizer. TV Lines 750 TV Lines Image Rotation: 0, 90, 180, 270 degree Image Split Yes Built-in LCD 7” or bigger Touch LCD. Menu On Screen Menu at the Touch LCD and should be controlled by Finger Touch. Focusing and White Balance Auto / Manual 10.Video Recording with Sound Yes. Inputs VGA Input HD-SUB 15 Pins Female x 1 Audio In x 1 Outputs VGA Output HD-SUB 15 Pins Female x 2 DVIx 1 Audio out x 1 USB x 1 Computer Controllable - Yes. Weight Portable. Not more than 3.0 Kg. Software Should be provided free of cost for still image, video, capture to PC. 11.compatible LCD/LED projector to be fitted at the ceiling with short throw to cater to a 300 seater classroom controlled from the lectern. 12. Projection screen motorised size10’x10’ for a class room of 300 capacity. 13.Warranty onsite for 2years;CMC for further 3years. 14.installatrion onsite including demo for local operators.
06. Stand alone Podium With Built-In Audio System
1.An attractive address system two gooseneck Microphone 2.Two VHF (two handheld and one lapel MICS) 3.80-100 watt output 4.1 Aux input, 1 line output and 1 Rec. Output 5.Exapandable for bigger hall with extra 4 speakers. 5.Installation included. 6.Onsite warranty 2years. 7.CMC -3years thereafter.
Page 24 of 52
07. Class Bell Electronic 1. For use in a college for period wise bell ring 2. Centrally controlled. 3. Speaker at distant multiple locations with loud sound to
be heard all around the adjacent rooms and halls in the college.
4. Battery back up or inverter supported. 5. Multiple tunes available. 6. Programme for seven day schedule. 7. Password protected. 8. Onsite 2 year warranty. 9. CMC for further period.
08. Sound System 1.Amplifier : - 200 watts 2.Cordless Tie Microphone :- VHF 3.Cordless : VHF. 4.Pencil Box -30watts minimum. 5. Gooseneck cordless table top microphone . 6.For use in aclass room or conference hall. 7.Installation included. 8.Onsite warranty 2years. 9.CMC -3years thereafter.
09. WHITE BOARD 4’ x 6’ ,8’x4’,6’x4’ mountable on the wall or on stand to be supplied as acessary. Rack for pens and duster available with it.
10. Black board 4’6’,4’x8 ,4x4’ or similar sizes wall mounted or mountable on stand to be suplied as accessary.
Page 25 of 52
Category - C - MEDICAL INSTRUMENHTS
SPECIFICATION FOR HIGH END AIR BED Serial
no. Item Specification
01. HIGH END AIR BED
01. Alternating inflatable air mattress/dynamic air flow mattress system with interlinked & individually replaceable cells.
02. Should be able to support up to at least 200 Kgs patient weight.
03. Cover of the mattress should be water proof, vapour permeable.
04. Power supply 220-240 Volts, 50 Hz, and appropriately fitted with compatible plug.
05. Facility for quick deflation with easy to use CPR button for emergencies.
06. Should have 1 in 4 alternating cycle for pressure relieving. 07. Complete system (mattress + cover) should be launder able. 08. Should have a structure which would support patient to
ensure that there is no patient fall possibility. 09. Height of the mattress should be minimum 15 cms when fully
inflated. 10. It should be mattress replacement system. 11. The mattress pump should be able to support inflation of
seating cushion from the same mattress pump. 12. Pump should have auto locking facility for its key pad. 13. The equipment should be supplied with minimum warranty
period of 24 months after successful installation. 14. Small amount of air should be circulating through the
mattress for maintaining the moisture in between patient’s body and mattress itself.
02. AIR BED (ORD)
01. The bubble pad structure should provided variation and distribution of pressure areas beneath the patient, compared to row by row pads.
02. Therapy for Stage I pressure ulcers. 03. Maximum weight capacity of 150 kg. 04. Patented air chamber with ultra-quiet operation. 05. Adjustable comport range with easy operati8ng control knob. 06. Adjustable hangers to suit any kind of hospital bed frames. 07. Medical grade PVC is treated with fire retardant. 08. It should be supplied along with pump.
03. SPINAL BOARD FOR TRAUMA PATIENTS
01. The spinal should be built from high density cross linked polyethylene – this avoids splintering and cracking. The surface should be impervious to body fluids and petroleum products being easy to keep clean.
02. Seamless moulding to eliminate ingress of fluid: 03. Foam filled core for flotation. 04. Firm surface for CPR & Immobilization. 05. Compact dimensions for easy manoeuvring, 44.5 x 181.5 cms
tapering to 31.5 cms. 06. Thicks 6 cms 07. Provision of position for cervical collars. 08. Convex underside should allow EMT’s easy lifting access. 09. It should be compatibility with standard navy rescue basket
stretcher. 10. It is x-ray translucent, important for spinal injury casualties.
Page 26 of 52
04. RIGID CERVICAL COLLAR
It should be a multipurpose collar of ultimate conception which should transforms the traditional standard, offering improved performances even when put in comparison with established YES and Nec. Loc. 01. It guarantees easy, fast and symmetrical application. 02. It optimizes the neutral alignment. 03. It reduces inflection – extension to the minimum. 04. It minimizes pressure on the carotid. 05. It facilities the control of the carotid pulse and access for
tracheotomy. 06. It guarantees X-ray, CAT scan and MIR investigations
compatibility. 07. It ensures use even in extreme temperatures. 08. It optimizes procedures washing and sanitization.
05. TRACHEOTOMY INSTRUMENTS SET
Name of Equipment Qty. 01. Sponge Holder 8” 01 No. 02. Allis forceps 6” 02 Nos. 03. Allis forceps 8” 02 Nos. 04. Artery forceps curved 6’ 02 Nos. 05. Artery forceps straight 6” 02 Nos. 06. Mosquito forceps curved 5” 02 Nos. 07. Mosquito forceps straight 5” 02 Nos. 08. Towel Clips 06 Nos. 09. S.s. Bowls 6” 02 Nos. 10. S.S. Kidney tray 8” 02 Nos. 11. B.P.Handle No.3 01 No. 12. Metzenbaum scissors TC 6” 01 No. 13. Mayo’s scissors TC 6.5” 01 No. 14. Tracheal dialating forceps SS 01 No. 15. Tracheal double hook (blunt) SS 01 No. 16. Tracheal single hook BLUNT SS 01 No. 17. Langenbeck retractors Big SS 02 Nos. 18. Langenbeck retractors Small SS 02 Nos. 19. Tooth forceps Adson 5” SS 01 No. 20. Non-Tooth forceps Adson 5”SS 01 No. 21. Frazier Suction tip with control hole 3-4mm … 02 Nos. 22. S.S. tray 450 x 350 x 50 approx.
ONE COMPLETE SET SHOULD BE FROM SINGLE VENDOR Specification for Stainless Steel Instruments:- a. All instruments should be of imported and made from
surgical grade stainless steel. Documentary evidence required for grade of material. b. The “Hinges” should be rust proof. c. The instruments surface should be guaranteed against
metal fatigue and rust for 02 years. d. The instruments surface should be non-reflective. e. The brand name along with catalogue number should be
etched on the instruments. f. The instrument should be CE & FDA approved. g. The instruments might be call for demonstration and
approval. It is the sole discretion of the Department to approve or disapprove the quality.
Page 27 of 52
06. Cough Device
01. Should have non invasive Cough Device for enhance or replacing their natural removal secretions via mechanical insufflation –exsufflation.
02. Machine should have manual and automatic modes for adult & pediatric use.
03. Two –stage centrifugal blower with AC/DC universal motor.
04. Machine should give inhale & exhale pressure from 0 to +70cm H20 and O to -70cmH20 with in increment of 1 cmH20.
05. Machine should be light weight for portability below 5 kg. 06. Should be non-invasive & flexible technique can be given
via facemask, mouthpiece, endotracheal & tracheotomy tube.
07. Should have Integrated Cough-Trak algorithm aids device titration and patient synchronization, helping both comfort and compliance.
08. Should have Adjustable oscillation levels enhance mobilization and increase the benefits of therapy.
09. Should have Three customizable therapy setting presents to accommodate different patient conditions or circumstances.
10. Should have Large Color monitor for easier to assess treatment and fine –tune device setting to improve therapy efficacy and comfort.
11. Should have Detachable battery delivering 1 day of therapy, 1 day of therapy is defined as performing a typical treatment 4 times. A typical treatment being 4 to 6
sequences of 4 to 6 cough cycles at +/- 40 cmH2O. 12. Should have Peak Cough Flow and Tidal Volume are
displayed after each cycle, SpO2 and heart rate monitoring at rest gives instant feedback on therapy efficacy.
13. Should have External memory card for recording therapy data for extended follow-up and software for a complete view of therapy.
14. Should have Automatic mode, with Cough-Trak triggers option, Foot pedal so that manual chest thrust while holding the interface.
15. Machine should be CE & US FDA approved.
07. Rapid Infusion Device STANDARD SPECIFICATIONS
08. Air Warming Device STANDARD SPECIFICATIONS
09. Fluid Warming Device
Set Paint Temperature:- 41°C Flow Rates:- KV O to 30,000 ml./hr. Alarms (audible & visible) :-Over temperature set point = 43°C (Primacy) :- Over temperature set point =46°C (Secondary) Power:- 110 VAC/220-240 VAC
PRESSURE INFUSOR ( FOR HIGH FLOW RATE)
Pressure :- 300 mm Hg maximum Case Quality Use:- 2 Infusors on mounting bracket.
With 500 to 1000 ml. solution containers
Page 28 of 52
For use with power pack. Wall air or canned air.
IV Pole mountable. Power:-220 VAC – 240 VAC Pressure Setting:- 300mm Hg. Case Quality Use :- 2 Infusors on mounting bracket.
With 500 to 1000 ml. solution containers
IV Pole mountable. It should be CE and FDA Approved.
10. Syringe pump
01. The unit should be microprocessor controlled. 02. It should accept syringe sizes of 2/3, 5,10,20,30,50/60 ml
automatic syringe capacity detection. 03. It should be compatible with all standard Indian and
Imported brands of syringes. 04. It should have front syringe loading facility. 05. It should have flow rate upto 1000ml/hr with password
protection for above 200ml/hr. 06. It should have drug library for max. 100 drugs. 07. It should have Bolus facility for quick delivery of drug in
automatic and manual mode. With Antibolus facility. 08. It should have user selectable three levels of occlusion
settings. 09. It should have KOR/KVO (user selectable) 10. It should have facility for PCA (Patient Controlled
Analgesia) as an Option. 11. The Syringe Pump should have facility for Drug Dose
Calculation. 12. It should have audio and visual alarms for the following:
a. Infusion end. b. Low Volume (pre-alarm before syringe empty) – user
selectable c. Occlusion d. KOR (KVO) e. Power failure f. System error g. Syringe (not installed or displaced) h. End of stand by i. Preventive maintenance alarm
13. It should work on mains as well as Internal rechargeable battery back up upto 12 Hrs and external DC.
14. The weight of the pump should not exceed .9 kg with battery
11. Nebulizer Ulterasonic
01. Heavy duty compressor Nebulizer for long term use. 02. Should be treatment anytime. 03. Effective medication yield with optional intermittent
nebulising. 04. Powerful compressor. 05. Selectable aerosol spectrum enables targeted use for the
central or the peripheral long areas. 06. Should used anywhere in India. 07. Should use in respiratory disorder such as Asthma,
Bronchitis, Chronic obstructive pulmonary disease or cystic fibrosis.
08. LC Sprint nebulizer significantly shorten inhalation time.
Page 29 of 52
09. An inhalation device with additional equipment for treatment of the lower respiratory tract of patients 4 years and older.
10. Pressure…………1.5 bar 11. Electrical connection….230/50 Hz 12. Weight………………….1.7 kg 13. It should be CE certified.
12. Shoe Strilizer (Specification will be furnished later on)
13. Fumigation Machine (Specification will be furnished later on)
14. Ambu Bag ETO Sterilisable Adults & intubation set
01. It can be autoclaved 02. Bag volume should be 1475ml 03. It should hae single Sutter valve 04. PEEP valve should be connected directly. 05. It should have integrated handle for easy holding. 06. Patient connector – outside 22mm & inside 15mm. 07. It comes with one silicone facemask size 5 and one
2600ml reservoir. 08. It should be ETO Sterilisable. 09. It should be CE and ISO Certified.
15. View Box
01. Wall hanging model. 02. Frame Dimensions (LxHxT)mm- 850x510x45. 03. Viewing Area (WxH)mm – 720 x 430. 04. Power consumption- 50W. 05. Light Source- LED. 06. Power Supply Unit- AC 220-240V50 Hz. 07. Intensity (Lux)- < 10000. 08. Net Weight (Kgs)- 5.5 09. It should be CE and ISO Certified.
16. Air Purifier system
The system will be equipped with several stages of purification e.g. Prefilter (50Micron), Secondary Filter (10 Micron), UV Chamber with Photo-catalytic converter some of these features may be present in all the equipment and are optional, however, can be provided on extra cost if required, 4 Nos. UV Lamp, Blower with variable speed, VOC Sensor (Scanner and Photo Ionization detector) and Electronic Sensor with Infrared motion. The complete unit will be housed in a suitable MS power coated IP 56 Cabinet.
Step One:- Purifies the Air Macro Particles- A treated (5) micron pre-filter removes a particles from the air larger than (5) MICRONS, extending the life of the HEPA filter and protecting the gas absorbing media from dust coating and fouling.
Step Two:- Hospital Grade HEPA Filter Removes Allergens – A hospital grade HEPA filter removes allergens so small that they can only be seen with a microscope. Pollen, mold, fungal spores, dust mites, cockroach dust, tobacco smoke and bacteria are but a few examples.
Step Three:- Absorbs Toxic Chemicals and Gases- A specially formulated gas absorption media absorbs automobile exhaust fumes, organic hydrocarbons, formaldehyde from particles board used in home construction, paint solvents, chlorine, cleaning chemicals and other fumes until the photo-catalytic converter destroys the pollutants.
Steps Four:-“ Photo-Catalytic Oxidation” Destroys Toxic Chemicals and Eliminates Odours- Activated carbon, zeolite and potassium permanganate can rapidly absorb large quantities of toxic fumes however this media quickly becomes
Page 30 of 52
saturated and slowly releases pollutants back into the air stream. Photo-Catalytic Oxidation converts toxic compounds, even carbon monoxide and nitrous oxide, into benign constituents such as carbon dioxide and water without wearing out or losing its effectiveness.
Step Five:- Ultraviolet Light Kills Disease Causing Germs on Contact – Ultraviolet light 10,000 times the intensity of sunlight kills viruses and bacteria too small to befiltered out by a HEPA filter, Ultraviolet technology combined with Photo-Catalytic Oxidation is the most important feature in air purification since germs are easily spread from one person to another by central heating and air-conditioning system.
Step Six:- Negative Ions Improve Sleep and Keep Air Fresh (the ion generator is totally optional and can be turned off for those sensitive to negative ions and Ozone) – Oxygen in the air reacts with ultraviolet light to produce large amounts of negative ions and activated oxygen.
VOC should not should not exceed the stipulated Limits where the persons are present, as per OSHA standards. To maintain the requisite Level of VOC in the environment it is proposed to install VOC ambient Monitor, which will continuously display the VOC concentration of the hall. This is essential considering human safety aspects for the personals in the working area. The display/control panel gives the user total control over the air quality Has over 2 speed options including a low noise sleep setting.
Displays a reading of the indoor air quality.
Can be controlled by a remote control (Optional)
Has a motion sensor that can turn the unit on and off if desired
Purifies with Activated Caron, Photo-Catalytic Oxidation (PCO), UV Light and a HEPA filter- All in the same system.
SYSTEM DESIGN Control System Microprocessor Based Options Available Mobile/Wall Mounted Principle of Operation UV & Ozone Sterilization
Max Room Volume 100Nm³ Operation Time/Continuous Modes Available Fumigation and Sterilization Mode Time Operation Seven weeks, Eight Options Time Totalizer for Actual Operating Duration CONTROLS Mode Selection Switch Fumigation/Sterilization Fumigation Control Mild/ Normal/Intense Start Fumigation By Push-Button/auto Timer Option Stop Fumigation Automatic y Timer/Manual Fumigation Duration Settable
Page 31 of 52
OZONE DISINFECTION SYSTEM CONSTRUCTION Air Flow 450m³/hr Inlet Air Normal Pollution Room Air Outlet Air Fully Sterilized Air Number of UV Lamps 2-4 Optional Wavelength 253.7nm No of Ozone Cells 2-4 Optional Filters Pre-filter (50 Micron) Secondary Filter (10 .
micron),HEPA Filter Photo-catalytic converter Electro Static Precipitator 0.01 Micron UTILITIES Electric Power 160 Watts Voltage 220V ± 10% Frequency 50 Hz ± 2% Supply 220 volts
17. ICU Sterilization Device STANDARD Specifications. 18. Compression Device STANDARD Specifications.
19. Binocular Microscope.
Binocular Microscope 45 degree inclination, Antifungus optics, High performance Aspheric lenses, Build in illumination through SMPS circuit, withstands voltage fluctuation from 100 volts to 240 volts, fitted with 6V,20W halogen lamp, Right handed mechanical stage, Coaxial coarse and fine adjustment, stage movement on rack and pinion. Quadruple revolving fixed nose piece, Universal power supply(100 to 240V),Four achromatic objectives-4X,10X,40X and 100X all with antifungus,40X and 100X are spring loaded, can accommodate Phase-contrast attachment and also dark field central stop, With five years service contract. Price Quoted with phase contrast attachment and also with darkfield central stop separately.
20. Binocular Microscope,With LED light source
Binocular Microscope,With LED light source and in built battery backup and Five years of service contract other than the specifications mentioned as above in “A”. Price Quoted with phase contrast attachment and also with darkfield central stop separately.
21. Mono ocular Microscope, LED light
source
Mono ocular Microscope, LED light source and in built battery backup and Five years of service contract, 45 degree inclination, Right handed mechanical stage, Stage moves up and down, Coaxial coarse and fine adjustment, stage movement on rack and pinion. Quadruple revolving fixed nose piece, Four achromatic objectives-4X,10X,40X and 100X all with antifungus,40X and 100X are spring loaded.
22. Mono ocular Microscope Mono ocular Microscope , 45 degree inclination, Antifungus optics, High performance Aspheric lenses, Build in illumination through SMPS circuit, withstands voltage fluctuation from 100 volts to 240 volts, fitted with 6V,20W halogen lamp, Right handed mechanical stage, Stage moves up and down, Coaxial coarse and fine adjustment, stage
Page 32 of 52
movement on rack and pinion. Quadruple revolving fixed nose piece, Universal power supply(100 to 240V),Four achromatic objectives-4X,10X,40X and 100X all with antifungus,40X and 100X are spring loaded, With five years service contract.
23. TRINOCULAR MICROSCOPE:
Inclined Trinocular observation tube rotatable through 360 degree fitted Inclined seidentopf Eye piece with fungus resistant, anti-reflection coated prism, compensating wide field eyepiece , Build in 6V,20W Halogen light illuminator or LED lighting facility with battery back up, Quadruple ball bearing nosepiece, Co-axial coarse and fine focusing controls, High resolution long barrel Infinity corrected Planochromatic objectives 4X,10X,40X(Spring loaded) and 100X(Spring and oil immersion),Right hand drive mechanical stage which moves up and down, substage Abbe condenser, Iris diaphragm focusable with rack and pinion and Glass filter(blue), facility for digital camera attachment directly or through adaptor in the eye piece, With five years of CMC. The LED version should be quoted separately.
24. DISSECTING MICROSCOPE
Round base and with brass parts body
Microscope fitted with big dia bull eye lens for big objects.
Square stage with clear glass and matted plate, slide holding clips.
Focussing by rack and pinion, two hinged joint arm for eyepiece.
10X, 20X magnifying glasses for small objects, reflector mirror
Dust cover
25. BP Set :- Mercury type 0-300mmHg graduated with lock Detachable tube with pump and standard adult cuff
26. Stethoscope Single cord type with 2 ear piece funnel & diaphragm
27. Student’s Spiro meter:- 6.5 libe capacity graduated circular disk with pointer, nose clip corrugated rubber tube mouth piece.
28. Kymograph:- Electrical 2200v Ac, 50 Hz with off on switch clutch for spread range 12 to 640mm/sec shaft .
29. Spectrophotometers U/V vis spectrophotometer with UPS 1.Optical system
:- Double beam – quartz coated optics with master Interperometric grafting (MIG)/PRISM microprocessor control.
2. Wevelength range :- 200 – 1000nm with band wideth of 2nm 1nm accuracy.
3. Stray light :- 0.5%:- @220mm & 390nm. 4. Absorbance accuracy:- @ 1 A +/- 0.005A. 5.Absorbance repeatability:- @ 1A +/- 0.002A 6.Wavelength repeatability:- +/- 0.2nm. 7.Display :- Graphic LCD 8.Printer interference:- centrionics paralled. 9.Electrical requirements:- 220wt. 10.Inbuilt thermostat
Page 33 of 52
11.Quick & specified service condition and with availability of spares parts as and when required. 12.Minimum volume should be used and mention. 13. Operating models:- Single wavelength should be specified. 14.Measuring mode should include:- Absorbance, transmittance, concentration, K-factor range. 15. LCD display with printer facility. 16. UPS:- should have 2 hrs back up.
30. Photoelectric Colorimeter:-
1. Wavelength :- 400nm to 700nm selected by filter
mounted on a turret.
2. Light source 6.3V, 03A, 0.3A Diak kano.
3. Detector- hermetically sealed spill proof selenium
photocell.
4. Display:- 3 digit display on digital panel meter (DPM)
Calibrated directly in % transmission and optical density.
5. Resolution:- 1% in transmission mode, 0.01 in optical
density mode.
6. Power supply:- 230V, 50Hz +/- 10%
7. Solution Volume – minimum 1 ml.
8. Optical filters:- 8 filters on the turret, by rotating the
turret desired filter can be selected for the operation.
9. Standard accessories:- Quarz cuvette (at least 5), spare
lamps, instruction manual and cover.
31. Thermometer:- 0-110 degree Celsius.
31. Urinometer Standard specifications for teaching use.
Dean & Principal, VSS Medical College, Burla
Page 34 of 52
ANNEXURE –I
(Refer Clause No. 3.1) CHECK LIST
(To be submitted in Cover A Technical Bid) Note : The documents has to be arranged serially as per the order mentioned in the check list
Please put in the respective box
COVER – A (TECHNICAL BID) DOCUMENTS SUBMITTED OR NOT
1. List of Item (s) – Annexure II Page ------------- Yes No
2. Tender document Fee Page ------------- Yes No
3. Earnest Money Deposit Page ------------- Yes No
4. Details of Manufacturing Unit / contract person Page ------------- Yes No
Liaisioning agent / servicing centre (Annexure III)
5. Declaration form (Annexure -IV) signed Page ------------- Yes No
by the Tenderer & affidavit before
Notary Public / Executive Magistrate
6. Manufacturer’s Authorization Format Page ------------- Yes No
(Annexure – V) (for distributor/Importer)
(Item wise)
7. Proof of avg. Annual turnover Page ------------- Yes No
for preceding 3 financial years (for manufacturer /
Importer) / Proof of Annual turnover for preceeding 3 financial years (for authorized distributor
as well as manufacturer/Importer in case of distributor) (Annexure - VI )
8. Performance Statement (Item wise) Page ------------- Yes No
during the last three years (Annexure -VII )
9. Copies of Purchase order (Item wise) Page ------------- Yes No
in support of the performance statement
10. Deviation/No deviation Statement (Item wise) & details Page ------------- Yes No
of technical specification (Annexure -VIII A & B )
11. Leaflets/Technical Brocheures of the Page ------------- Yes No
Products offered (Item wise)
12. Copy of Import license (In case of Importer) Page ------------- Yes No
13. Copy of Valid ISO Certificate Page ------------- Yes No
14. Attested Photocopy of Up-to-date Page ------------- Yes No
CE / US FDA/BIS Certificate (Item wise)
(As per technical specification)
15. Attested Photocopy of Up-to-date Page ------------- Yes No
IEC Certificate (Item wise)
(As per technical specification)
16. Photocopy of PAN Page ------------- Yes No
17. Photocopy of VAT clerance cerificate Page ------------- Yes No
18. Copy of original Tender and schedules, duly Page ------------- Yes No
signed by the Tenderer
Page 35 of 52
Annexure II
(To be submitted in Cover A -Technical Bid)
DETAILS OF EMD(S) SUBMITTED
Sl. Name of Item EMD Amount (Rs.)
TOTAL (Rs.)
Signature of the Tenderer : Date : Official Seal:
Page 36 of 52
ANNEXURE – III
(Refer Clause No. 3.5) (To be submitted in Cover -Technical Bid)
DETAILS OF THE TENDERER & LOCAL CONTACT PERSON/ SERVICE CENTRE
Corporate Office (The address in which the purchase orders
and payment details will be communicated)
Address of Local Contact Person / Branch Office / Zonal Office /
Address of Service Centre if
any, in Odisha.
Name & Full Address
Telephone Nos., landline
Mobile
Fax
E – Mail
Date of Inception (Copy of Certificate of incorporation of Manufacturer)
Name of the issuing authority
Import License (in case of Importer only)
VAT validity (Furnish photocopy of VAT)
PAN (Furnish photocopy of VAT)
Details of the Service Centre Facilities
Signature of the Tenderer : with seal Date : Official Seal :
Page 37 of 52
ANNEXURE – IV
(Refer Clause No. 3.6)
(To be submitted in Cover -Technical Bid) DECLARATION FORM
I / We ………………………………………………………………………….having My / our
……………………………………………………………………office at…………………………………………………………….do
declare that I / We have carefully read all the terms & conditions of tender of the
_______________, Odisha for the supply of medical equipments. The approved rate will remain
valid for a period of one year from the date of approval. I will abide with all the terms & conditions
set forth in the Tender Reference no. ____________________
I/We do hereby declare I/We have not been de-recognised / black listed by any State Govt. /
Union Territory / Govt. of India / Govt. Organization / Govt. Health Institutions for supply of Not of
Standard Quality (NSQ) items / non-supply.
I/We agree that the Tender Inviting Authority can forfeit the Earnest Money Deposit and or
Performance Security Deposit and blacklist me/us for a period of 3 years if, any information
furnished by us proved to be false at the time of inspection / verification and not complying with the
Tender terms & conditions.
I / We ……………………………………………………………………………… do hereby declare that I / we will
supply the _________________ as per the terms, conditions & specifications of the tender
document. I / we further declare that I / we have a service centre / will establish a service centre
within one month of installation of the equipment in Odisha.
Signature of the bidder : Seal Date : Name & Address of the Firm: Affidavit before Executive Magistrate / Notary Public.
Page 38 of 52
ANNEXURE – V
(Refer Clause No. 2.2(i))
(To be submitted in Cover -Technical Bid) MANUFACTURER’S AUTHORISATION FORMAT
To
The Dean & Principal, VSS Medical College, Burla
Ref: Tender No. Dated for ___________.
Dear Sir, We, ------------------------------------------ are the manufacturers of ------------------------- ----------------------------- (name of equipment(s) and have the manufacturing factory at -----------------------------
1. Messrs -------------------------------------- (name and address of the agent) is our authorized distributor for sale and service of ----------------------------- (name of equipment(s))
2. We confirm that no supplier or firm or individual other than Messrs----------------------------------------------------- (name of the above distributor) is authorized to submit a tender and enter into a contract with you for the above goods manufactured by us.
3. We also extend our full warranty (2 years comprehensive warranty ) and also full back-up support for 3 years CMC after the warranty period as required by the purchaser.
4. We undertake that we have adequate infrastructure and spare part support to carry out the warranty and CMC services and do accept to provide uptime guarantee of 95% as per this tender clause No. 13.1.
Yours faithfully, ----------------------------------- ----------------------------------- (Signature with date, name and designation) For and on behalf of Messrs ------------------------------ (Name & address of the manufacturers) Seal Note : 1. This letter should be on the letterhead of the manufacturer and should be signed by a person
having the power of attorney to legally bind the manufacturer. 2. Original letter shall be attached to the technical bid.
(To be submitted in Cover A -Technical Bid)
Page 39 of 52
ANNEXURE – VI
(Refer Clause No. 3.8) (To be furnished in the letter head of the Auditor/ Chartered Account)
ANNUAL TURN OVER STATEMENT
The Annual Turnover for the last three financial years of
M/s______________________________who is a Manufacturer /Distributor/Importer (Pl. tick
whichever is applicable) are given below and certified that the statement is true and correct.
______________________________________________________________________ Sl.No. Year Turnover in (Rs.) ______________________________________________________________________
1. 2009 – 2010 -
2. 2010 - 2011 -
3. 2011 – 2012 - ______________________________________________________________________ Average Annual Turnover (for the above three years) in (Rs.)______________ __________________________________________________________________ Date: Signature of Auditor/ Place: Chartered Accountant (Name in Capital) Seal
Membership No.- Registration No. of Firm
Note:
a) To be issued in the letter head of the Auditor/Chartered Accountant mentioning the
Membership no.
b) Separate certificates should be furnished for different manufacturer/importer in case the
bidder (authorized distributor) is quoting products of different manufacturers/importers.
The authorized distributor has also to furnish his turnover statement in the above format.
Page 40 of 52
(To be submitted in Cover - Technical Bid)
Annexure VII (Refer Clause no. 3.9) PROFORMA FOR PERFORMANCE STATEMENT
(For the period of last three years)
ITEM WISE (Pl. Furnish separate performance statement & attach the order copies alongwith performance statement)
Tender Reference No. :
Name of Tenderer : : Name of Manufacturer :____________________ Name of the Item :________________________
Sl. Order placed by (Address of purchaser) (attach documentary proof)*
Order no. & Date
Item Name Make & Model
Qty Value of Contract (Rs.)
Date of Completion Reasons for delay if any
Have the goods been functioning satisfactorily (attach documentary proof)**
As per
contract
Actual
1
Total Qty
Signature and seal of the Tenderer
* The documentary proof will be copies of the purchase order (during the last 3 years) indicating Contract No. and date along with a notarized
certification (by the bidder) authenticating the correctness of the information furnished.
** The documentary proof will be certificate from the consignee/end user indicating Contract No. and date along with a notarized certification(by the
bidder) authenticating the correctness of the information furnished.
Page 41 of 52
(To be submitted in Cover -Technical Bid)
Annexure VIIIA (Refer Clause No. 3.10)
STATEMENT REGARDING DEVIATIONS FROM TECHNICAL SPECIFICATIONS (IF ANY)
Following are the Technical deviations and variations from the purchaser’s Technical Specifications.
Sl.
No.
Item Name Clause of Technical Specification Statement of Deviations / Variations if any
1
In case there is no deviation from technical specification, Pl. Mention No Deviation.
Signature of the Bidder
Name :
Date :
Place :
Seal
Page 42 of 52
(To be submitted in Cover -Technical Bid)
Annexure VIII (Refer Clause No. 3.10)
DETAILS OF TECHNICAL SPECIFICATION OF THE PRODUCT OFFERED BY THE BIDDER
Sl.
No.
Item Name Make Model Detail Specification of the product(s) offered* (Pl. Describe the detail specification of the product
offered) – Para wise compliance to the technical specification asked for.
1
* Leaflets/Technical Brocheures of the product offered must be attached in support of the information provided above.
Signature of the Bidder
Name :
Date :
Place :
Seal
Page 43 of 52
ANNEXURE
(To be submitted in COVER - PRICE BID)
To be submitted in Cover – Price Bid ANNEXURE-IX-A
(Refer Clause No. 4.1 & 8.16) FORMAT I - PRICE SCHEDULE [For items – ____________________________________]
Whether depot. inside Odisha, i.e. VAT paid to Government of Odisha: Yes / No If Yes, Depot. Address :
Name of the Item (s)
(Items mentioned in the schedule of
requirement) (With Make &
Model)
Specification (Section V)
Unit Price with all accessories which includes excise duty /
customs duty, packing, insurance, forwarding / transportation (door
delivery) with 2 (two) years onsite warranty & excludes VAT/sales
tax / entry tax
CMC for three years after expiry of two years
warranty period (please mention on yearly
basis)
**Cost of Turnkey if any (all
accessories for installation &
commissioning including all taxes for turnkey in Rs. (Door delivery &
installation)
*Total Cost of the Item (Unit Price with CMC
& Turnkey if any)
(Exclusive of CST/VAT & ET)
CST/VAT & ET (if any) on &
above the item price mentioned
in (3)
(Mention whether CST / VAT and ET, the % of tax & it’s
value in Rs.)
In Case of VAT, pl. Mention
whether VAT is payable to
Govt. of Odisha
Cost in Rs. (both in words & figures)
(1) (2) (3) (4) (5) 6=3+4+5 7 8
1st year after warranty: 2nd year after warranty: 3rd year after warranty: Total :
Price of each item (s) quoted should be mentioned separately by creating separate rows for each item ** The cost of turnkey shall only be quoted if any specific accessories/equipment is required for installation & commissioning. In case of turnkey, the details
of accessories/equipment are to be mentioned. Signature of the Bidder: Name
Date : Place :
Seal 1. Rates should be quoted both in figures & words for each item and if there is any discrepancy, the quoted rates in words will be taken for evaluation. 2. The tenderer has to mention the make / brand, specification, warranty of all the items in turn key.
Page 45 of 52
45 | P a g e V S S M e d i c a l C o l l e g e , B u r l a
ANNEXURE – X (Refer clause no. 7.1.2)
AGREEMENT
THIS AGREEMENT IS MADE AT ___________ THIS THE DAY OF _____________ 2013
BETWEEN
Name of the Supplier with full address Here in after called the “Supplier(s) __________________” as 1st Party
AND The Dean & Principal, VSS Medical College, Burla Health & F.W. Department, GoO Represented through the _____________________________________ / THE CONSIGNEE Hereinafter called the “PURCHASER” ______________ as 2nd Party.
Relying on the documents and representation of facts connected to the issue of aforesaid parties to undertake the responsibilities of sell and purchase of following equipment(s) etc. with the terms & conditions hereinafter laid down.
And whereas the 2nd party “Purchaser(s)” is willing to purchase
Name of the Item:
Specifications: As per specifications laid down in the Tender terms & conditions The Supplier(s) has agreed to sell the equipment(s) completed in all respects according to the Tender requirements and their / his offer dtd.__________________ and the Supplier(s) has also agreed to install to make them operative at the destination mentioned in the Tender document with the following descriptions and their cost mentioned against each. Description of goods Qty Price Total The price / cost of the item also include the followings in addition to above.
1. Insurance 2. Freight 3. Transportation 4. Customs duty / Excise duty 5. Charges for documents, instructions manual, tools 6. F.O.R. at the destinations mentioned in the consignee list 7. Training to doctors & technicians. 8. Maintenance of the system includes all accessories supplied and their spare parts required during
comprehensive warranty period of two year at free of cost from the date of successful installation and satisfactory functioning of the system at the site.
9. Installation and commissioning of the system by the Supplier’s engineer at site.
Page 46 of 52
46 | P a g e V S S M e d i c a l C o l l e g e , B u r l a
10. Any other charges including loading & unloading, packing & forwarding etc. will be paid by the Supplier(s) till the completion of the installation and turnkey job if any.
AMC cost for next 3 (three) years after the warranty period shall be paid after completion of the warranty period (on a six monthly basis).
TERMS AND CONDITIONS:-
PRICE :
Only the price quoted by the Supplier(s) in his / their financial proposal will be the price for payment and no other price escalation will be allowed at any circumstances.
SUPPLY
The supply should be completed within 45 days from the date of issue of purchase order unless otherwise specified. If no supply is received even after 45 days or 73 days with liquidated damage from the date of issue of the purchase orders , such orders will stand cancelled automatically without further notice. Penalties shall also thereafter be applied to the tenderer as specified under Penalty. The approved firm shall also suffer forfeiture of the EMD and Performance Security Deposit.
LIQUIDATED DAMAGE :
The Dean & Principal, VSS Medical College, Burla may allow extension for a maximum period of 4 (four) weeks (28 days), after the stipulated date of supply (i.e. 45 days) with a penalty of 0.5% which will be deducted from the purchase order value as “Liquidated Damage”, for each week (7 days) of delay upto a maximum 2% on the value of the goods. If the supplier fails to complete the supply within the extended period, i.e. 45 days after being allowed by the purchaser, no further purchase order will be placed to the firm for the said item including forfeiture of the Performance security and the concerned firm will be blacklisted for two (2) years from the date of issue of letter for the said item.
TERMS FOR PAYMENT :-
A. The payment(s) shall be made by purchaser in Indian currencies. No advance payments towards cost of Instruments and Equipments etc. will be made to the tenderer. No payment will be made to the supplier if he has not deposited the unconditional performance security in shape of Bank draft/bank gurantee amounting to 10% of the purchase order value which will be deposited with the O/o of the concerned CDMO of the district.
90% of the cost of the equipment (excluding CMC)+100% turnkey +100% tax shall be released to the supplier on receipt of stock entry certificate and installation certificate (that it is working) from the consignee. The remaining ten percent (10%) will be released after satisfactory working certificate received from the consignee after 6 weeks of installation subject to submission of performance security (10% of P.O. Value). For this purpose the supplier will submit two bills, one 90% of the cost of the equipment+100% turnkey +100% tax and the other for the remaining ten percent (10%) of the cost of the equipment.
B. Before release of payment the supplier has to submit the signed agreement, warranty documents of equipment and turnkey job to the consignee. The undertaking as per Annexure – XI & XII will also be submitted to the consignee with photocopies to the purchaser.
Page 47 of 52
47 | P a g e V S S M e d i c a l C o l l e g e , B u r l a
C. The payment of CMC will be made on six monthly basis after expiry of the warranty period and signing of the CMC agreement.
TURNKEY JOB: The external power supply will be provided by the purchaser but the internal wiring and electrical
fittings inside the room for installation & commissioning of the equipment and accessories will be provided by the supplier without any extra cost (This cost is to be included in the cost of turnkey).
UP-TIME BALANCE : The Supplier (s) shall provide guarantee 95% uptime i.e. 41610 (95% of 43800 Hours) during
comprehensive warranty period. The up time guarantee will be 95% as calculated here under i.e. 8322 hours per annum.
1 year – 365 days (24 working hours per day) Total working time per annum – 365 days x 24 hrs = 8760 hrs. Up time guarantee - 0.95 x 8760 hrs. = 8322 hrs. per annum. For 2 years warranty = 8322 x2 = 16644Hours Any uptime less that specified above will be compensated by the Supplier(s). The consignee shall
maintain a log-book in the format provided by the Supplier(s) which will indicate usage of the equipment every
day and for calculation of up-time.
DOWNTIME PENALTY CLAUSE: During the Guarantee / warranty period, desired uptime will be 95% of 365 days (24 hour) if downtime
exceeds 5%, penalty in the form of extended warranty, double the number of days for which the equipment goes out of service will be applied. The vendor must undertake to supply all spares for optimal upkeep of the equipment for TWO YEARS from the date of installation at the site. If accessories / other attachment of the system are procured from the third party, then the vendor must produce cost of accessory / other attachment and the CMC from the third party separately along with the main offer and the third party will have to sign the CMC with the consignee if required.
In no case equipment should remain in non-working condition for more than 7 working days. The manufacturers or their agents are required to submit a certificate that they have satisfactory service
arrangements and fully trained staff available to support the uptime guarantee. ANNUAL MAINTENANCE CONTRACT: The supplier will provide AMC for 3 (three) years after the completion of 2 years comprehensive
warranty period. INSTALLATION AND DEMONSTRATION : The installation and demonstration of the equipment shall be done by the Supplier(s) at free of cost at
the installation site of the respective institutions. TRAINING : Supplier(s) shall impart adequate training to 2 doctors and 2 technicians at the site / his / their factory
/ workshop inside / outside India as the case may be at the Supplier(s) cost.
Page 48 of 52
48 | P a g e V S S M e d i c a l C o l l e g e , B u r l a
INCIDENTAL SERVICES :
The Supplier(s) shall abide by the terms and conditions under incidental services & the installation of Instrument / Equipment at the destination point (Door Delivery) of consignee and demonstrate the machine in working condition to the receiving authority.
Furnishing of tools required for assembly and / or maintenance of the supplied Instruments / Equipments.
Furnishing of detailed operations and maintenance manual literatures for each appropriate unit of
supplied Goods.
Performance or supervision or maintenance and / or repair of the supplied Goods, for a period of two (2) years i.e. the warranty period, provided that this service shall not relieve the Supplier of any warranty obligations under this contract.
The successful supplier shall replace any part or whole system as may be necessary in the event of damage
during transit or found damaged on arrival or during installation of the system or if found not in conformity to the specifications at his / their own cost.
The tenderer should furnish an undertaking to the effect that he / they should take responsibility after
sales service of the equipments / instruments to be supplied by him / them and to provide spare parts for up keeping the Equipments / Instruments for a minimum period of 10 years from the date of installation.
The price of the instruments / equipments is inclusive of warranty for a period of 2 (two) years commencing from the date of installation. The tenderers shall submit undertaking for AMC (Comprehensive Maintenance Cost) for a period of 3 (three) years from 3rd year onwards duly signed by authorised signatories for the execution at appropriate time (Annexure – X & XI).
SPARE PARTS : The supplier will provide all the spare parts, repairing & maintenance by its trained personnel after the
warranty period (2 years) during the AMC period. COMPREHENSIVE WARRANTY :
This warranty shall remain valid for two (2) years from the date of installation & commissioning of the machine / item & must be submitted at the time of installation to the consignee with a photocopy to the purchaser.
The warranty will cover all the parts of the machine or item and any replacement or repair required within the warranty period will be provided by the supplier free of cost at the destination point (Installation point). The supplier will take back the replaced parts / goods at the time of their replacement. No claim whatsoever shall be on the purchaser for the replaced parts / goods thereafter. No traveling allowances or transportation cost will be paid by the purchaser during warranty period.
The Supplier warrants that the Goods supplied under this contract are new, unused, of the most
recent or current models and they incorporate all recent improvements in design and materials (even if the advanced facilities are not mentioned in our product specification). The Supplier further warrants that all Goods supplied under this contract shall have no defect arising from design, materials or workmanship (except when the design and / or material is required by the Purchaser’s Specifications) or from any act or omission of the Supplier, that may develop under normal use of the supplied Goods in the conditions prevailing in the place of final destination.
Page 49 of 52
49 | P a g e V S S M e d i c a l C o l l e g e , B u r l a
The Purchaser / consignee shall promptly notify the Supplier in writing / Fax / Telephone of any claims arising under this warranty.
Upon receipt of such notice, the Supplier shall with all responsible speed will repair or replace the
defective goods or parts thereof without cost to the purchaser to maintain its UP TIME offered in the beginning of purchase otherwise penal provisions shall apply if the supplier fails to keep up its UP TIME.
If the Supplier, having been notified, fails to remedy the defect(s) within 10 days, the Purchaser may
proceed to take such remedial action as may be necessary, like forfeiture of EMD or recovery from security deposit the amount of loss (which will be decided by Dean & Principal, VSS Medical College, Burla incurred by the purchaser.
GOVERNING LANGUAGE : The contract shall be written in English language. English language version of the contract shall govern
its interpretation. All correspondences and other documents pertaining to the contract which are exchanged by the parties shall be written in English.
DELIVERY OF DOCUMENT : Four (4) copies of the Supplier invoice / bills showing purchase order number, good’s description,
quantity, unit price, total amount with stock entry certificate by the consignee. Photocopy of the Insurance Certificate if any (The Original Certificate is to be given to the Consignee). Attested Photocopy of Manufacturer’s / Supplier’s warranty certificate. (The original warranty
certificate is to be submitted to the consignee at installation point). INSURANCE : For delivery of goods at site, the insurance shall be obtained by the Supplier(s) in an amount equal to
110% of the value of goods from “Warehouse” (final destination) on “All Risks” basis including natural calamities.
PACKAGING : The supplier shall provide such packaging of the goods as is required to prevent their damage or
deterioration during transit to their final destination. The packaging shall be sufficient to withstand without limitation rough handling during transit and exposure to extreme temperature, salt and precipitation during transit and upon storage. All primary packaging containers which come in contact with the item should strictly protect the quality and integrity of the Instruments & Equipments. Packing case size and weights should be taken into consideration, in case of remoteness of final destination and the absence of heavy handling facilities at all points in transit.
The packaging marking shall show the description of quantity of contents, the name of the consignee
and address, the gross weight of the packages, the name of the supplier with a distinctive number of mark sufficient for purposes of identification. Each package shall contain:
i. a packaging note quoting the name of the purchaser
ii. the number and date of order iii. nomenclature of the goods iv. schedule of parts for each complete equipment giving part number with reference to
assembly. v. Name & address of the consignee
vi. Name & address of the supplier.
Page 50 of 52
50 | P a g e V S S M e d i c a l C o l l e g e , B u r l a
TERMS OF CONTRACT : The Dean & Principal, VSS Medical College, Burla will be at liberty to terminate the contract either
wholly or in part without assigning any reason. The tenderers will not entitled to any compensation whatsoever in such terminations.
PENALTIES : If the successful tenderer fails to execute the agreement and / or deposit the required security within
the time specified or withdraws his tender after acceptance of his tender owing to any other reasons, he is unable to undertake the contract, his contract will be cancelled and the Earnest Money Deposit deposited by him along with his tender shall stand forfeited and he will also be liable for all damages sustained by the Dean & Principal, VSS Medical College, Burla by reasons of such breach, such as failure to supply / delayed supply including the liability to pay any difference between the prices accepted by him and those ultimately paid for the procurement of the articles concerned. Such damages shall be assessed by the Dean & Principal, VSS Medical College, Burla & the decision is final & binding in the matter.
If any articles or things supplied by the tenderer have been partially or wholly used or consumed after
supply and are subsequently found to be in bad order, unsound, inferior in quality or description or are otherwise faulty or unfit for consumption / use & rusted then the contract price or prices of such articles on full will be recovered from the tenderer, if payment had already been made to him or the tenderer will not be entitled to any payment for that item & no further order will be given to him. For infringement of the stipulations of the contract or for other justifiable reasons, the contract may be terminated by the Dean & Principal, VSS Medical College, Burla and the tenderer shall be liable for all losses sustained by the Dean & Principal, VSS Medical College, Burla in consequence of the termination which may be recovered from the Security Deposit made by the tenderer or other money due or become due to him.
Supply of sub-standard items or non - performance of tender terms & conditions will disqualify a firm to participate in the tender for the next five years.
ARBITRATIONS In the event of any dispute out of the contract, such dispute should be subject to the Jurisdiction of
the Civil Court, Dist.Samalpur or High Court, Odisha. CHANGE OF TERMS AND CONDITIONS Any amendment to the terms & conditions and clauses of the agreement if required must be done in
writing duly signed by the two parties. IN WITNESS WHERE OF the parties herein to have set and subscribed their respective hands the day
and year first herein above written. Executed by Purchaser (s) / Consignee Executed by Supplier(s) In presence of (Witness) In presence of (Witness)
Page 51 of 52
51 | P a g e V S S M e d i c a l C o l l e g e , B u r l a
ANNEXURE – XI
(Refer Clause No. 11.1 to 11.6, 13.1)
WARRANTY / GUARANTEE /CMC UNDERTAKING (to be submitted on Rs.50/- stamp paper)
Tender ref. No. ___________________
Name of the equipment:
Date of Installation:
Name of the Consignee:
Name of the purchaser:
I / we / M/s _________________________________________________ ____________________ hereby declare that
i. I / we do Accept / Agree for the warranty / guarantee (2 years Warranty followed by 3 years CMC as per this
tender clause No. 11.1 to 11.6.
ii. I / we will not charge / quote any extra price on account of the above said warranty / guarantee.
iii. I / we do accept / agree to provide uptime guarantee 95% as per this tender clause No. 13.1.
iv. The 2 year comprehensive warranty is valid from dt.________ to dt.__________.
v. The 3 year CMC is valid from dt.________ to dt.__________.
Date: Signature of the competent authority
Place: on behalf of the company / firm.
Seal of the firm.
N.B: 1. To be attested by Notary Public
2. Only to be submitted by the approved supplier / tenderer to the consignee and a copy to the purchaser before release of payment.
Page 52 of 52
52 | P a g e V S S M e d i c a l C o l l e g e , B u r l a
ANNEXURE – XII (Refer Clause No. 11.1 to 11.6 & 13.1)
UNDERTAKING
(to be submitted on Rs.50/- stamp paper)
Tender ref. No. ___________________
Name of the equipment:
Date of Installation:
Name of the Consignee:
Name of the purchaser:
Sir,
I / we ____________________________________________________________ hereby declare that
1. I / we am / are the manufacturers / authorized agents / distributors of ______________
______________________.
2. I / we do accept / agree for the all clauses including the warranty 2 years followed by 3 years CMC) and
payment terms and conditions of this tender.
3. I / we do hereby confirm that the prices / rates quoted are fixed and are at par with the prices quoted by
me / us to any other Govt. of India / Govt. of Odisha Hospitals / Medical Institutions. I / we also offer to
supply the stores at the prices and rates not exceeding those mentioned in the price bid.
4. I / we agree to abide by my / our offer for a period of 365 days from the date of approval of the tender.
5. I / we have necessary infrastructure for the maintenance of the equipment and will provide all the
accessories / spares as and when required.
6. I / we also declare that in case of change of Indian Agent or for any other change, merger, dissolution
solvency etc. in the organization of our foreign principles, we would take care of the Guarantee / warranty
/ maintenance of the machinery / equipment and have provided written confirmation for the same.
7. I / we shall provide assistance to the consignee in clearance and delivery of store at consignee’s stores /
premises.
8. The demurrage / storage charges, if any, payable to the customs department, due to non-receipt of
required documents in time by the hospital / delay due to incorrect entries, mistakes to the documents
etc. shall be borne by me / us.
9. I / we have carefully read and understood all the terms and conditions of the tender and shall abide by
them.
10. I / we undertake to get the equipment’s repaired within 48 hours of receiving of the complaint from the
indenting hospital / consignee failing which a penalty @ 1% of the cost may be recovered from the
performance security before releasing the same to us after 2 years warranty period.
Signature of the witness Signature of the Tenderer Name & address Name & address
Dated Seal of the firm.
N.B: 1. To be attested by Notary Public
2. Only to be submitted by the approved supplier / tenderer to the consignee and a copy to the purchaser before release of payment.