Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No. 14/1 Dr. Jivraj Mehta Bhavan Sector-10 Gandhinagar
079-23250767 23250766 23257696
E – TENDER NOTICE: 09/2017-18
Tenders are invited online for Medical Equipment /Instruments Surgical items & other Miscellaneous Industrial Products (through internet) from reputed manufacturers. For imported materials Authorized representative / dealer appointed either by parent manufacturer or its subsidiary company should submit their offer. Interested bidders are requested to submit the tender through e-tender process. All tender documents can be downloaded free from web site http://gmscl.nprocure.com Detail Tender Notice is available on website: https://gmscl.nprocure.com / http://gmscl.gujarat.gov.in and this office notice board.
Sr. No. Name of item 1 Basic Dental Chair with Compressor 2 Autoclave Horizontal Cylindrical 500 x 900mm Single Door 3 Ultrasonic Instrument Cleaner 4 Rubber Sheeting (1100 MM x 30 Mtr.) 5 ETO Sterilizer 4 Cu. ft
Duration of Downloading Tender (online): 31/05/2017 to 20/06/2017 up to 15.55 hrs.
Last date for Submission (online) : 20/06/2017 upto 16.00hrs. Last date for Physical Submission on : 21/06/2017 upto 12.00 hrs. Due date of opening of Technical Bid (online): 22/06/2017 on 12.30 hrs.
Note: Please see Revised Terms & Condition of Tender which is also available on G.M.S.C.L. website.
INF – MANAGING DIRECTOR
U]HZFT D[0LS, ;lJ";L; SM5M"Z[XG ,LDL8[04 UF\WLGUZ
a,MS G\P !$q!4 0F"P HLJZFH DC[TF EJG4 UF\WLGUZP
_*)vZ#Z5_*&*4 Z#Z5_*&&4 Z#Z5*&)&
.v8[g0Z GM8L; G\P _)qZ_!*v!(
GLR[ NXF"J[, TALAL ;FWGM q .g:8=]D[g8; q ;HL"S, VF.8DM DF8[ HF6LTF pt5FNSM 5F;[YL
VMG,F.G s.g8ZG[8 DFZOT[f 8[g0ZM D\UFJJFDF\ VFJ[ K[P lJN[XYL VFIFT YTF ;FWGMqVF.8DM DF8[ T[GF pt5FNS äFZF VlWS'T SZ[, 5|lTlGlW q 0L,Z VYJF D]/ pt5FNSGL
;A;L0ZL S\5GL 8[g0Z ZH] SZL XSX[P Z; WZFJTF 8[g0ZZMG[ T[VMG] \ 8[g0Z .v8[g0Z 5|lS|IF
äFZF EZJF H6FJJFDF\ VFJ[ K[P 8[g0Z 0MSI]D[g8 J[A;F.8
http://gmscl.nprocure.com 5ZYL lJGFD]<I[ 0FpG,M0 SZL XSFX[P lJ:T]T 8[g0Z
GM8L; SR[ZLGF GM8L; AM0" 5Z TYF J[A;F.8 http://gmscl.nprocure.com
http://gmscl.gujrat.gov.in 5Z p5,aW K[P
S|D VF.8DG]\ GFD
! A[hLS 0[g8, R[Z JLY SMd5|[;Z Z VM8MS,[J CMZLhMg8, ;L,Lg0=LS, 5__ 2 )__ V[DV[D ;L\U, 0MZ
# V<8=F;MGLS .g:8|]D[g8 S,LGZ
$ ZAZ ;L8L\U s!!__ V[DV[D X #_ DL8Zf
5 .8LVM :8ZL,F.hZ $ SI]P OL8P
8[g0Z OMD" 0FpG,M0GL TFZLB sVMG,F.Gf o #!q_5q!* YL Z_q_&q!*4 !5o55 S,FS ;]WL
8[g0Z :JLSFZJFGL K[<,L TFZLB sVMG,F.Gf o Z_q_&q!*4 !&o__ S,FS ;]WL
8[g0Z :JLSFZJFGL K[<,L TFZLB sOLhLS,f o Z!q_&q!*4 !Zo__ S,FS ;]WL
8[SGLS, AL0 BM,JFGL TFZLB sVMG,F.Gf o ZZq_&q!*4 !Zo#_ S,FS GM\W o 8[g0ZGL ;]WFZ[, 8d;" V[g0 Sg0LXG HLPV[DPV[;P;LPV[,P GL J[A;F.8 p5Z 56 HMJF lJG\TL K[P DFlCTL v D[G[HL\U 0LZ[S8Z
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
1
Tender Document for
Medical Equipments, Surgical items,
Hospital Furniture & Other
Miscellaneous Items
Gujarat Medical Services Corporation Limited
Reg. office: Block No. 14/1, Dr. Jivraj Mehta Bhavan,
Sector-10, Gandhinagar- 382 010.
Tel: 079-232-50767, Fax: 079-23257586 https://gmscl.gujarat.gov.in https:/gmscl.nprocure.com
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
2
Table of Contents
SR. NO. SECTION DESCRIPTION PAGE NO.
i. Section 1 Inviting Tender 4
ii. Section 2 Instruction to Bidders 5
iii. Section 3 Eligibility Criteria for Bidders 6
iv. Section 4 Contents of Bidding Documents 8
v. Section 5 Technical & Commercial offers (Part I & II)
11
vi. Section 6 General Terms and Conditions 17
vii. Section 7 Terms of Contract 23
viii. Section 8 Appendix-List of Abbreviation 37
ix. Section 9 Annexures (A to V) 38-76
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
3
LIST OF ANNEXURES
S NO. DESCRIPTION PAGE NO.
1. ANNEXURE-A Verification, undertaking, check list & documents 38
2. ANNEXURE-B Schedule of documents attached 40
3. ANNEXURE-C Bidding schedules 43
4. ANNEXURE-D EMD FORM 44
5. ANNEXURE-E Declaration of ownership 45
6. ANNEXURE-F Declaration of I.S.O. Marked goods 46
7. ANNEXURE-G Higher Price / Lower Price Certificate 47
8. ANNEXURE-H Commercial bid for indigenous articles 48
9. ANNEXURE-I Commercial bid for imported articles 49
10. ANNEXURE-J Commercial bid for comprehensive maintenance
contract
50
11. ANNEXURE-K Authorization latter for imported equipment 51
12. ANNEXURE-L Manufacturing Experience Certificate for last Three
Years
53
13. ANNEXURE-M Annual Turnover Statement for Last Two Years 54
14. ANNEXURE-N BANK GUARANTEE FORM 55
15. ANNEXURE-O SD AGREEMENT 58
16. ANNEXURE-P CMC AGREEMENT FORM 61
17. ANNEXURE-Q Govt. of Gujarat, Finance Dept. GR on SD / EMD 68
18. ANNEXURE-R Format for List and rates consumables 70
19. ANNEXURE-S Bank Details for RTGS 71
20. ANNEXURE-T Affidavit 72
21. ANNEXURE-U Important Point to be verified before submission of
tender
73
22. ANNEXURE-V Common deficiency observed in the Primary
Scrutiny of the Tender document
75
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
4
Section - 1
1. Inviting Tender
Gujarat Medical Services Corporation Limited (GMSCL),
Reg. office: Block No. “14”, 1st Floor,
Dr. Jivraj Mehta Bhavan,
Sector No. 10, Gandhinagar-382 010
https://gmscl.gujarat.gov.in https://gmscl.nprocure.com
1.1 TENDER ENQUIRY NO.: 09/2017-18
GMSCL on behalf of Government of Gujarat invites tender online for Supply of
Medical Equipments, Hospital furniture, Surgical Items & Other miscellaneous
items mentioned below on rate contract or quantity basis as detail mentioned in
the tender details as stated in Section-5 from reputed manufacturers / direct
importers or subsidiary of original foreign manufacturer.
S. No Name of item(s) Total Quantity
Tender Tender Fee in Rs.
EMD Amount in Rs.
1 Basic Dental Chair with
Compressor 314 Nos. 15,000 18,84,000
2 Autoclave Horizontal
Cylindrical 500 x 900mm Single
Door
15 Nos. 5,000 2,70,000
3 Ultrasonic Instrument Cleaner 38 Nos. 15,000 4,56,000
4 Rubber Sheeting
(1100 MM x 30 Mtr.) On R.C. Basis 15,000 19,89,200
5 ETO Sterilizer 4 Cu. ft 07 Nos. 5,000 1,89,000
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
5
1.2 Key Dates
Sr. No. Description Schedule i. Downloading Tender Document (On Line) From 31/05/2017 to
20/06/2017 Upto 15.55 Hrs.
ii. Pre bid Meeting dated on -- iii. Due date and Time of Submission (On Line) 20/06/2017 16.00 Hrs. iv. Envelopes containing the “Technical
Supporting Documents”, inclusive of the “Tender Fee”, “EMD Fee” to be submitted physically
on or before 21/06/2017 12.00 Hrs at office address
v. Date and Time of Technical bid Opening (On Line)
22/06/2017 12.00 hrs.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
6
Section - 2
2. Instruction to Bidders for Online Tender Participation
2.1 All tender documents can be downloaded free from the website
https://gmscl.gujarat.gov.in and https://gmscl.nprocure.com
2.2 All bids should be submitted online on the website
https://gmscl.nprocure.com
2.3 All bids should be digitally signed, for details regarding digital signature
certificate and related training involved the below mentioned address should
be contacted
(n)Code solutions
A division of GNFC
301, GNFC Infotower, Bodakdev, Ahmedabad- 380 054 ( India )
Tel : +91 79 26857316/17/18, Fax: +91 79 26857321.
www.ncodesolutions.com
2.4 The user can get a copy of instructions to online participation from the
website https://gmscl.nprocure.com
2.5 The suppliers should register on the website though the “New Supplier” link
provided at the home page, the registration on the site should not be taken as
registration or empanelment or any other form of registration with the
tendering authority
2.6 The application for training and issue of digital signature certificates should
be made at least 72 hours in advance to the due date and time of tender
submission.
2.7 For all queries regarding use of digital signature certificate should be
addressed to personnel in M/s (n) Code Solutions.
2.8 For all queries regarding tender specifications and any other clauses included
in tender document should be addressed to personnel in tendering office at
GMSCL, Gandhinagar.
2.9 The tenderer should invariably submit his tender in three sealed covers
separately namely [1] Tender Fee, [2] E.M.D. covers [3] Technical Supporting
Documents Cover.
2.10 A-Group documents should be submitted online only and B-Group
documents should be submitted physical only as per Annexure-B.
Note:
The tenderer should read this document very carefully and comply with
the instructions / terms / conditions therein. Any tender which does not
confirm with the instruction / terms / conditions therein is liable to be
rejected without any reference.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
7
Section - 3
3. Eligibility Criteria for Bidders
Supply of Medical Equipments, Hospital furniture, Surgical Items & Other
miscellaneous items on rate contract or Quantity basis as mentioned in the tender
details section is invited online (internet). Following being the eligibility criteria:
3.1 Tenderer must be an Indian Manufacturer or Authorized Distributor for
imported item or Subsidiary of original foreign manufacturer.
3.2 (a) The Indian manufacture should have experience of manufacturing and
selling of quoted product for three financial years preceding the date of
opening of technical bid. For this purpose, they have to submit Chartered
Accountant’s certificate in original/self-attested, showing year wise
production and sales for quoted product for last three years. (Format at
Annexure-L)
(b) The tender should be submitted only by manufacturers. However, their
authorized dealer shall be allowed delivery of stores. Submission of tender /
billing by authorized distributor / dealer will not be considered.
3.3 In case of imported component (equipment – materials), the authorized
representative or dealer shall be allowed to quote the tender. But such
authorized representative or dealer should be a regular supplier of products
of that manufacturer for last three years preceding the date of Technical Bid.
And also the self-attested authority letter should be submitted by original
manufacturer duly filled in prescribed format (As per Annexure-K) with
tender documents otherwise tender will be ignored.
In connection with above (3.3), in cases where authorized distributor / dealer
participates in the tender, following additional terms will be applicable and its
supporting documents must be submitted;
3.3.1 Self-attested authorization from the manufacturer that the bidder is
authorized to provide after sales services and spare parts / consumable
support for the entire duration of the contract including Warranty and
CMC of the product.
3.3.2 Self-attested certificate from manufacturer that particular division of its
subsidiary dealing with the product in question is not participating
directly in any tender across the country since immediate past one year
(at least) prior to the last date of this tender or if subsidiary company
does not exist in India, certificate from manufacturer that it does not
have subsidiary company in India.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
8
3.3.3 If the bidder is the exclusive entity in India floated by the foreign
manufacturer to trade in the product manufactured by it, a self-attested
certificate from manufacturer regarding the same would suffice and
documents pertaining to authorized distributor or subsidiary company
can be dispensed with. The bidder will however, have to produce
documents mentioned in clause 3.3.1.
3.4 In case a subsidiary company of a foreign manufacturer is participating in
tender process, it will have to produce documents that they are 100%
subsidiary company of their foreign manufacturer whose item / instrument
is quoted.
3.5 CA certified marketing data of last three years and affidavit for Indian
Authorized Distributor for imported item or subsidiary of original
manufacturer.
3.6 Product permission for import of goods in India / Import licence.
3.7 Indian/Foreign manufacturer should have manufacturing license. For Indian
manufacturer, Industrial license / I.S.I. Certificate / Factory Inspectors
license / Product permission {if applicable}/ Registration certificate with
C.S.P.O./ S.S.I./ K.V.I.C./ N.S.I.C./ D.G.S.&D / MSME Part-II acknowledgment
/SIS registration and Central Excise Registration / Udyog Aadhar
acknowledgment of the Bidder or Principal manufacturer {whichever is
applicable} should be provided.
3.8 Tenderers who have been blacklisted/ debarred by tender inviting authority
or by any other State Government or Central Government department/
Organization shall not be allowed to participate in the tender process during
the period of blacklisting / debarment.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
9
Section - 4
4. Contents of Bidding Documents
4.1 Tender Fee and EMD Cover
4.1.1 Payment should be made by Demand Draft (DD) or Bank Guarantee (BG),
payable at Gandhinagar or Ahmedabad at any Nationalized / schedule
bank.
4.1.2 EMD should be paid in form of Demand Draft in favor of Managing
Director, GMSCL, Gandhinagar drawn on any bank in Gandhinagar OR
irrevocable Bank Guarantee issued by Nationalized Bank including the
Public Sector Bank / Private Sector Bank / Regional Rural Bank of
Gujarat / Co-operative Bank of Gujarat mentioned in G.R.No.
EMD/10/2016/328/DMO, Dt. 01/05/2017 of Finance Department, Govt.
of Gujarat as amended from time to time will be followed. The DD/BG
should be issued by bank after the date of advertisement of tender
enquiry.
4.1.3 Bank Guarantee will be accepted in case, where amount of EMD exceeds
Rs. 5000/- B.G. should be valid up to 6 month from the date of its
issuance. E.M.D. in any other form will not be accepted.
4.1.4 Payment should be made in favor of "Managing Director, Gujarat
Medical Services Corporation Limited" Gandhinagar, Gujarat, India.
4.1.5 Payment made toward Tender Fee will not be refunded
4.1.6 Non-payment of the Tender Fee will make the tenderer liable for
disqualifications.
4.1.7 EMD would be refundable under following conditions:
a) Tender is closed at any stage of procurement
b) Rejection of bid at primary or technical scrutiny level
c) After issuance of A.T. or RC
4.1.8 Non- payment of the EMD will make the tenderer liable for
disqualifications.
4.1.9 Those tenderers who are exempted for payment of Tender Fee and EMD
must enclose necessary documents like SSI Registration [of Gujarat State]
along with NSIC / DGS&D / CSPO Registration for item under tender
enquiry.
(a) The bidder belonging to SSI (Small, Tiny and Cottage industry as per
GR No. SPO/102015/691093/CH, dated 03/06/2016 issued by
Industries & Mines Department, Govt. of Gujarat and as may be
amended from time to time) category desirous of availing benefits of
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
10
price preference / price matching as well as EMD, Tender fee
exemption and other such benefits being SSI as per Government of
Gujarat Policy, shall have to submit copy of their valid Small Scale
Industry Registration as well as submit certificate from Practicing
Chartered Accountant or Practicing Company Secretary that the unit
/ bidder still continues to be Small Scale, Tiny / Cottage Industry to
be Small Scale, Tiny/ Cottage Industry should be asked as under :(i)
MSME status for the year before the immediate previous financial
year if the tenders are issued on or before 30th September. (ii) MSME
status for the immediate previous financial year if the tenders issued
on or after 30th September, along with latest audited annual balance
sheet and investment in plant and machinery to be certified by the
same professional. As for example, MSME status of FY 2015-16 would
be required for tenders floated on or before 30th September 2017 &
MSME status of FY 2016-17 would be required for tenders floated
after 30th September 2017.
(b) For getting exemption from paying EMD, tenderers have to furnish
valid and certified documents along with tender. Otherwise tender
will be rejected.
4.1.10 Those firms registered under small scale industries of Gujarat State and
holding subsequent registration with CSPO/NSIC for the item under
tender will be eligible for exemption from payment of Tender Fee and
EMD on submission of attested copies of their SSI & CSPO / NSIC /
DGS&D registration certificates. Participants not covered under this
category shall have to pay Tender Fee and EMD compulsorily as
prescribed, failing to which the tender will be treated as rejected at the
time of opening of Bid. In such cases, Technical Bid as well as Commercial
Bid will be ignored. Any basic document with regards to Tender Fee and
EMD will not be acceptable after closing time of tender.
4.1.11 Wrong / Fraudulent data submission may lead to disqualification /
debarment. Please ensure that you furnish correct data.
4.2 Technical Bid Submission
4.2.1 The envelope should be marked as "Technical Supporting Documents". It
should be noted that no physical submission of commercial bid should be
done.
4.2.2 If the tenderer fail to submit the supporting documents offline within the
stipulated time limit, the tenderer is liable for immediate disqualification.
4.2.3 The bids should be submitted on or before the time stipulated in Tender
notice at the website https://gmscl.nprocure.com
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
11
4.2.4 The physical submission of technical supporting may be done at the
following address:
Gujarat Medical Services Corporation Limited,
Ground Floor, Block No. 14,
Dr. Jivraj Mehta Bhavan, Sector-10, Gandhinagar-382 010
Tel: 079-232-50767, 57696, Fax: 079-23257586
4.3 Commercial Bid Submission
4.3.1 The commercial bid submission should be done on the website only
https://gmscl.nprocure.com
4.3.2 The bids should be submitted on or before the time stipulated in tender
notice at the website https://gmscl.nprocure.com
4.3.3 Any type of price (EXCEPT PRICE OF CONSUMMABLES ETC.
SPECIFICALLY ASKED FOR IN THE TENDER AND WHICH ARE NOT TO
BE USED FOR THE PURPOSE OF TENDER EVALUATION/ PRICE
COMPARISON) should not be disclosed in physical documents otherwise
bid will be rejected.
Note:
No tender will be accepted after prescribed closing time for submission
of the same. The delay will not be condoned for any reason whatsoever
including postal/transit delay. However, if the last date of submission of
tenders is declared as a holiday by the Government, the last date of
submission of tenders will be extended to the next working day.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
12
Section - 5
5. TECHNICAL & COMMERCIAL OFFERS (PART- I & II)
5.1 Technical Bid (Part-I)
5.1.1 No modification should be done by the tenderer in the name of item, and
in the specifications / grade / quality / packing of the item given in the
enquiry document. In Part-I (Technical Bid) all information asked /
required including specification available in offered models should be
mentioned clearly. Additional specifications / features if any available in
the offered models shall be provided in additional sheet. In Part-II, the
rates, with break up shown in the formats provided with the tender
documents to be quoted. For INDIGENOUS ARTICLES rates to be quoted
in prescribed format of Commercial Bid Part-II (A) and for IMPORTED
ARTICLES rates to be quoted in prescribed format of Commercial Bid
Part-II (B). Nothing else should be written or filled in either Part I/II.
5.1.2 In Technical Bid (Part-I) document required and relevant information
including specification available in offered models should be mentioned
clearly. Additional specifications / features (if any) available in the
offered models shall be provided in additional sheet.
5.1.3 In case any item is required as an essential accessory for operating the
equipment, it must be mentioned clearly in technical bid (Part-I) and its
rate must be included in the rates for the equipment in commercial bid
(Part-II). If no mention of such essential accessories is made in technical
bid (Part-I), it will be presumed that the cost of essential accessories is
included in commercial bid (Part-II) and no separate payment for the
same will be made thereafter under any circumstances.
5.1.4 If any accessory is demanded as mandatory in the tender enquiry, under
no circumstances it should be shown as an optional accessory and
quoted separately. The offered product price must include the
accessories required for operation of the instrument and no separate
payment will be made even if such an accessory is not included in the
quotation.
5.1.5 Only those accessories which are specifically recommended by the
manufacturer of the instrument / equipment should be offered as part of
the equipment and under no circumstances a cheaper variety of an
accessory not approved / recommended by the manufacturer should be
offered.
5.1.6 The detailed required specifications of the equipment to be purchased
are shown in Technical Bid. The tenderer should either confirm whether
the items offered are conforming to these specifications clearly OR
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
13
specifications available in offered product should show against each
specification along with name of manufacturer, Brand / Model only in the
format provided in technical bid. Please note that tenderer should not
write 'As per Literature enclosed'. In such a case, offer shall not be
considered. Offers with minor deviation in non-critical specification shall
be considered subject to overall acceptability of products in terms of its
utility, but offer which does not comply to critical specifications shall not
be considered.
5.1.7 The Tenderer should arrange for demonstration of equipment offered as
and when desired at their expense failing which tender shall liable to be
ignored. In case where samples are required to be submitted, it should be
kept ready and submitted as and when demanded in duly sealed pack
superscribed with details of tender enquiry No, due Date, Name and
address of tenderer, make/Model etc. failing which offer shall liable to be
rejected. In case the tender value of Rs. 50.00 lac and above, it will be
mandatory to have demonstration. If the equipment is not installed
anywhere in the State of Gujarat and the tenderer requests on arranging
for the demonstration in other state of India, the Managing Director
GMSCL shall have the authority to decide on demonstration considering
opinion of the experts.
5.1.8 No conditional offer / quotation will be accepted. Quotations with errors
will be, rejected. No variation in the terms and conditions of the tender,
including major deviation from standards / specifications / terms of
supply will be accepted.
5.1.9 If during Technical scrutiny, it comes to the notice of experts' committee
that the literature submitted by the bidders does not reflect one or more
parameters sought in specifications, the committee shall resort to
following course of action:
5.1.9.1 The bidder would have to demonstrate the said product before
the expert committee including each and every aspect of
specifications and particularly the specifications sought which are
not reflected in literature. The said demonstration would be
videographed. A Soft copy of the said videography should be
sealed and signed by the expert committee and submitted to
GMSCL along with TS/Demo report. The cost of such videography
would be borne by the bidder.
5.1.9.2 The bidder would have to submit undertaking in form of affidavit
that quoted product contain specifications sought in totality and
all parameters of specifications would be available in the quoted
model to be supplied, if his product will be accepted.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
14
5.1.9.3 Failing above, the Technical Scrutiny committee can reject the said
bid.
5.1.10 The legible and certified copies of the following Technical supporting
documents must be submitted as mentioned in Annexure –B.
i. Manufacturing license: Industrial license / I.S.I. Certificate / Factory
Inspectors license / Product permission {if applicable}/ Registration
certificate with C.S.P.O./ S.S.I./ K.V.I.C./ N.S.I.C./ D.G.S.&D / MSME Part-
II acknowledgment /SIS registration and Central Excise Registration /
Udyog Aadhar acknowledgment of the Bidder or Principal
manufacturer {whichever is applicable}.
ii. Copy of the Partnership deed (if manufacturer) / Memorandum of
Articles {whichever is applicable}.
iii. I.S.O. certificate along with the declaration of manufacture of the item in
the location certified by I.S.O. in the prescribed format {I.S.O. Certificate
& Declaration is mandatory if asked in Technical Specification}. Format
at Annexure –F
iv. Original Product literature / Photograph mentioning all technical
specifications & service Manual if the unit price exceeds Rs.10,000/-
v. I.S.I. Certificate (mandatory if asked in Technical Specification)
vi. Higher / Lower Price Certificate (Format at Annexure - G)
vii. Sales Tax (VAT) / CST registration copy.
viii. VAT Clearance Certificate (Last Financial Year) / Certified copy of VAT
Return Mentioning Zero Outstanding (Last Financial Year).
ix. Permanent Account number(PAN)
x. List of Installations / Users / Customers with Copies of invoices from at
least 2 users in India must be provided for the quoted product (Not
necessarily the quoted model).
xi. List of essential accessories required to operate the equipment.
xii. Chartered Accountant’s certificate in original/ self-attested for showing
year wise production and sales for quoted product for last three years
preceding of opening of technical bid. {Please refer to condition-6.1}
Format at Annexure-L
xiii. Self-attested authority letter in prescribed format for imported
components and supporting document. {Please refer Condition No. 3.3.1
to 3.3.3}
xiv. Turnover Certificate: Bidder firm has to submit Turnover certificate of
CA for last three years [i.e. (i) 2013-14, 2014-15, 2015-16 for tender
floated on or before 30th September, 2017 and (ii) 2014-15, 2015-16,
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
15
2016-17 for tender floated after 30th September, 2017] Format at
Annexure-M
xv. IEC Certificate for imported items.
xvi. (a) Self-attested copy of valid Small Scale Industry Registration.
(b) Self-attested copy of Certificate from Practicing Chartered
Accountant or Practicing company Secretary that the unit / bidder
still continues to be Small Scale, Tiny/ Cottage Industry should be
asked as under:
(i) MSME status for the year before the immediate previous
financial year if the tenders are issued on or before 30th September.
(ii) MSME status for the immediate previous financial year if the
tenders issued on or after 30th September.
(c) Self-attested copy of latest audited annual balance sheet and
investment in plant and machinery to be certified by the same
professional.
(d) Certificate / documents mentioned in above {xvi} – (b & c) should
be from same professional.
xvii. All photocopies are required in self-attestation mode except Annexure-
T which needs to be attested by First Class Magistrate / Notary
public.
xviii. Affidavit in ORIGINAL on Non-Judicial Stamp Paper of Rs. 100/-
duly attested by First Class Magistrate / Notary public. Annexure-T
xix. CA certified marketing data of last three years and affidavit for Indian
authorized Distributer for imported item or subsidiary of original
manufacturer.
xx. Product permission for import of goods in India / Import licence.
Note: If these certificates are submitted but in a format different than that
mentioned in respective Annexures, they are liable to be rejected without
further reference. Documents shown at {i}, {ii}, {iii}- {certificate part}, {v}, {vi}
and {vii} above should be in the format prescribed by the concerned authorities
competent to issue these certificate.
5.2 Commercial Bid (Part-II)
5.2.1 In Part-II, the rates, with detailed break up should be quoted as per the
prescribed format of the tender documents. For INDIGENOUS ARTICLES
rates to be quoted in prescribed format of Commercial Bid Part-II (A) and
for IMPORTED ARTICLES rates to be quoted in prescribed format of
Commercial Bid Part-II (B). Nothing else should be written or filled in
either Part I/II.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
16
5.2.2 The rates should be quoted in Part-II (A or B as applicable) should be
F.O.R. delivery with installation on per unit basis mentioned in the tender
enquiry document and should be comprehensive incorporating the cost
of the instrument / equipment and accessories required as part of the
equipment and shown as such in the enquiry document.
5.2.3 As per Govt.’s prevailing purchase policy, an order / price preference
shall be available to Gujarat based SSI / TINY / COTTAGE Industries
registered for quoted items subject to providing required documents like
respective registration certificate issued by concerned authority. For this
purpose, guidelines given by the Govt. of Gujarat, Industries and Mines
Dept., resolution GR No. SPO/102015/691093/CH, dated 03/06/2016
amended from time to time will be followed. In such a case the decision
of Purchase Committee shall be final and implemented forthwith.
5.2.4 The rates shown in Part-II (Commercial Bid) shall be presumed, in all
cases, as the net price inclusive of all duties and sundries. No payment
against any duty / delivery charges etc., will be considered under any
separate heading under any circumstances. Octroi exemption certificate
/ C.S.T. / VAT as applicable will be provided by the consignees, on such
request from the tenderer, after the order has been placed by this office
subsequent to acceptance of the tender / quotation.
5.2.5 In no case, rates should be quoted anywhere else except online in part-II
i.e. commercial bid (EXCEPT PRICE OF CONSUMMABLES ETC.
SPECIFICALLY ASKED FOR IN THE TENDER AND WHICH ARE NOT TO
BE USED FOR THE PURPOSE OF TENDER EVALUATION/ PRICE
COMPARISON).
5.2.6 The quoted rates will be valid for six months from the date of opening of
technical bid. Rates once quoted will be final and will not be allowed to
be increased during the validity period under any circumstances and for
any reason whatsoever.
5.2.7 Tender currencies: The tenderer supplying indigenous goods or already
imported goods shall quote only in Indian Rupees. Only for imported
goods if supplied directly from abroad, prices shall be quoted in any
freely convertible currencies say USD, Euro, GBP or Yen. Regarding
price(s) for allied services, if any, required with the goods, shall be
quoted in Indian Rupees only if such services are to be performed
/undertaken in India.
5.2.8 Conversion of tender currencies to Indian Rupees: In case tenderers
quote their prices in different currencies, all such quoted prices of the
responsive tenderers will be converted to a single currency viz., Indian
Rupees for the purpose of equitable comparison and evaluation, as per
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
17
the exchange rates established by the Reserve Bank of India, as on the
date of ‘Commercial bid opening of the said tender’.
5.2.9 The CMC price should be filled in Commercial Bid only. The CMC cost will
be taken into consideration for price comparison at annualized discount
rate of 8% (rounded off to 2 decimal places) as per the formula given
below.
Formula:
Prices for Bid Evaluation = FORD price for one Unit + (0.78 x CMC for 1st
year after Warranty) + (0.72 x CMC for 2nd year after Warranty) + (0.66 x
CMC for 3rd year after Warranty) + (0.61 x CMC for 4th year after
Warranty) + (0.56 x CMC for 5th year after Warranty)
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
18
Section - 6
6. GENERAL TERMS AND CONDITIONS
6.1 In case where item is required with ISI Mark, manufacturing and selling
experience of product having ISI mark will only be considered. But, in such a
case, self-attested copies of license to use ISI mark for last one year as well as
latest and valid license are to be submitted with tender. The license should
be valid during the period of rate contract. It will be the sole responsibility of
R.C. Holder to ensure that necessary certificate and permission must be valid
till the expiry of the Rate Contract.
6.2 In no case the certificate should be dated earlier than one year {unless
otherwise specified} and should be in force and valid on the last date of the
submission of the tender / signing of the agreement {as the case may be}. In
case, the certificates / licenses / permission are outdated or the validity
period is over, the proof of applying for renewal should also be attached.
Such certificates will be considered if the renewal has been applied for within
the time limit prescribed for the renewal of that permission / license /
certificate under the relevant rules and further if such application for
renewal is not specifically rejected by the competent authorities. In case any
certificate is still awaited from the competent authority, the proof of making
the application should also be attached which will be considered if the
application is not specifically rejected by the competent authorities.
6.3 The tenderer must satisfy that they are in possession of the requisite
permissions / licenses / permits required for the supply of the items for
which the offer is made. Failure to enter into contract if selected or to execute
the purchase orders after entering into contract for want of permission /
license or due to non-supply of certificates / documents will be viewed
seriously and will invite forfeiture of E.M.D. / risk purchase / disqualification
for 2 years without any further reference.
6.4 The tenderer has to submit all the required details / documents and sample
etc. with the tender. No Compliance will be accepted and considered after
due date i.e. opening of technical bid.
6.5 The tenders will be opened online on the date, time specified in tender notice.
6.6 In the first instance, only "Technical bid" will be opened online on the date of
opening the tender and taken into consideration for finalization.
Subsequently, the "commercial bid" will be opened online only for those
tenderers whose quotations satisfy the technical requirement of the indenter
and are otherwise acceptable.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
19
6.7 Back out from tender at any interim level during tender processing: -
Once the tenders are submitted it will be the responsibility of the tenderer
not to escape halfway directly or indirectly by way of raising any problems.
6.8 The technical scrutiny of the items will be carried out by a committee of
experts nominated by The Commissioner of Health or The Managing
Director, which may also include demonstration / sample testing and the
report of the scrutiny committee shall be final and binding upon the tenderer,
however Managing Director, GMSCL Gandhinagar reserves the right to
undertake re-technical scrutiny and re-demonstration of the equipment as
and when required as per the merits of the case as per Board of Director’s
resolution Dt.11th February, 2014. In case there is a discrepancy in the claim
made by the tenderer and the specifications shown in the product literature /
circuit diagram / photograph, reliance will be placed on the specifications
shown in the product literature / circuit diagram photograph, ignoring the
claim of the tenderer.
6.9 Any change or alteration in the product literature / circuit diagram/
photograph must be authenticated by the manufacturer and an affidavit from
the manufacturer for supplying the item as altered or changed should also be
submitted failing which such changes / alterations will be ignored.
6.10 The E.M.D. / Security Deposit shall be liable to be forfeited in the
following circumstances when the:
i. Tender is rejected due to failure to supply the requisite documents in
proper format or giving any misleading statement or submission of
false affidavit or fabricated documents.
ii. Party fails to sign the agreement for entering into contract in case the
offer is accepted due to any reason whatsoever;
iii. Party fails to supply the goods / items as per the orders placed by either
this organization or by direct demanding officers within the delivery
period so stipulated.
iv. Party fails to replace the goods declared to be not of standard quality or
not conforming to acceptable standards or found to be decayed / spoilt
before the date of expiry or to refund the cost of such goods.
6.11 If any tenderer wishes to lodge any complaint against the other tenderer
regarding submission of false documents, information etc., The tenderer has
to submit the complaint before price bid opening along with deposit of Rs.
1,00,000 (Rupees One Lac only). The amount so deposited shall be refunded
if after scrutiny the complaint is found to be true by the Managing Director.
However, if the complaint is found to be false and malafide the deposit will be
forfeited. No interest shall be paid against this deposit. Any complaint
received after price bid opening will not be entertained. The facts relating to
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
20
all such complaints as well as action taken thereof have to be produced
before the respective purchase committee for its consideration.
6.12 The tender is liable for rejection due to any of the reasons mentioned
below:
i. Non-Submission of tender within stipulated time online.
ii. Submission of tender without Tender Fee.
iii. Tender is unsigned OR not initialed on each page or with
unauthenticated corrections.
iv. Submission of tender documents in unsealed envelope.
v. Tender not submitted in separate envelopes as per conditions and the
envelopes are not superscribed with details of the tender enquiry and
part enclosed.
vi. Non-payment of Earnest Money Deposit {if not exempted.}
vii. Non-submission of required documents as shown at 5.1.10
viii. Conditional and / or vague offers
ix. Unsatisfactory past performance of the tenderer.
x. Rates have been shown elsewhere than Commercial bid.
xi. Items with major changes / deviations in the specifications / standard /
grade / packing / quality are offered in Technical bid.
xii. Offering a cheaper accessory not approved / not recommended by the
manufacturer.
xiii. Offering an accessory as optional even though it is required to operate
the instrument.
xiv. Submission of misleading / contradictory / false statement or
information and fabricated / invalid documents.
xv. Tenders not filled up properly.
xvi. Non-submission of self-attested authority letter in prescribed format
for imported components and supporting documents as per condition
no. 3.3.
xvii. Non-submission of IEC Certificate for imported items.
xviii. Non-submission of C.A. Certificate in case of Indian manufacturer.
xix. Non-submission of CMC Rates in prescribed format (in Commercial
Bid).
xx. Non-submission of Turnover Certificate.
xxi. A) Non-submission of copy of valid Small Scale Industry Registration.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
21
B) Non-submission of Certificate from practicing Chartered
Accountant or practicing Company Secretary that the unit / bidder
still continues to be Small Scale, Tiny / Cottage Industry to be Small
Scale, Tiny/ Cottage Industry should be asked as under: (i) MSME
status for the year before the immediate previous financial year if
the tenders are issued on or before 30th September. (ii) MSME
status for the immediate previous financial year if the tenders
issued on or after 30th September.
C) Non-submission of self-attested copy of latest audited annual
balance sheet and investment in plant and machinery.
D) Non-submission of certificate / documents mentioned above in {xxi}
– (B & C) from same professional.
xxii. Non submission of documents mentioned in List of Annexures wherever
applicable.
6.13 Any conditional discount given by the bidder such as discount applicable on
total order value, minimum order value on certain group of items etc. will not
be considered for evaluation purpose. However, for ordering purpose, such
discount shall be considered.
6.14 Discount offered after price bid opening shall also not be considered for
evaluation. However, in a case tenderer happens to be a selected bidder
(without considering discount) such discount shall be considered while
placing the order.
6.15 The consolidated rates will be taken into account for preparing price
statement. However, the tender which is found to be technically acceptable
as well as lowest in terms of evaluated rates only be considered for placing
the order but, order will be placed at quoted or mutually agreed price.
6.16 The Managing Director may seek any clarification / explanation /
documentary evidence related to offer at any stage from tenderers if
required. However, any clarification / explanation or documentary evidence
leads to implication on quoted price, it shall be considered only for placing
the order but not for price evaluation.
6.17 The Managing Director, GMSCL Gandhinagar reserves the right to consider
or reject any or all tenders or close the tender enquiry without assigning any
reason at any point of time, at any stage.
6.18 Main / Parallel / Substitute R.C. for procurement of stores will be fixed as per
G.R. No.MSP-102004-3342-Z, Dtd.06-11-2003 & 04/10/2006 of Health &
Family Welfare Department, Gandhinagar.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
22
6.19 The respective purchase committee of GMSCL does not pledge itself to
accept the lowest or any tender and also reserves the right to accept the
whole or any part of the tender against any item at its discretion. The tender
will be accepted if the MD GMSCL / purchase committee is satisfied about the
production, sale, quoted price, technical details and utility of products and
past performances of tenderer.
6.20 Turnover Certificate:
6.20.1 Bidder firm has to submit Turnover certificate of CA for last three
years (i.e. (i) 2013-14, 2014-15, 2015-16 for tender floated on or
before 30th September, 2017 and (ii) 2014-15, 2015-16, 2016-17 for
tender floated after 30th September, 2017).
6.20.2 The average annual Turnover of the last three years should not be
less than 2 Crores.
6.20.3 Self-attested C.A. Certificate showing year wise Turnover for the
last three years. The bidder is required to give turnover certificate
based on audited account only. Thus, for any tender issued on or
before 30th September, the bidder will have to submit turnover
certificate of the three preceding Financial year e.g. Tender issued on
1st September, 2016, the bidder will have to submit turnover
certificate based on audited account for financial year 2013-14, 2014-
15, 2015-16.
6.20.4 Relaxation in Condition No. 6.21.2 (Only for SSIs of Gujarat): The
average annual Turnover of the last three years should not be less
than 75 lac for items: Plastic Bag, Digital Thermometer, Westergen
Tube for ESR Estimation, Dreyer tube for Widal, WBC pipette, Glass
Capillary Tube, ECG Jelly, Test tube Glass, Microslide, Cover Slip, Vials,
Improved Newbauer Chamber / Hemocytometer, Test Tube Racks,
ESR Plastic Vials, Corrugated Boxes, Dental Compressor.
6.21 Appointment of Authorized Officer:
6.22.1 The manufacturer / authorized distributor would be free to appoint
authorized officer for the purpose of liaising with GMSCL for the tender
related activity. In such cases, it should be mandatory for the
manufacturer / authorized distributor to provide name, full address,
company name, address of the company, PAN number, photo, Email ID
and I.D. proof of the appointed authorized officer along with tender
documents. No person except the person so authorized by the company
would be allowed for transaction of work, and no information would be
shared with any other person regarding the tender process.
6.22.2 For all practical purpose GMSCL would continue to allow only
manufacturer / authorized representatives / distributors (as the case
may be) for bidding process. GMSCL would have no contractual
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
23
obligation or business relation with authorized officer and all such
liability and conduct of authorized officer and any wrongful activity
would be the sole responsibility of the manufacturer / authorized
distributor.
6.22.3 The authorized officer should satisfy following criteria:
i. He should be an official directly connected with the company in question.
ii. In no case more than one company having a particular person / agency
acting as an authorized officer should participate in a single tender
inquiry.
iii. If it comes to the notice of GMSCL that, a particular person / agency has
acted as authorized officer indirectly or directly for more than one
company, who have participated in particular tender inquiry, the bids of
such companies are liable to be rejected & the EMD / SD (as the case
may be) would be forfeited.
6.22 Bidder firm has to submit details of their Bank Account in prescribed format
for the payment of bills, Earnest Money Deposit and Security Deposit through
RTGS. Format is attached at Annexure – S.
6.23 10% price preference as well as 5% Quality based price selection shall be
given to Gujarat based unit having SSI & CSP / NSIC / DGS&D registration
certificates.
Price preference will be calculated as per guidelines given by the Govt. of
Gujarat, Industries and Mines Dept., resolution GR No.
SPO/102008/794/CH, dated 02/09/2015.
6.24 Quality based price selection shall be given to the goods having mark given
by the I.S.I. / I.S.O. / Quality mark or any other mark given by the Central or
State Government to maintain the quality of goods without any time limit.
6.25 While considering price selection as above, price selection for more than
15% shall not be admissible.
6.26 Please see Annexure – ‘U’ for “Important Point to be verified before
submission of tender”, which is also available on GMSCL website.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
24
Section - 7
7. TERMS OF CONTRACT
7.1 Security Deposit
7.1.1 Successful tenderers have to pay security deposit as specified by the
organization in the agreement letter in the form of Treasury Challan
Deposit under revenue deposit / Demand Draft in the name of Managing
Director, Gujarat Medical Services Corporation Limited drawn on
any bank in Gandhinagar or Ahmedabad/ irrevocable bank guarantee
issued by Nationalized Bank including the Public Sector Bank / Private
Sector Banks authorized by RBI to undertake State Government Business
/ Commercial Bank / Regional Rural Bank of Gujarat / Co-operative Bank
of Gujarat mentioned in G.R.No. EMD/10/2016/328/DMO, Dt.
01/05/2017 of finance Department, Government of Gujarat as amended
from time to time will be followed.
Bank Guarantee valid for a period not less than warranty and CMC period
combined is required at the time of entering into agreement for the
performance of the contract and same to be extended by contractor as
and when desired by GMSCL.
Bank Guarantee will be released on installation basis as under :
(i) 70 % bank guarantee will be released after completion of Warranty.
(ii) 30 % bank guarantee will be released after completion of CMC.
7.1.2 Failure to pay security deposit and to execute the agreement within
stipulated period shall invite disqualification of the tenderer for future
quotations apart from forfeiture of E.M.D. and being liable for penalty as
deemed fit by Managing Director in relation to the tender under
process.
7.1.3 Security deposit is payable by all the parties except by the undertakings
and corporations of the government of Gujarat which are exempted by
Government. The security deposits submitted in connection with the
earlier contracts and which are locked with those contracts and which
have not been released till date will not be considered and fresh security
deposit separately for each item, must be submitted in such cases.
7.1.4 The security deposit shall be refunded only after satisfactory execution of
the contract and recovery of dues, if any.
7.1.5 Successful tenderers have to enter into agreement for due performance
of the contract. The agreement and bank guarantee form sent by this
Office should be stamped with the adhesive stamp or franking for the
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
25
requisite amount, and signed before any Gazetted Officer of this Office or
before a Class I Magistrate or Justice of peace or Notary Public.
7.2 Terms for Supply
7.2.1 The packing and the labels of all the items to be supplied under the order
shall be marked with the words ‘FOR THE USE OF GOVT. OF GUJARAT –
NOT FOR SALE’. If the items are packed in packets which are then placed
or repacked within a box / carton / bottle / foil, these words will be
printed / marked on both the internal / external packs and labels. The
retail price must not be printed or shown anywhere, either on external or
internal pack / box / carton / foil except for goods that are quoted as
imported items subject to penalty of 3% for each such packing deviation.
7.2.2 The A.T./R.C. holder should have to supply the material in the Original
Company’s packing which shall indicate packing details and other
particulars as required under the statutory provisions.
7.2.3 The Accepted Tender (A.T.) holder / Rate Contract (R.C.) holder should
supply the, equipments / items in fresh and sound condition meeting
with the specification and packing approved by the Managing Director.
Refurbished or second-hand equipment / stores will not be allowed
under any circumstances. If such case is noticed, then the store will be
rejected out rightly and penal action will be taken against the A.T. / R.C.
holder. All supply orders issued by the indenting officers on or before
the last date of the currency of the R.C. will have to be accepted by the
R.C. holder and the delivery for all such orders will have to be effected as
per the schedule specified in the order, even though the date of actual
supply may fall beyond the last date of the R.C.
7.2.4 In the event of breakages or loss of stores during transit against
requisition order the said quantity will have to be replaced by the A.T. /
R.C. holder. The purchaser will not pay separately for transit insurance
and the supplier will be responsible for the stores as soon as possible,
but not later than 15 days from the date of arrival of stores at
destinations notify the A.T. / R.C. holder of any loss or damages to the
stores that might / should have occurred during the transit.
7.2.5 Inspection: Inspection shall normally be carried out in the premises of
the consignee. If goods are offered for inspection in the factory premises
all expenditure shall be borne by the A.T. / R.C. holder. The entire store
ordered shall have to be offered for inspection in open condition if
required and the same shall be repacked in presence of inspecting team.
All packing should be sealed and signed by inspecting authority and sent
to the consignee without any extra cost within three days from the date
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
26
of receipt of inspection note. Inspection charges, including the expenses
for the experts, will be payable by the party as prescribed in the letter of
agreement and as determined by the Purchase Committee from time to
time.
7.2.6 No guarantee can be given as to the minimum quantity which will be
drawn against the Rate Contract but the contractor will supply such
quantities as may be ordered by Direct Demanding Officers or by this
organization during the contract from time to time.
7.2.7 Delivery Period:
i. For Items quoted in Indian Rupees: The maximum delivery period
will be six weeks from the date of receipt of the A.T. in case of ordinary
purchases and two weeks in case of the emergency purchase.
ii. For Items not quoted in Indian Rupees: The maximum delivery
period will be nine weeks from the date of receipt of final Letter of
Credit by you or your principal in case of ordinary purchases and two
weeks in case of the emergency purchase.
7.2.8 The installation of equipment is also to be completed within 30 days
from the date of receipt of certificate of site readiness for installation of
equipment from the concerned consignee. If the tenderer fails to supply
the goods specified in the A.T. and/ or installation within the stipulated
period, an amount equivalent to 0.5% {subject to maximum of 10%} of
the value of the stores not supplied/installed within the stipulated period
per week shall be recovered as liquidated damages unless the penalty is
waived by the Managing Director. Such recovery of the liquidated
damages will not stop the Managing Director from carrying out risk
purchase described elsewhere and the amount recovered will be in
addition to the difference of the risk purchase.
7.2.9 The bills / invoices are required to be submitted by tenderers specifying
the following details in the appropriate place of the invoices:
i. No. and date of bills or invoice.
ii. No. and date of A.T. / R.C.
iii. No. and date of order.
iv. Name and specification of item.
v. Name of manufacturer & Model / Make / Brand.
vi. Quantity
vii. Total cost.
7.2.10 The A.T. / R.C. holder shall not charge VAT / C.S.T. if they have been
exempted by concerned authority. Further they cannot charge excess
amount of C.S.T. to what is applicable. An amount of Sales Tax as
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
27
applicable to be shown separately in the bill/invoice raised. Further, an
amount of Sales Tax so collected should be remitted to the Govt. within
prescribed time limit, otherwise strict action will be taken against
defaulters.
7.2.11 The A.T. / R.C. holder will not charge any Octroi and he should obtain
Octroi exemption certificate from the indenter / consignee.
7.2.12 Tenderer are required to impart training to operate equipment at the
place of installation within seven days of its installation.
7.2.13 If at any time the Bidder has, in the opinion of the ordering authority,
delayed in making any supply by reasons of any riots, mutinies, wars, fire.
Storm, tempest or other exceptional cause on a specific request made by
the Bidder within 7 days from the date of such incident, the time for
making supply may be extended by the MD, GMSCL at his discretion for
such period as may be considered reasonable. The exceptional causes do
not include the scarcity of raw material, Power cut, labour disputes.
7.2.14 The following certificate shall be provided by consignee on bills /
invoices of equipment at the time verification / stock entry on bills /
invoices : “It is certified that _____________(name of the item) is received
in good condition as per specification of AT/RC. The stores are
entered at page No. _______ Dated ________ of the stock register, The
bill/invoice is verified for payment. ” ( Signature of Office Incharge /
Store Keeper & Signature of In charge Officer of Hospital/Institute
with seal)
7.3 Terms of Payment:
The payment shall be made to the A.T. / R.C. holder as under:
7.3.1 For goods requiring installation:
i. 75% of the invoice amount will be paid within 30 days of the receipt of
the goods conforming to the required specifications and the balance
25% within 30 days of satisfactory trial and installation of the goods at
the destination; or alternatively.
ii. 100% of the invoice amount will be paid within 30 days of the
satisfactory trial and installation of the goods at the destination.
iii. 75% of the invoice amount will be paid within 30 days of the receipt of
the goods conforming to the required specifications and 90% of the
invoice amount will be paid within 60 days of the delivery in good
condition if the item requires installation but the installation cannot be
carried out due to the reasons not associated with the tenderer and
balance 10% within 30 days of satisfactory trial and installation of the
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
28
goods at the destination. In all case warranty / guarantee shall
commence from successful date of installation.
iv. In case where payment through letter of credit is considered by the
purchasing authority, letter of credit shall be opened subject to 75%
amount shall be released by bank on confirmation of dispatch of goods
by foreign supplier and rest of amount shall be released by bank on
receipt of such advice from Managing Director.
7.3.2 For goods not requiring installation.
i. 100% of the invoice amount will be paid within 30 days of the delivery
of the goods at the destination in good condition.
ii. No interest will be chargeable by the A.T. / R.C. holder, if the payment is
delayed.
7.3.3 The payment of the bill shall be made after deducting Government dues,
if any.
7.3.4 The payment of the bills shall be withheld in the following
circumstances:
i. The goods are found sub-standard or in non-acceptable condition.
ii. Breach of condition of any contract by the A.T. / R.C. holder.
iii. Previous Government dues of A.T. / R.C. holder.
7.3.5 The price escalation clause will not be allowed under any circumstances
except statutory taxes / duties imposed / withdrawn / Increased /
decreased on quoted items by the State or Central Govt. during the
period between opening of technical bid and stipulated date of delivery.
The statutory price variation will not be allowed in the cases where:
i. Stores offered on ex-stock basis.
ii. Store to be purchased on emergency basis.
iii. Statutory variation not communicated by the tenderer within 45 days of
its announcement.
iv. Price break up and prevailing rate as well as amount of taxes / duties
not clearly mentioned in Commercial Bid.
v. Duties / Taxes applicable due to mere crossing the limit of production /
sales.
vi. Duties / Taxes imposed / increased by the Govt. after stipulated
delivery period shown in the contract.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
29
7.4 RISK PURCHASE
7.4.1 The risk purchase of the items ordered at the cost and risk of the party will
be carried out when the party fails to:
i. Sign the agreement for entering into contract due to any reason
whatsoever in case the offer is accepted.
ii. Supply the goods / items as per the orders placed by either this
organization or by direct demanding officers within the delivery period
stipulated above;
iii. Party fails to replace the goods declared to be not of standard quality or
not conforming to acceptable standards or found to be decayed /
infected / spoilt before the date of expiry or to refund the cost of such
goods.
Provided however that in cases of {ii} and {iii} above, the risk purchase
will be limited to the quantity so specified therein.
7.4.2 The Risk Purchase will be done any time after the delivery period is over.
i. The Risk Purchase will be done from Main / Parallel or Substitute R.C.
holder for undelivered quantity of the Stores & the Contractor shall be
penalized to the extent of 10% or difference whichever is higher.
ii. When both parallel & substitute A.T. / R.C. are not available, from the
next higher acceptable offer in the respective tender;
Provided that if the risk purchase cannot be carried out on the basis of
either of {i}, {ii} above, then it will be carried out from the market after
following the prescribed procedure.
7.4.3 Any monetary claim arising due to any of the terms and conditions of the
tender / supply, including the difference arising due to risk purchase, will
be recovered in the following manner:
i. From any pending bills of the party;
ii. From any E.M.D./ Security Deposits of the party;
iii. If amounts at {i} & {ii} above are not sufficient to meet the demand of
risk purchase amount as "LAND REVENUE DUES".
7.5 Letter of Credit
In Case GMSCL opens the Letter of Credit for Imported Equipment,
following Terms & Conditions are to be satisfied by the A.T. Holder.
1. Payment to Foreign Suppliers are ordinarily made by Letters of Credit (LC) opened by the State Bank of India or any other scheduled/authorized Bank of Gujarat as decided by Managing Director,
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
30
GMSCL, Gandhinagar. While opening the Letters of Credit, the GMSCL should follow the provision of Uniform Customs and Practices for Documentary Credit (UCPDC).
2. Generally, irrevocable letter of credit is opened so that the supplier is
fully assured of its payment on fulfilling its obligations in terms of the contract. The Letter of Credit will preferably be opened with validity of 90 days from the date of its opening, on extendable basis by mutual consent of both the parties. Letter of Credit opening charges in India will be borne by Managing Director, GMSCL. However, the delivery date of the contract is extended to take care of delay in supply, for which supplier is responsible, the tenure of the letter of credit is also to be extended, but the expense incurred for such extension (of letter of credit) is to be borne by the supplier and late supply penalty will also be deducted as per Clause 7.2.8.
3. For contract costing up to US $ 100,000 (or equivalent), preferable
mode of payment will be by Direct Bank Transfer (DBT). DBT payment will be made within 30 days of receipt of clean Bill of Lading / AWB /Proof of shipment and such other documents as are provided for in the contract, but such payments will be subject to the deductions of such amounts as the Seller may be liable to pay under the agreed terms of the Contract.
4. In case of payment through Letter of Credit (LC), paid shipping
documents are to be provided to the Bank by the Foreign Seller as a proof of dispatch of goods as per contractual terms /LC conditions so that the Seller gets payment from LC. The Bank will forward these documents to Managing Director, GMSCL for getting the goods/stores released from the Port/Airport. However, where the mode of payment is DBT, the paid shipping documents are to be provided to the paying authority by Managing Director, GMSCL. Documents will include, as applicable: -
a) Signed Commercial Invoice – 3 Copy(original) b) Clean on Board Airway Bill/Bill of Lading – 1 set c) Packing List – 2 Copy d) Certificate of Origin from Seller’s Chamber of Commerce, if any. e) Certificate of Quality and year of manufacture from OEM. f) Certificate regarding Country of Origin – 3 Copy g) Certificate from the supplier confirming that the original shipping
documents have been dispatched to the port consignee in accordance with the requirements of the contract (Acceptance of Tender) - 1 copy
h) Dangerous Cargo Certificate, if applicable. i) Insurance Policy/ Certificates in triplicate covering Marine/ Air born
insurance as per cargo clause (F.P.A./W.A./All risks) Perils as per Institute Strikes, Riots and Civil Commotion Clauses, cover for C.I.P. value plus 10%.
j) Certificate of Conformity and Acceptance Test at PDI, if any.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
31
k) Non Negotiable Documents -1 set l) Any other documents as provided for in the Contract
5. Type of Shipment: Only Transshipment is acceptable.
6. Taxes and duties: Foreign supplier shall be entirely responsible for all
taxes, stamp duties, license fees and other such levies imposed outside India.
Custom Duty and Bank / Custom Clearance and other charges will be paid as per the conditions stated in Acceptance of Tender (A.T.).
The custom duty payable would be as per the terms and conditions stated in Acceptance of Tender (AT). In case where the AT holder fails to intimate GMSCL about the change in statutory levies & duties within stipulated time, he would be liable to pay the excess amount, if any, at the time of import of goods, In such cases, the remaining 25% payments to the AT holder would only be released after receipt of difference in custom/other duties, if any, from the AT holder, by GMSCL.
7. Offer must confirm terms & conditions and specification otherwise the offer will be ignored. Non specified terms for any charges or rates (i.e. ambiguous charges not specifying the quantum) will not be accepted.
8. 75 % amount shall be released by bank on confirmation of dispatch of
goods by foreign supplier through submitting shipping documents and rest of amount shall be released by bank on receipt of such advice from GMSCL.
9. Provided that where the installation and commissioning of the machine
is delayed and the installation cannot be carried out due to the reasons not associated with the tenderer or put off beyond 60 days of the receipt of goods at the ultimate destination due to express written instructions of the consignee, the balance 25 % payment shall be released to the supplier on his furnishing the bank guarantee afore mentioned.
10. Managing director, GMSCL reserves right to cancel Acceptance of
Tender/rate contract in case where there is delay in opening of Letter
of Credit due to default on part of company, for whatever reason.
7.6 Standard Breach Clause:
The Managing Director shall, in addition to his powers under other clauses
to terminate the contract, have powers to terminate his liability there
under of the time by giving one month’s (or such shorter period as may be
mutually agreed) notice in writing to A.T. / R.C. holder of his desire to do
so and upon expiry of the notice, the contract shall be terminated without
prejudice to the right accrued to the date of the termination. However, if
the Government decided to put an end to the business relations on breach
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
32
of any conditions of the contract no such notice shall be necessary and on
event of Government deciding to terminate the business, and the A.T. /
R.C. shall stand terminated with immediate effect.
7.7 Warranty & CMC Clause:
7.7.1 Comprehensive replacement warranty for 3 years & CMC price (not less
than 5% & higher than 10% of the cost of the equipment, otherwise offer
will be out rightly rejected) for next 5 years, which should include cost of
labor & spares for the entire equipment.
In case where vendor is ready to give warranty for more than 3 years, 3%
payment from the equipment cost per extra year of warranty will be
withheld and would be payable at beginning of such extra year of
warranty, starting from 4th year.
7.7.2 The A.T/ R.C holder Shall be subjected to the following warranty clauses
“that the goods / stores / articles sold to the buyer under this contract
shall be of the best quality (and workmanship) and shall be strictly in
accordance with the specifications and particulars contained /
mentioned in the acceptance of tender and the contractor / seller hereby
guarantees that the said goods / stores / articles would continue to
confirm to the description and quality aforesaid for period of 24 months
from the date of installation of the said goods / stores / articles to the
purchaser and that, if during the aforesaid period of 24 months the said
Goods / stores / articles be discovered not to confirm to the description
and quality aforesaid or by reiterated and decision of the purchaser in
that regard will be final and conclusive and the purchaser will be entitled
to reject goods / stores / articles or such portion thereof as may be
discovered not to confirm the said description and quality. On such
rejection goods / stores / articles will be at the sellers’ risk and all the
provisions herein contained relating to condition of goods etc., shall
apply. The contractor/ seller shall, if so called upon to replace within a
period of month of such further period as may be extended from time to
time by the purchaser in its discretion on an application made thereof by
the contractor / seller, the goods / stores / articles or such portion
thereof as is rejected by the purchaser and in such an event above
mentioned warranty period shall apply to the Goods / stores / articles
replaced from the date of the replacement therefor otherwise the
contractor / seller shall pay to the purchaser such damages as may arise
by reason of the breach of the condition herein contained. Nothing herein
contained shall prejudice any other right of the purchaser in that behalf
under this contract or otherwise.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
33
7.7.3 Comprehensive Maintenance Contract (CMC): After completion of
warranty period, if The Managing Director, GMSCL or Consignee desires,
supplier will have to enter into a comprehensive maintenance contract
for 5 years at the rate per annum not less than 5% & not exceeding 10%
of the total purchase value of the contract and the same would include
free replacement of any part / component, if required, during the period
of the contract. The maintenance contract of the above shall be made
operative from any time during the first five years form the date of
contract. Any offer for service contract contrary to this condition will not
be accepted. Tenderers will also have to guarantee regular and timely
supply of all the spare parts required for the normal working of the item
at a cost not exceeding the cost of such a part charged to any other
Government organization.
7.7.4 Tenderers will have to provide six free services for maintenance during
the warranty period at least once every six months. If tenderer fails to
provide any of six free services, 0.25% of total purchase amount of the
equipment for each such services that is not provided shall be forfeited
from Security Deposit. In addition to provide services, supplier has to
attend the complaint, if any, for any defects, within 48 hours failing which
0.05% of total amount of the equipment shall be recovered from Security
Deposit for each extra day of delay as liquidated damages. Further, if the
supplier fails to fulfill the contractual obligations of warranty and repair
/ replace the defective part and make the equipment operational within
30 days of lodging the complaints, the entire security deposit will be
forfeited and the supplier would be debarred from future business with
GMSCL. Further, all the preventive and breakdown maintenance visits
during warranty by the tenderer along with acknowledgement of
consignee will have to be intimated to GMSCL (through email / fax)
within 48 hours.
Preventive maintenance would also include the calibration of all
equipment, so the supplier will have to calibrate all equipments during
warranty and CMC period.
Apart from this, the supplier will have to do quality Assurance (Q.A.) test
for radiology / imaging equipments during his preventive maintenance
visit and as and when required by the user.
7.7.4.1 In ordinary circumstance, the supplier would have to enter into CMC
agreement at the time of execution of contract i.e. at the time of A.T. / R.C.
If the supplier denies to enter into CMC despite being asked by GMSCL, his
contract order would be cancelled and action upto debarment may be
taken against the firm.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
34
However, in cases where for reasons to be recorded in writing, M.D., GMSCL
does not feel it appropriate to execute CMC at the time of award of
contract, at least 3 months prior to completion of warranty period,
supplier will have to intimate in writing the Managing Director, G.M.S.C.L.
and consignees for entering into Maintenance Contract and if the
Managing Director, G.M.S.C.L. or consignees desire, supplier will have to
enter into a comprehensive maintenance contract within 6 months of
commencement of CMC for 5 years. The bidder will have to furnish his
quotation for CMC for 5 years along with his bid which will be considered
for price evaluation purpose. The quoted CMC rates per annum must not
be less than 5% and should not exceed 10% of the total purchase amount
of equipment which would include free replacement of any part /
component, if required, during the period of the contact. If tenderer
refuses or fails in duty to enter into CMC contract, his entire Security
Deposit will be forfeited and he would be debarred from future business
with GMSCL. Further, if the tenderer fails to provide "Satisfactory
service" during CMC period, 4% of total purchase amount of the
equipment shall be forfeited from Security Deposit. For this purpose,
Satisfactory Service would mean (a) Attending to complaint within 48
hours of lodging the complaints. (b) Ensuring repair / replacement of
defective parts and making the equipment operational within 7 days of
lodging the complaints. (c) Providing quarterly preventive maintenance
visit.
If supplier fails to fulfill his contractual obligation of CMC and repair /
replace the defective parts and make the equipment operational within
30 days of lodging the complaints, the entire security deposit will be
forfeited and the supplier would be debarred from future business with
GMSCL. Tenderers will also have to guarantee regular and timely supply
of all the spare parts required for the normal working of the item at a
cost not exceeding the cost of such a part charged to any other
Government organization. Further, all the preventive and breakdown
maintenance visits during CMC by the tenderer along with
acknowledgement of consignee will have to be intimated to GMSCL
(through email / fax) within 48 hours.
7.7.5 During Warranty and CMC period, the uptime period of equipment
should be minimum 95%. If the breakdown period is more than 18 days
for a particular calendar year, penalty @ 0.1% of total purchase amount
of equipment for each extra day of delay as liquidated damages to be
recovered from Security Deposit. Period of breakdown of equipment
shall be excluded from the warranty as well as CMC period. In such a case
period of warranty as well as CMC shall be extended accordingly.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
35
7.7.6 Tenderers will have to provide a list of consumables which would not be
included under warranty and / or CMC and also provide a rate list for the
same which will remain in force for the entire period of contract till the
end of CMC. The same must be submitted physically along with the
tender. It will not be considered for price evaluation but would be
negotiable. At the time of award of contract, the purchase committee will
reserve the right to reject a bid solely on the ground of high price of parts
/ consumables and / or if some parts which ought to be included in CMC
/ Warranty have been mentioned as chargeable and the bidder does not
agree to provide them for free. Format for List and rates consumables
is attached at Annexure –R.
The above conditions of warranty / CMC are to be included in following
cases:
i. All equipments whose unit cost is more than Rs. 25,000/- and are
to be supplied to Medical College Hospitals / GMERS Hospitals /
District Hospitals / SDH.
ii. Equipments with unit cost equal to or greater than Rs. 50,000/-
and are to be installed at CHC / PHCs.
iii. All diagnostic equipments (Pathology, Biochemistry, Microbiology)
having unit cost more than Rs. 10,000/-
iv. Lifesaving equipments like Pulse Oximeter, Cardioscope, Syringe
Pump, Infusion Pump.
v. Any other equipment which does not fall in above 4 categories, but,
at the time of award of contract, MD, GMSCL wishes CMC
conditions to be imposed on its procurement.
7.8 Sample Testing: Sample of the material shall be collected by an officer
empowered by the Managing Director in the manner approved by the
Managing Director, and will be sent for testing to an approved laboratory /
institution. In case where the order is placed by Managing Director,
Demanding Officer, the samples will be collected by an officer empowered by
him and will be sent for testing. Testing fee will be recovered from the A.T. /
R.C. holder. The decision of the testing authority will be conclusive and final
and binding the A.T./ R.C. holder. Wherever applicable, 1 % of the supply
value shall be deducted towards handling & testing charges from the
invoice.
7.9 Replacement Clause: If any stores supplied against the A.T. / R.C. are found
to be not of standard quality on inspection and / or analysis by the
competent authority, the contractor shall be liable to replace the entire
quantity of the relevant order within the period as applicable under clause
7.2.4 or make full payment of the entire consignment against the particular
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
36
invoice, irrespective of the fact that part or full quantity of the store supplied,
may have been consumed. The decision of the Managing Director taken on
the basis of the report of the competent laboratory regarding goods not of
standard quality will be final and binding. The stock of any item which has
been declared not of standard quality shall be withdrawn from all the
indenters and will not be returned to the contractor but will be destroyed by
the corporation and the contractor shall have no claim over such stores. If
the replacement or payment as specified is not made by the contractor, the
procedure for risk purchase as shown above will be initiated without any
further reference or intimation to the contractor, however, the Managing
Director may ask for supply of 20% of the original consignment to meet any
exigency of the situation. Neither Claim for relaxation of replacement for
return of goods declared to be not of standard quality nor any request for
acceptance of the replacement goods delayed after the delivery period, due to
any reason whatsoever, will be entertained.
7.10 In case of the rate contract, the period of the rate contract shall be two years
from the date of its issuance. However, the Managing Director reserves the
right to terminate the contract by giving one month notice at any time at any
stage and without any reason. The rate contract will be operated by GMSCL
only. If an RC holder supplies goods upon direct purchase order from district
level officer without approval of GMSCL, it would be considered as a breach
of contractual obligation and would attract penal action which may extend
upto debarment of firm.
7.11 In case of the rate contract, the Managing Director may extend the rate
contract subject to the same terms of conditions, if found necessary to do so
for a period not exceeding six months to which the contractor will have to
abide. However, the extension for a period more than six months can be
granted on mutual agreement by both parties. In case of the quantity
purchase, the Managing Director, if found expedient, may place within
prescribed period from the date of A.T. a repeat order for the quantity not
exceeding the quantity specified in the A.T. on the same terms and conditions
as per the A.T. which the contractor will have to supply. However, the repeat
order for the quantity more than the quantity of the original A.T. or after a
prescribed period from the date of A.T. can be placed on mutual agreement
by both parties and subject to approval of concerned authority.
7.12 The A.T. / R.C. can also be terminated by the Managing Director in the
following circumstances:
i. If the firm is debarred or disqualified or ceases to exist or convicted of
any offence.
ii. If the quality of the item to be supplied is found not up to the standard
and multiple samples are found to be not of standard quality.
iii. If supply position of the firm is not satisfactory
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
37
7.13 Whenever under this contract any sum of money is recoverable from the
contractor & payable by the contractor to the Managing Director of Gujarat
Medical Services Corporation Limited, Gandhinagar, or an officer empowered
by Managing Director shall be entitled to recover such sum by appropriating
in part of whole the Security Deposit paid by the Contractor, if a security
being insufficient or if no security has been taken from contractor, then the
balance of the total sum recoverable as the case may be deducted from the
sum due to the contractor under this or any other contract (with the
Managing Director of Gujarat Medical Services Corporation Limited,
Gandhinagar) and remaining balance due will be recovered as arrears of
"LAND REVENUE DUES".
7.14 For any clarification on any of the above conditions, tenderers may contact
the Managing Director / General Manager (EDS) / Manager (Equipment
Procurement).
7.15 The special terms & conditions (if mentioned in tender) shall supersede
over the general terms and conditions.
7.16 The jurisdiction of any dispute will be Gandhinagar or Ahmedabad.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
38
Section – 8
Appendix-1
List of Abbreviations
S no. Abbreviation Full Form
1. TE Tender enquiry
2. FOB Free on Board.
3. FOR Free on Rail
4. EMD Earnest Money Deposit.
5. SD Security Deposit
rity Deposit. 6. DP Delivery period
7. PP Price preference
8. SSI Small Scale Industries
9. A/L Acceptance of Letter
10. A.T. Acceptance of Tender
11. BG Bank Guarantee
12. RO Repeat order
13. RP Risk Purchase.
14. RC Rate Contract.
15. I/N Inspection note
16. BSS Bulk Supply Sample
17. DDO Direct Demanding Officer.
18. I/O Indenting Officer
19. LO Liaison Officer
20. NSIC National Small Scale Industries Corporations
21. GBP Great Britain Pound
22. ST Sales Tax
23. IEC Import Export Code
24. ISI Indian Standard Institute
25. PSS Primary Scrutiny Sheet
26. GSIC Gujarat Small Industries Corporation
27. USD United States Dollar
28. CMC Comprehensive Maintenance Contract
29. GST Gujarat Sales Tax
30. CST Central Sales Tax
31. BIS Bureau of Indian Standard
32. GMSCL Gujarat Medical Services Corporation
Limited 33. CIF Cost Insurance and Freight
34. DIC District Industries Centre
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
39
Section - 9
Annexure-‘A’
VERIFICATION, UNDERTAKING, CHECK LIST & DOCUMENTS
From: M/s.________________________ No.:_________________________
________________________
________________________
________________________
To: Managing Director, Gujarat Medical Services Corporation Limited, Block No 14 Dr. Jivraj Mehta Bhavan, Sector-10, Gandhinagar-382 010.
Sub: Supply of Instruments / Equipments / Miscellaneous Items, etc.
Ref: Tender Enquiry #_________________________________________________________
Sir,
I/We enclose necessary documents as shown in Annexure “B” are enclosed
herewith (in order in which they are mentioned). The rates quoted against each
item are inclusive of excise duties and other charges. I/We have carefully read
and understood the terms and the conditions stated in the tenders form and
I/We shall abide by all these conditions. I/We further endorse that in particular,
the terms and conditions of Delivery Period, Payment Terms, Place of Delivery,
etc. are acceptable to me/us and no representation will be made by me/us
afterwards for altering the same. I/We further undertake to supply the goods to
the consignees as per the terms of the A.T. / R.C.
I/We verify that the copies of the certificates / documents attached herewith
are authentic true copies of the original certificates / documents for verification
on demand. I/We undertake to supply the attested copies of certificates /
documents required at the time of signing the letter of agreement if my/our
offer is accepted.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
40
I/We verify that I/We are in possession of the requisite licenses / permits
required for the manufacture / supply / sale / distribution of the items and
further verify that the said licenses / permits have not been revoked / cancelled
by the issuing authorities and are valid as on date. I/We also verify that I/We
have not been declared defaulter, blacklisted or debarred by any state or
Central Government or Constitutional authority or Financial institution or
Judicial Court or any Government undertakings.
I/We also take cognizance of the fact that providing misleading or questionable
information or failure to furnish correct or true information to you or any other
Direct Demand Officer or failure to comply with any contractual requirement
laid down by you / them will be considered as a serious breach of the terms and
conditions of the tender and will invite disqualification and other penal action
as deemed fit by the Government / Purchase Committee, GMSCL
Thanking you,
Yours faithfully
Date:_____________
SIGNATURE & STAMP OF TENDERER
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
41
ANNEXURE ‘B’
SCHEDULE OF DOCUMENTS ATTACHED TO T.E. #________________________________________
Sr. No
Document / Certificate Group
Attached Yours Page No.
1 Original / Self-attested C.A. Certificate for the manufacturing showing year wise production sell of the quoted item for 3 years for Indian manufacturers only.
A Yes / No / NA
2 Manufacturing License : Industrial license / I.S.I. Certificate / Factory Inspectors license / Product permission {if applicable}/ Registration certificate with C.S.P.O./ S.S.I./ K.V.I.C./ N.S.I.C./ D.G.S.&D / MSME Part-II acknowledgment /SIS registration and Central Excise Registration / Udyog Aadhar acknowledgment of the Bidder or Principal manufacturer {whichever is applicable}
A Yes / No / NA
3 Letter of Authority of Foreign Principal with supporting document (In case of Foreign articles)
A Yes / No / NA
4 Self-attested authorization from the manufacturer that the bidder is authorized to provide after sales services and spare parts / consumable support for the entire duration of the contract including Warranty and CMC of the product.
A Yes / No / NA
5 Self-attested certificate from manufacturer that particular division of its subsidiary dealing with the product in question is not participating directly in any tender across the country since immediate past one year (at least) prior to the last date of this tender or if subsidiary company does not exist in India, certificate from manufacturer that it does not have subsidiary company in India.
A Yes / No / NA
6 Self-attested certificate from manufacturer confirming that the bidder is the exclusive entity in India floated by it to trade in the product manufactured by it (wherever applicable) PS: In such cases, the bidder will however, have to produce documents mentioned in clause 3.3.1
A Yes / No / NA
7 CA certified marketing data of last three years and affidavit
for Indian Authorized Distributor for imported item or
subsidiary of original manufacturer.
A Yes / No / NA
8 Product permission for import of goods in India / Import licence.
A Yes / No / NA
9 Document of 100% Subsidiary Company. A Yes / No / NA
10 Turnover certificate of CA for last three years (i.e. (i) 2013-14, 2014-15, 2015-16 for tender floated on or before 30th September, 2017 and (ii) 2014-15, 2015-16, 2016-17 for tender floated after 30th September, 2017)
A
Yes / No
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
42
11 Original / Self-attested Product Literature / Photograph A Yes / No / NA
12 List of Installations / Users / Customers with Copies of invoices from at least 2 users in India must be provided for the quoted product (Not necessarily the quoted model).
A Yes / No
13 Higher / Lower Price Certificate A Yes / No 14 VAT Clearance Certificate (Last Financial Year) / Certified
copy of VAT Return Mentioning Zero Outstanding (Last Financial Year).
A Yes / No
15 Sales Tax (VAT) / CST registration copy. A Yes / No
16 Permanent Account number(PAN) A Yes / No
17 Verification, Undertaking, Check List & Documents (Annexure-A)
A Yes / No
18 IEC Certificate for imported items. A Yes / No / NA
19 A.E.R.B. Certificate {if applicable} A Yes / No / NA
20 I.S.O. Certificate (mandatory if asked in Technical Specification) with Annexure –F.
A Yes / No / NA
21 I.S.I. Certificate (mandatory if asked in Technical Specification).
A Yes / No / NA
22 (i) Copy of valid Small Scale Industry Registration.
A Yes / No / NA
23 (ii) Certificate from Practicing Chartered Accountant or Practicing company Secretary that the unit / bidder still continues to be Small Scale, Tiny/ Cottage Industry.
A Yes / No /
NA
24 (iii) Self-attested copy of latest audited annual balance sheet and investment in plant and machinery.
A Yes / No / NA
25 (iv) CERTIFICATE / DOCUMENTS MENTIONED in ABOVE ii & iii (SAME PROFESSIONAL)
A Yes / No / NA
26 Whether Page Number is Given On Each Page of Tender? - Yes / No 27 Warranty. - 3 Years 28 E.M.D. B Yes / No /
NA
29 Tender Fee B Yes / No / NA
30 Partnership deed / Memorandum of article / Registration of firm etc. with Annexure-E.
B Yes / No
31 Affidavit as per Annexure –T (MUST BE attested by First Class Magistrate / NOTARY Public ONLY)
B Yes/No
32 Detailed product datasheet / manual (wherever applicable)
B Yes/No
33 Annual report / balance sheet (if specifically asked) B 34 Format for List and rates consumables as per Annexure-R B Yes / No /
NA
35 Details of bank account in prescribed format for the payment through RTGS as per Annexure-S
B Yes / No / NA
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
43
It is verified that all the certificates / permissions / documents are valid and
current as on date and have not been withdrawn / cancelled by the issuing
authority. It is further verified that the certificates are as per the format given by
GMSCL/Concerned authority and it is clearly and distinctly understood by me / us
that the tender is liable to be rejected if on scrutiny of these certificates it is found
to be not as per the prescribed format of GMSCL
I/We further undertake to produce on demand the original certificate / permission
/ document for verification at any stage during the processing of the tender.
Note: The documents are differentiated in 2 parts Group-A & Group-B. Documents
classified in Group-A should be submitted online only and Group-B should be
submitted physical only, otherwise tender will be rejected.
All required documents not mentioned above must be submitted physically
only. Price Tender Form (General Terms & Conditions copy) is not required to
be submitted.
Date:
Place :
SIGNATURE & STAMP OF TENDERER
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
44
ANNEXURE ‘C’
Bidding Schedules
Tender Fee
Furnish the Payment Details of Tender Document
Sr. No Description Supplier Response
1. Amount (Rs.)
2. Bank Name
3. DD No.
4. Branch Name
5. If Exempted, fill details of exemption
Payment made toward Tender Fee will not be refunded Non-payment of the Tender Fee will make the supplier liable for disqualifications Wrong/ Fraudulent data submission may lead to disqualification, please ensure that you
furnish correct data
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
45
Annexure-‘D’
EMD FORM
Furnish the Payment Details of EMD
Sr. No Description Supplier Response
1. Amount (Rs.)
2. Bank Name
3. DD No.
4. Branch Name
5. If Exempted, fill details of exemption
Payment should be made by DD/BG, DD should be payable at Gandhinagar at any schedule bank.
Payment should be made in favor of “Managing Director, GMSCL” Gandhinagar, Gujarat, India.
Payment made towards EMD will be refunded as per condition no. 4.1.7 Non Payment of the EMD or insufficient amount of EMD will make the supplier liable for
disqualifications. Wrong/Fraudulent date submission may lead to disqualification, please ensure that you
furnish correct data.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
46
Annexure-‘E’
DECLARATION OF OWNERSHIP
1. I/We certify that the tenderer is sole proprietorship / partnership firm / private
limited company / public limited company of which the registered office is located in________________________________ in the state of___________________________________
2. The name, designation and address of the authorized signatory who is authorized to negotiate / sign / execute on behalf of the tenderer is as under: Name______________________________________________Designation:____________________ Address:_____________________________________________________________________________
_____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________
E-Mail: ___________________Telephone : (O) ______________________ (R) ________________________
Fax :_________________________________ (Mobile) ______________________________
3. The name, address and telephone numbers of the sole proprietor / all the partners / all the directors of the tenderer are as under;
# Name Address Telephone Fax E-Mail
(O) (R) (M)
Date: ______________ SIGNATURE & STAMP OF TENDERER
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
47
Annexure-‘F’
DECLARATION OF I.S.O. MARKED GOODS
I/We_________________________________________________________________ hereby certify that:
{1} The following items which form part of Tender Enquiry #______________________are
manufactured by us at __________________________________ plant/s which has been awarded
ISO______________________ *certificate vide #__________________ Dt.__________________:
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
{2} The following items which form part of Tender Enquiry #________above are manufactured by us / licenses at_________________________ plant/s which has not been awarded any ISO certificate:
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
______________________________________________________________________________________________
Date:
* Mention the category of I.S.O. certificate {i.e. 9000 / 14000, etc.}
SIGNATURE & STAMP OF TENDERER
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
48
Annexure-‘G’
HIGHER PRICE / LOWER PRICE CERTIFICATE
1. I/We________________________________________________________hereby certify that the
prices quoted by us in Tender Enquiry #___________are not higher than the prices:
{a} Charged by us to wholesalers or for institutional supplies;
2. I/We further certify that I/We have not supplied or quoted for any item in
Tender Enquiry # ______________ at prices lower than those quoted for the
relevant items to any Government / Semi Government / Public / Charitable
Trust Organization / Institution within the period of 180 days preceding the last
date of submission of the tender.
3. I/We hereby undertake that I/We will not supply or quote for any item in
Tender Enquiry # _____________ at prices lower than those quoted for the relevant
items to any Government / Semi Government / Public / Charitable Trust
Organization / Institution within the period of validity of the offer / rate
contract.
4. I/We also undertake to bring to the attention of the Director any incidence of
breach of any of the above paras within 30 days from the occurrence of the
breach and further undertake to refund / reimburse the difference which may
arise due to breach of any of the above paras and I/We also understand that the
decision of the Managing Director, GMSCL with regards to the determination of
quantum payable shall be final.
Date:
SIGNATURE & STAMP OF TENDERER
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
49
Annexure-‘H’
COMMERCIAL BID FOR INDIGENOUS ARTICLES
T.E. NO. GMSCL/EQUIPMENT PURCHASE/___________________Due date: ________________
ITEM: ________________________________________________
Name of Manufacturer: ___________________________
Brand: __________________ Model: __________________________________________
Sr. No.
Details Price in Rupees (Per Unit)
A.
(i) Ex-factory price Main equipment with standard accessories.
(ii) Optional Items
(a)
(b)
(c)
B. Total Ex Factory prices (i) + (ii)
C. Excise and other duties (if applicable) @ %.
D. Packing Forwarding, Insurance, Transport charges from factory to place of Consignees, Installation.
E. Total price excluding VAT (B + C + D)
F. VAT / C.S.T.
(i) VAT @ % OR
(ii) C.S.T. @ %
G. Service Tax @ %. (if applicable)
H Total F.O.R.D. price.
I. Total Price in words Rs.
Note: -
(1) Optional item shown in Technical Bid should be quoted separately.
(2) All terms and conditions of supply shall be applicable as per tender terms. Any
terms and condition enclosed with Commercial Bid shall be ignored or in such a
case offer is liable to be rejected.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
50
Annexure- ‘I’
COMMERICAL BID FOR IMPORTED ARTICLES
T.E. NO. GMSCL/EQUIPMENT PURCHASE/_______________Due date:
ITEM: _________________________________________________________________________________________________
Name of Manufacturer: ____________________________________________________________________________
Brand: ________________________________________________________Model:
Sr. No.
Details Price in Foreign currency per unit.
Price in Indian currency per unit.
A. C.I.F. Port Price
(i) Main Equipment with standard accessories shown in tender documents.
(ii) Optional Items:
(a)
(b)
(c)
B. Total C.I.F. Prices (A + B)
C. * Custom Duty / CVD etc. @. %. Price in Indian currency per unit.
D. *
Transport charges from port to place of Consignees, Transit Insurance within India, Installation Charges.
E. * Bank/Custom Clearance charges
F. Service Tax @ %. (if applicable)
G. Total F.O.R.D. Price B + C + D + E. C.I.F. Price in Foreign currency
C + D + E in Indian currency
H. Total Price in Words.
Note: (1) Optional item shown in Technical Bid should be quoted separately. (2) If the rates are quoted in foreign currency, local agency commission will not be
allowed for local agents / dealer. (3) If required, custom exemption certificate shall be provided by consignees if it is
allowed under relevant act and issued by authority concerned. (4) All terms and conditions of supply shall be applicable as per tender terms. Any
terms and condition enclosed with Commercial Bid shall be ignored or in such a case offer is liable to be rejected.
(5) The rates of the main equipment with accessories and optional items should be quoted in foreign currency only.
(6)* The rates of custom duty / C.V.D., transport charges from port to place of consignees, transit insurance within India, installation charges, bank / custom clearance charges should be quoted in Indian currency only.
(7) For R.C. item: Rates should be quoted in Indian Currency even though the item is imported.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
51
Annexure- ‘J’
COMMERICAL BID FOR COMPREHENSIVE MAINTENANCE CONTRACT
T.E. NO. GMSCL/EQUIPMENT PURCHASE/_______________Due date:
ITEM: _________________________________________________________________________________________________
Name of Manufacturer: ____________________________________________________________________________
Brand: ________________________________________________________Model: ________________________
Years C.M.C. Rates (Rs.) Applicable Taxes (%)
Applicable Taxes (Rs.)
Total Rate (Rs.)
1st Yr.
2nd Yr.
3rd Yr.
4th Yr.
5th Yr.
Total Rs.
(Total Rupees In words ______________________________________________________________)
Note: -
(1) Quoted CMC price not less than 5% and not more than 10% cost of the
equipment, otherwise offer will be out rightly rejected.
(2) All terms and conditions of supply shall be applicable as per tender terms.
Any terms and condition enclosed with Commercial Bid shall be ignored
or in such a case offer is liable to be rejected.
(3) The Rates of CMC should be quoted in Indian Rupees only.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
52
Annexure-‘K’
(FORMAT OF AUTHORIZATION LETER FOR IMPORTED EQUIPMENTS FOR
AUTHORIZED DISTRIBUTOR) {IN ORIGINAL}
I / We______________________________________________________________ hereby declare that....
1. We……………………………………. (name of the Original Equipment Manufacturer-
OEM) declare that we are the original manufacturers of the above equipment
having registered office at ….….…………………………………………………………………. (full
address with telephone number / fax number & Email ID and website), and
having factories at………………………………………………………………....
2. M/s._______________________________________________________________is our authorized
distributor for our products / products of our foreign manufacture in Gujarat
from date _______________________and they are authorized to quote and follow up on
our behalf and the said agreement is valid in force as on date;
3. I/We undertake to supply the drugs / items for which the quotations are
submitted by M/s._______________________________________________________ on our behalf
in respect of Tender Enquiry #__________________________________________________: and
4. I / We have read all the terms and conditions of the tender enquiry and the same
are irrevocably binding upon us till the expiry of the contract signed & executed
on our behalf;
5. I/We shall notify the Managing Director, GMSCL immediately if there is any
change in the agreement between M/s.___________________________________________
and me/us regarding authorized distributorship of our products and further
undertake to supply the items quoted by the distributor on my / our behalf at
the quoted price in the tender enquiry in case of such a change of agreement.
6. We further confirm that no supplier or firm or individual other than Messrs.
___________________________________ (name & address of the above distributor) is
authorized to submit the tender, process the same further and enter into a
contract with you against your requirement as contained in the above referred
T.E. Documents for the above goods manufactured by us.
7. We hereby declare that we authorize our above mentioned authorized
distributor to provide guarantee/warranty, after sales services and supply
spares, consumables during the period of warranty and CMC as per the above
tender on our behalf. The availability of spares parts & Consumables during the
entire period of CMC & Warranty would be the responsibility of the
manufacturer.
8. We also hereby declare that we have the capacity to manufacture and supply,
install and commission the quantity of the equipments tendered within the
stipulated time.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
53
9. We hereby declare that our Indian subsidiary company dealing with the product
in question is not participating in any tender across India / we do not have a
subsidiary company in India. (Please strikethrough the option which is not
applicable)
10. This authority is applicable only for Tender Enquiry #_____________________________.
Date:-
Note: This letter of authority should be on the letterhead of the foreign
manufacturing firm and should be signed by a person competent and having the
power of attorney to legally bind the manufacturer and the letter should be self-
attested.
SIGNATURE & STAMP OF TENDERER
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
54
Annexure- ‘L’
Manufacturing Experience Certificate for last Three Years
(For Quoted Product)
The Production and Sales of _______________________________ (Name of quoted
product) of M/s______________________________________ for the last three years are given
below and certified that the statement is true and correct.
Sr.
No
Year Production Sales
1 2014-15
2 2015-16
3 2016-17
Date:
Seal Name & Signature of
Chartered Accountant
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
55
Annexure- ‘M’
Annual Turnover Statement for Last Three Years
The Annual Turnover of M/s. ______________________________ for the Last three
years are given below and certified that the statement is true and correct.
Sr. No Year Turnover (in Rs.)
1 2013-14
2 2014-15
3 2015-16
Date:
Seal Name & Signature of
Chartered Accountant
N.B. : (i) 2013-14, 2014-15, 2015-16 for tender floated on or before 30th
September, 2017 and (ii) 2014-15, 2015-16, 2016-17 for tender floated after 30th
September, 2017
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
56
Annexure-‘N’
G U A R A N T E E B O N D
In consideration of the Gujarat Medical Services Corporation Limited,
Gandhinagar (here inafier called the GMSCL) having agreed to exempt
_________________________________________ (hereinafter called 'the said Contractor (s)') from
the demand, under the terms and conditions of an Agreement dated _____________________
made between Managing Director, Gujarat Medical Services Corporation Limited,
Gandhinagar and M/s. _______________________________________________ for purchase of
Materials (hereinafter called 'the said Agreement') of security Deposit for the due
fulfillment by the Said Contractor(s) of the terms and conditions contained in the said
Agreement, on production of a Bank Guarantee for Rs._________ (Rupees
_________________________________________Only) we _________________________________ (hereinafter
to as 'the Bank') (Indicate the name of the Bank)
at the request of __________________________ (Contractor (s) do hereby undertake to pay to
the GMSCL an amount not exceeding Rs. __________________________ against any loss or
damage caused to or suffered or would be caused to or suffered by the GMSCL by
reasons of any breach by the said Contractor (s) of any of the terms or conditions
contained in the said Agreement.
2. We ______________________________________________ do hereby undertake to pay the
(Indicate the name of the Bank)
Amounts due and payable under this guarantee without any demur, merely on a damage
from the GMSCL stating that the amount claimed is due by way of loss or damage caused
to or would be caused to or suffered by the GMSCL by reason of breach by the said
contractor (s) if any of the terms of conditions contained in the said Agreement or by
reason of the contractor (s) failure to perform the said agreement. Any such demand
made on the bank shall be conclusive as regards the amount due and payable by the
Bank under this guarantee. However, our liability under this Guarantee shall be
restricted to an amount not exceeding Rs._____________________.
Stamp of Rs.
100/-
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
57
3. We undertake to pay the GMSCL any money so demanded notwithstanding any
dispute or disputes raised by the contractor (s) / Supplier (s) in any suit or proceeding
pending before any court or Tribunal relation there to our liability this present being
absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment thereunder and the Contractor (s) / supplier (s) shall have no claim against us
for making such payment.
4. We ______________________________________________________ further agree that the
(Indicate the name of the Bank)
guarantee herein Contained shall remain in full force and effect during the period that
would to be taken for the performance of the said Agreement and that it shall continue
to be enforceable till all the dues of the GMSCL under or by virtus of the said Agreement
have been fully paid and its claims satisfied or discharged or till Managing Director,
GMSCL, Gandhinagar certifies that the terms and conditions of the said agreement have
been fully and properly carried out by he said Contractor (s) and accordingly discharges
this guarantee. Unless a demand or claim under this guarantee is made on us in writing
on or before the ________________________________________ we shall be discharged from all
liability under this guarantee thereafter.
5. We ___________________________________________ further agree with the GMSCL
(Indicate the name of the Bank)
that the GMSCL shall have the fullest liberty without our consent and without affecting
in any manner our obligations hereunder to vary any of their terms and conditions of
the said Agreement or to extend time of performance by the said contractor (s) from
time to time or to postpone for any time or from time to time any of the powers
exercisable by the GMSCL against the said Contractor (s) and to for bear or enforce any
of the terms and conditions relating to the said agreement and we shall not be releved
from our liability by reason of any such variation or extension being guranted to the said
Contractor (s) or for any forbearance. act or omission on the part of the GMSCL or any
indulgence by the GMSCL to the said contractor (s) or by any such matter or thing
whatsoever which under the law relating to sureties would, but for this provision, have
effect of so relieving us.
6. This Guarantee will not be discharged due to the change in the constitution of
the Bank of the Contractor (s) / Supplier (s).
7. We ________________________________________ lastly undertake not to revoke this
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
58
(Indicate the name of the Bank)
Guarantee during its currency except with the previous consent of the GMSCL in writing.
Dated the _____________________ day of ________________201
For _____________________________________
(Indicate the name of the Bank)
N. B. : One sided alterations / additions to any clause not allowed in this bond form as per No. DBOD-NO. INF-BC-45/C-
109(H)/86 dt.09/04/1986 of R.B.I., Bombay.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
59
Annexure-‘O’
SD Agreement
G. C. P. G. (Y) – 2652-5,000-3-2001
G. R. D. D. NO. SPO 3252, dated 25/11/53
An Agreement made this ________________________________________ day of (month) ___________________________________________ of year Two thousand and ______________________ between M/s. ____________________________________________________________________________________ _________________________________________________ (hereinafter called 'the Contractor') of the one part and the Gujarat Medical Services Corporation, Gandhinagar (hereinafter called "the GMSCL") of the other part.
Whereas the Contactor has tendered to the GMSCL for supply to the Managing Director of Gujarat Medical Services Corporation Limited, Gandhinagar the articles specified in the schedule "A" (Attached) as per delivery instructions given in the acceptance of Tender at the respective prices or rates mentioned opposite to the said articles in the Column provided for the purpose and whereas such tender has been accepted and the Contractor has deposited with the Managing Director of Gujarat Medical Services Corporation Limited the sum of Rs.__________________ (Rupees ________________________ ___________________________________ Only) in Form of Bank Guarantee / fixed Deposit as security for due fulfillment of this Agreement.
Now it is Hereby Agreed between the parties, here to as follows :
[1] The Contractor has accepted the contract on the terms and conditions set out in the Tender Enquiry No. __________________________________________ Due on _____________________ as well in the Acceptance Letter No. ________________________ Dated __________________ which will hold good during the period of this agreement.
[2] Upon breach by the Contractor of any of the conditions of the Agreement, Managing Director of Gujarat Medical Services Corporation Limited may by a notice in writing rescind, determine and put an end to this agreement without prejudice to the right of the GMSCL to claim damages for antecedent breaches thereof on the part of the contractor and also to reasonable compensation for the loss occasioned by the failure of the Contractor to fulfill the Agreement as certified in writing by the Managing Director of GMSCL which certificate shall be conclusive evidence of the amount of such compensation payable by the Contractor to the GMSCL.
[3] Upon the determination of this agreement whether by effluxion of time or otherwise the said security deposit shall after the expiration of ________________________ months from the date of such determination be returned to the contractor but without interest and after deducting there from any sum due by the Contractor to the GMSCL under the terms and Conditions of this Agreement.
Stamp of
Rs.100/-
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
60
[4] This agreement shall remain in force until the expiry of the date of delivery of materials but notwithstanding anything herein or in the tender and acceptance forms contained the GMSCL shall not be bound to take the whole or any part of the estimated quantity herein or therein mentioned and may cancel the contract at any time upon giving one month's a notice in writing without compensating the Contractor.
[5] In witness whereof the said ________________________________ (Owner / Proprietor / Partner) hath set his hand hereto and the Managing Director of Gujarat Medical Services Corporation Limited has on behalf of the GMSCL affixed his hand and seal hereto day and year first above written.
[6] Notices in connection with the contract may be given by the Managing Director of Gujarat Medical Services Corporation Limited or any Gazetted Officer of the Stores purchase Branch authorized by the Managing Director of GMSCL, Gandhinagar.
[7] If subject to circumstances beyond control (force major) the Contractor fails to deliver the stores in accordance with the conditions mentioned in A/T. The Managing Director of Gujarat Medical Services Corporation Limited shall, at his option, be entitled either –
(A) To recover from you as liquidated damage a sum equivalent to ½ percent of
price of the undelivered stores at the stipulated rate for each week or part thereof during the delivery of the delivery of such stores may be delayed subject to a maximum limit of 10 percent of the stipulated price of the stores so undelivered or;
(B) To purchase elsewhere, on your account and at your risk the stores so undelivered or others of a similar description where others exactly complying with the particulars are in the opinion of the Managing Director of Gujarat Medical Services Corporation Limited which shall be final, not ready procurable without canceling the contract in respect of consignments not yet due for delivery or,
(C) To cancel Contract or, (D) Shall initiate action to debar the company for appropriate period.
In the event of action being taken under (b) or (c) above, you shall be liable to make good for any loss, which the GMSCL may sustain by reason of higher price of the stores so purchased or otherwise howsoever.
The recovery on account of agreed liquidated damages or by way of penalty under (a) above will be made by deducting the amount in the bills and the recovery of any loss, which the Managing Director of Gujarat Medical Services Corporation Limited may sustain under (b) and (c)
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
61
should be made good by a credit Note within the Stipulated period for the purpose.
Gujarat Medical Services Corporation Limited,
(A Government of Gujarat Undertaking)
Gandhinagar
Witness :
1_______________________________________
2_________________________________________
CONTRACTOR
Managing Director,
Gujarat Medical Services Corporation Limited,
(A Government of Gujarat Undertaking)
Gandhinagar.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
62
Annexure-‘P’
CMC Agreement Form
This agreement is made at____________ (Place of agreement) on (Date of agreement)
……….................day of …….2016 between the.
Party No. 1 : The Gujarat Medical Services Corporation Limited.,
Having its registered office at Block No. 14 Dr. Jivraj Mehta Bhavan (Old
Sachivalaya), Gandhinagar – 382010.
Party No. 2: (Contracting Company)
This Agreement shall come into the force from immediate effect after expiry
of ‘warranty period’ and will remain in force for five years from the date
of initiation of Comprehensive Maintenance Contract.
Wherein the Party No. 1 is procurement agency and assigns on Party No.2, for the
maintenance services under the maintenance contract comprising preventive
and corrective maintenance and who shall be the incharge and in control of
this agreement, and Party No. 2 is company who shall server under this
agreement to Party No. 1 and Government hospitals where the
machines/equipments are located or installed for the maintenance services
under the maintenance contract comprising preventive and corrective
maintenance of machines/equipments and associated peripherals as
provided in Annexure- I herewith.
Whereas Party No. 1 is desirous of availing the Comprehensive Maintenance
Services for __________ installed at the premises of all the
indenters/consignees/Government Hospitals/Institutions under Tender
Enquiry No. _________________.
AND WHEREAS the Party No. 2 has pleased to accept the offer and has agreed to
perform the said maintenance services of the ________ as mentioned in
Annexure –I to this agreement.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
63
AND WHEREAS the Party No. 1 is desirous of entering into a service agreement
with Party No. 2 as per A.T. No. ________________________, dated________ for
providing Comprehensive Maintenance Service for the items mentioned in
the Annexure- I, installed at the premises indenters/consignees/Government
Hospitals/Institutions under Tender Enquiry No. _________________, for an
amount as mentioned in Annexure-II.
1.0 SCHEDULES TO THE AGREEMENT: The Annexure form an integral part of this agreement.
However, during the currency of the agreement, the Party No. 1 is at liberty to add to or
delete from this schedule any numbers of Equipments or Peripherals etc., if so warranted. In
case of addition of work, the same will be done on already agreed and settled rates for the
main contract of maintenance.
1.1 Tenderers will have to provide a list of consumables / parts which would not be included
under warranty and / or CMC and also provide a rate list for the same which will remain in
force for the entire period of contract till the end of CMC. The same must be submitted
physically along with the tender. It will not be considered for price evaluation but at the time
of award of contract, the purchase committee will reserve the right to reject a bid solely on
the ground of high price of parts / consumables and / or if some parts which ought to be
included in CMC / Warranty have been mentioned as chargeable and the bidder does not
agree to provide them for free. Addition or exclusion of any
consumable/spare/parts/peripherals to be covered under CMC shall be decided by the
GMSCL, and shall be binding upon the Party No.2.
1.2 In case of any grievance with regard to inclusion or exclusion of
consumables/spares/parts/items under CMC, Party No. 2 may raise objection or may seek
clarification prior to signing agreement for CMC. After signing of this Agreement, Party No. 2
shall not be at liberty to raise any objection or revision for inclusion or exclusion of
consumables/spares/items to be covered under the CMC.
2.0 TERMS & CONDITIONS OF THE COMPREHENSIVE MAINTENANCE CONTRACT
2,1 The Party No.2, shall truly and faithfully carry on the said job as is done by the
services/business houses in proper manner/standard fashion for the comprehensive
maintenance of the _____________ and Peripherals as mentioned in annexure-I to the full
extent and satisfaction of the Party No. 1 and indenters/consignees/Government
Hospitals/Institutions for 5 years. During the term of this Agreement the Party No. 2
agrees to maintain the Equipments in good working order and for this purpose will
provide the following repair and maintenance service described herein:
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
64
2.2 The comprehensive maintenance includes preventive maintenance, quarterly regular
services of the ___________ and Peripherals as mentioned in the annexure and/or
replacement of any items necessary for keeping the said items active and free from any
defects or disturbance and also on any unscheduled call for corrective and maintenance
services, taking appropriate measures/steps on time to set right its malfunctioning.
2.3 Maintenance shall be provided on site for the equipment by Party No.2 and Maintenance
contract is comprehensive, which covers both the spare parts and labour. The
replacement of all the spares is included under the Maintenance Contract. Broken and
burnt parts, Parts damaged due to end user mishandling and parts damaged due to
adverse electrical conditions on site, will not be covered under the CMC.
2.4 The Party No. 2 shall correct any faults and failures in the Equipments and shall repair
and replace the defective parts of the Equipments during the Office’s normal working
hours on all working days. In cases where unserviceable parts of the Equipments need
replacement the Party No.2 shall replace such parts, at no extra cost with brand new
parts.
2.5 The replacement of defective spares with original spares or spares of equivalent
specification will be done by the Party No.2 without any extra charge.
2.6 The comprehensive maintenance shall be carried out primarily at the premises where
equipments under this A.T has been installed (consignee/indenter/Government Hospital
or Institute) during the office hours. In case, the Party No. 2 feels that the equipment
cannot be repaired on‐site, they will carry the defective equipment with the consent of
officials after giving due receipt of the equipment and deliver back the repaired
equipment to consignee/indenter/Government Hospital or Institute at the cost and risk
of Party No.2.
2.7 The time for attending calls should not exceed 10 working hours. System down time
should not exceed 48 clock hours from the time at which the complaint is registered. If
the down time is more than 48 clock hours.
In case the equipment is not repairable at the premises consignee/indenter/Government
Hospital or Institute, the Party No.2 shall make arrangement for moving or shifting of
machine at the desired place of Party No.2 for repairment on its own expense. The
packing/unpacking, transportation, loading/unloading, connection/ disconnection,
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
65
configuration/re-configuration and any associated activity with the repair and
maintenance of the equipments shall be the sole responsibility of the Party No.2.
2.8 During Warranty and CMC period, the uptime period of equipment should be
minimum 95%. If the breakdown period is more than 18 days for a particular
calendar year, penalty @ 0.1% of total purchase amount of equipment for each extra
day of delay as liquidated damages to be recovered from Security Deposit. Period of
breakdown of equipment shall be excluded from the warranty as well as CMC period.
In such a case period of warranty as well as CMC shall be extended accordingly.
2.09 The Operating environment condition in which the equipment is presently installed is
quite satisfactory and the Party No.2 will not raise any condition with regard to the
working environments for the equipment covered under the Maintenance Contract.
2.10 The Party No.2 agrees to maintain uninterrupted service to the customer as per the
terms and conditions of the agreement.
2.11 The First party agree to pay the total CMC charge for a period of five year is
Rs……………………./-(Rupees…………………………………............................…only, which is
inclusive of all taxes.). Payment will be made after successful completion of each year
of CMC.
2.12 The Party No. 2’s _____________________ maintenance personnel shall be given access to
the Equipments mentioned herein whenever necessary by the
consignee/indenter/Government Hospital or Institute, for purposes of performing
the repair and maintenance services indicated in this Agreement.
2.13 OS/Application Software & Database /Virus Support /Data recoveries are not
included in the scope of the proposal. However, if warranted and desired by the
consignee/indenter/Government Hospital or Institute, the Party No.2 shall perform
the software related repairment and may charge in addition to what is stated herein
this contract.
2.14 The Party No.2 acknowledges that all material and information which has or will
come into its possession or knowledge in connection with this Agreement or the
performance hereof, consists of confidential and proprietary data, whose disclosure
to or use by third parties will be damaging or cause loss to the Customer. The Party
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
66
No.2 agrees to hold such material and information in strictest confidence, not to
make use thereof other than for the performance of this Agreement, to release it only
to employees requiring such information, and not to release or disclose it to any other
party.
2.15 The bidder will have to furnish his quotation for CMC for 5 years along with his bid
which will be considered for price evaluation purpose. The quoted CMC rates per
annum must not exceed 10% of the total purchase amount of equipment which would
include free replacement of any part / component, if required, during the period of
the contact.
2.16 The Party No.2 should provide preventive maintenance, corrective maintenance and
break down calls for the items brought under the CMC agreement. All problems shall
be reported by the Party No. 1 or consignee/indenter/Government Hospital or
Institute over a Phone Call, Email or on web portal provided by Party No.2 for this
purpose.
2.17 The Party No. 2 shall conduct Preventive Maintenance and general servicing
(including but not limited to inspection, testing, satisfactory execution of all
diagnostics, cleaning and removal of dust and dirt from the interior of the Equipment,
checking and testing parts and necessary repairing of the Equipments) at least 4
times in a calendar year.
2.18 Payment shall be made on yearly basis on production of actual bill and service job
card duly signed and filled by the consignee/indenter/Government Hospital or
Institute.
2.19 The Party No. 2 shall be at obligation to prepare and maintain the service job card as
per Annexure – III (providing details of service performed and parts if any changed).
This service job card shall have to be counter singed by the concerned officer/ officer
authorized by the consignee/indenter/Government Hospital or Institute. Service job
card shall have to be made available to the Party No.1 at the time of production of
bills. Unless the Party No. 2 provides the said service job card, no remaining payment
shall be disbursed in favour of Party No. 2.
If tenderer refuses or fails perform the obligations confirmed in CMC contract, his
entire Security Deposit will be forfeited and he would be debarred from future
business with GMSCL. Further, if the tenderer fails to provide "Satisfactory service"
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
67
during CMC period, 4% of total purchase amount of the equipment shall be forfeited
from Security Deposit. For this purpose, Satisfactory Service would mean
(a) Attending to complaint within 48 hours of lodging the complaints.
(b) Ensuring repair / replacement of defective parts and making the equipment
operational within 7 days of lodging the complaints.
(c) Providing quarterly preventive maintenance visit.
If supplier fails to fulfil his contractual obligation of CMC and repair / equipment
operational within 30 days of lodging the complaints, the entire security deposit will
forfeited and the supplier would be debarred from future business with GMSCL.
Tenderers will also have to guarantee regular and timely supply of all the spare parts
required for the normal working of the item at a cost not exceeding the cost of such a
part charged to any other Government organization. Further, all the preventive and
breakdown maintenance visits during CMC by the tenderer along with
acknowledgement of consignee will have to be intimated to GMSCL (through email /
fax) within 48 hours.
2.20 Qualified maintenance engineers totally familiar with the equipments shall perform
all repair and maintenance service described herein.
2.21 Failure in adhering to any of the terms and conditions mentioned in the scope of
work shall invite invocation of penalty clause as well as penal actions as per terms
and conditions of A.T and Tender Document. If the service level as above is not
maintained, security deposit submitted by the Party No.2 shall be forfeited by the
Party No. 1.
2.22 Payment will be made on yearly basis and after successful and satisfactory
performance of the contract.
2.23 In case of invocation of penalty clause (clause No. 2.19, 2.21) the amount of penalty
shall be deducted from the pending bills of the Party No.2 or from the amount of the
security deposit. In case the performance of the Party No. 2 is found to be
unsatisfactory or in case the Party No. 2 fails to attend the complaint on more than
three occasions, the total amount of security deposit shall be forfeited by the Party
No.1 without any notice.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
68
2.24 Notwithstanding the provisions mentioned herein, the Party No.1 shall have the right
to cancel the contract for any default on the part of Party No.2 due to non-
performance or unsatisfactory performance thereof.
2.25 Machines that are not in a working condition at the time of signing of contract will not
be included in the CMC. In such cases, these shall be included only after making it in a
working condition, for which the cost will be charged extra.
2.26 The Party No. 2 shall maintain a written maintenance and repair log and shall record
therein each incident of the equipment malfunction, date and time of commencement
and successful completion of repair work and nature of repair work performed at the
site.
2.27 Force Majeure shall mean and be limited to the following:
a) War / hostilities
b) Riot or Civil commotion
c) Earthquake, flood, tempest, lightening or other natural physical disaster.
d) Restrictions imposed by the Government or other statutory bodies which
prevents or delays the execution of the order by the Party No. 3.
2.28 Completion period may be extended to circumstances relating to Force Majeure by
the Customer. The Second Party shall not claim any further extension for completion
of work before the said stipulated period. Customer shall not be liable to pay extra
costs under any conditions.
2.29 The contract will be initially valid for one-year period from the date of signing of this
agreement and may be renewed further, which is at the discretion of the Customer
and based on the satisfactory services provided by the Party No.2.
2.30 The Agreement shall be governed by Indian Law and both the parties consent to the
jurisdiction of Gandhinagar and Ahmedabad Courts in all matters regarding the
Agreement.
3.0 Arbitration Clause:
In event of any question, dispute or difference arising under this agreement or under
these terms and conditions the same shall be referred to the sole arbitrator, an officer
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
69
in the Legal Department or any other officer appointed by the Managing Director of
Gujarat Medical Services Corporation Limited (Party No.1). It will not be objected that
the arbitrator is Govt. Servant that he had to deal with the matter which the
contract/agreement is related or that in course of his duties as Govt. Servant he has
expressed views on all or any of the matters in dispute or difference. The award of the
arbitrator shall be final and binding on the parties to this contract. In the event of the
arbitrator dying, neglecting or refusing to act or resigning or being unable to ace for
any reason or his award being set aside by the court for any reason, it shall be lawful
for the Managing Director of GMSCL, Gandhinagar to appoint another arbitrator in the
manner aforesaid.
It is further a term of this agreement that no person other than person appointed by
the Managing Director of GMSCL, Gandhinagar, as aforesaid should act as arbitrator.
The arbitrator may from time to time with consent of all the parties to the agreement
enlarge the time for making the award. Upon every and any such reference, the
assessment of the costs incidental to the reference and award respectively shall be at
the discretion of the arbitrator. Subject as aforesaid the Arbitration Act. 1940 and
rules thereunder and any statutory modifications thereof turns under this clause.
Work under the agreement shall if responsibly possible, will continue during the
Arbitration proceedings and payment due to or payable by the Party No.1 or Party
No.2 shall be withhelded on account of such proceedings. The venue of arbitration
shall be the place where the office of Party No.1 is situated or any other place as
arbitrator or Managing Director, GMSCL (Party No.1) at his discretion may determine.
In this clause the expression “Managing Director” of Gujarat Medical Services
Corporation Limited for the time being includes, if there be no Managing Director of
GMSCL, Gandhinagar, the officer who is for the time being the administrative head of
the Managing Director of GMSCL, Gandhinagar whether in addition to other functions
or otherwise.
IN WITNESS WHEREOF the parties have caused this Agreement to be executed by the
hands of duly authorised representatives on the day, month and year first before
written.
Signed by Signed by
(Signature with Seal) (Signature with Seal)
ON THE PARTY NO.1 ON THE PARTY NO.2
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
70
Annexure-‘Q’
Government of Gujarat,
Finance Department, GR. No. EMD/10/2016/328/DMO
Date 01/05/2017
{A} Guarantees issued by following banks will be accepted as SD/EMD on
permanent basis
(1) All Nationalized Banks including the Public Sector Bank – IDBI Ltd. (2) Private Sector Banks – AXIS Bank, ICICI Bank and HDFC Bank.
{B} Guarantee issued by following Banks will be accepted as SD/EMD for period up
to March 31, 2018. The validity cut-off date in GR is with respect to date of
issue of Bank Guarantee irrespective of date of termination of Bank
Guarantee.
1) Kotak Mahindra Bank
2) RBL Bank (The Ratnakar Bank Ltd.)
3) Induslnd Bank
4) Karur Vysya Bank
5) DCB Bank
6) FEDERAL Bank
7) The Kalupur Commercial Co-operative Bank Ltd.
8) Rajkot Nagarik Sahakari Bank ltd.
9) The Ahmedabad Mercantile Co-Operative Bank Ltd.
10) The Mehsana Urban Co-operative Bank Ltd.
11) Nutan Nagarik Sahakari Bank Ltd.
12) Dena Gujarat Gramin Bank
13) Saurashtra Gramin Bank
14) Baroda Gujarat Gramin Bank
15) YES Bank
All the eligible banks are instructed to collect the original documents/papers
of guarantee from the concerned tendering authority.
Sd/-
( J G Shelat )
Section Officer
Finance Department.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
71
Annexure – ‘R’
List and rates consumables
The ………………………. (Name & brand of equipment) ……………………………. has the following requirement of Reagents, Consumables & Spares without which this equipment cannot be made Operational/ functional. All the reagents, chemicals, consumables and spares are covered under comprehensive maintenance contract except given below: -
(a) The list of reagents & chemicals: -
Sr. No. Name of Reagents &
Chemicals Packaging Unit Price Rs. Per
Unit Remark
1
2
3
Soon
(b) The list of consumables: -
Sr. No. Name of Consumable Packaging Unit Price Rs. Per
Unit Remark
1
2
3
Soon
(c) The list of spares parts: -
Sr. No. Name of Spare parts of
equipment Packaging Unit Price Rs. Per
Unit Remark
1
2
3
Soon
The above mentioned rates (after negotiation, if any) would be fixed for the entire duration of contact including CMC & Warranty.
SIGNATURE & STAMP OF TENDERER
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
72
Annexure – ‘S’
Bank Details for RTGS
Sr. No. Details Bank Detail
1 Beneficiary Name & Postal Address
2 Name of Bank
Branch Name & Address
Branch Code no.
Branch manager Mobile No.
Branch Telephone No.
Branch E-Mail Id.
3 P Digit code number of bank and
branch appearing on the MICR cheque
issued by the bank.
4 IFSC Code of the Branch
5 Type of Account
6 Account Number
7 Name of Owner
8 Mobile Number
9 E-Mail ID
We hereby declare that the particulars given above are correct and complete. If the
transaction is delayed or not effected at all for reasons of incomplete or incorrect information,
we would not hold institution responsible.
Date:
Place: Sign.with stamp
B a n k C e r t i f i c a t e
We certified that .................................................................................. has account
No.................................... with us and we confirm that the bank details given above are correct as per
our records.
Date:
Place: Signature & Seal of Bank
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
73
Annexure – ‘ T’
Affidavit
(TO BE SUBMITTED PHYSICALLY)
(To be submitted IN ORIGINAL on Non-Judicial Stamp Paper of Rs.100/- duly
attested by First Class Magistrate / Notary Public)
I/We ___________________________________ Age_________ years residing at
_________________________________ in capacity of _____________________________________ M/s.
__________________________________________ hereby solemnly affirm that
1 All General Instructions, General Terms and Conditions, as well as Special Terms &
Conditions laid down on all the pages of the Tender Form, have been read carefully
and understood properly by me which are completely acceptable to me and I agree to
abide by the same.
2 I / We have submitted following Certificates / Documents for T.E. as required as per
General Terms & Conditions as well as Special Terms & Conditions of the tender.
Sr. No. Name of the Document
1
2
Onwards
3 All the Certificates / Permissions / Documents / Permits / Affidavits are valid and
current as on date and have not been withdrawn / cancelled by the issuing authority.
4 It is clearly and distinctly understood by me that the tender is liable to be rejected if on
scrutiny at any time, any of the required Certificates / Permissions / Documents /
Permits / Affidavits is / are found to be invalid / wrong / incorrect / misleading /
fabricated / expired or having any defect.
5 I / We further undertake to produce on demand the original Certificate / Permission /
Documents / Permits for verification at any stage during the processing of the tender
as well as at any time asked to produce.
6 I / We also understand that failure to produce the documents in "Prescribed Proforma"
(wherever applicable) as well as failure to give requisite information in the prescribed
Proforma may result in to rejection of the tender.
7 My / Our firm has not been banned / debarred / black listed at least for three years
(excluding the current financial year) by any Government Department / State
Government / Government of India / Board / Corporation / Government Financial
Institution in context to purchase procedure through tender.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
74
8 I / We confirm that I / We have meticulously filled in, checked and verified the enclosed
documents / certificates / permissions / permits / affidavits / information etc. from
every aspect and the same are enclosed in order (i.e. in chronology) in which they are
supposed to be enclosed. Page numbers are given on each submitted document.
Important information in each document is "highlighted" with the help of "marker pen"
as required.
9 The above certificates / documents are enclosed separately and not on the Proforma
printed from tender document.
10 I / We say and submit that the Permanent Account Number (PAN) given by the Income
Tax Department is _________________________________ which is issued on the name of
______________________________________________ [kindly mention here either name of the
Proprietor (in case of Proprietor Firm) or name of the tendering firm, whichever is
applicable].
11 I / We understand that giving wrong information on oath amounts to forgery and
perjury, and I/We am/are aware of the consequence thereof, in case any information
provided by us are found to be false or incorrect, you have right to reject our bid at any
stage including forfeiture of our EMD/PBG/cancel the award of contract, in this event.
This office reserves the right to take legal action on me/us.
12 I / We have physically signed & stamped all the above documents along with copy of
tender documents (page no _________ to __________
13 I / We hereby confirm that all our quoted items meet or exceed the requirement and
are absolutely compliment with specification mentioned in the bid document.
14 My / Our company has not filed any Writ Petition, Court matter and there is no court
matter filed by State Government and its Board Corporation, is pending against our
company.
15 I / We hereby commit that we have paid all outstanding amount of dues / taxes / cess /
charges / fees with interest and penalty.
16 In case of breach of any tender terms and conditions or deviation from bid specification
other than already specified as mentioned above, the decision of Tender Committee for
disqualification will be accepted by us.
17 Whatever stated above is true and correct to the best of my knowledge and belief.
Date: Stamp & Sign of the Tenderer
Place: (Signature and seal of the Notary)
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
75
Annexure-‘U’
Important Point to be verified before submission of tender
(1) If you are participating in the tender as an Indian manufacturer than kindly attach
below document.
- SSI (Gujarat Based) with CSPO/NSIC/DGS&D/ MSME Part-II acknowledgment /SIS registration and Central Excise Registration / Udyog Aadhar acknowledgment of the Bidder or Principal manufacturer certificate for exemption in Tender Fee & EMD.
- Chartered Account Certificate in original / self-attested showing year wise production and sales for quoted product for last three years.
OR
If you are participating in the tender as an Authorized representative for
imported component than kindly attach below document.
- Authority letter, which should clarify that you are a regular supplier of products of that
manufacturer for last three years preceding the date of Technical Bid Submitted authority
letter should be self-attested.
- Authorization from the manufacturer that the bidder is authorized to provide after sales
services and spare parts / consumable support for the entire duration of the contract
including Warranty and CMC of the product.
- Certificate from manufacturer that particular division of its subsidiary dealing with the
product in question is not participating directly in any tender across the country since
immediate past one year (at least) prior to the last date of this tender or if subsidiary
company does not exist in India, self-attested certificate from manufacturer that it does not
have subsidiary company in India.
- CA certified marketing data of last three years and affidavit for Indian Authorized
Distributor for imported item or subsidiary of original manufacturer.
- Product permission for import of goods in India / Import licence.
OR
If you are participating in the tender as a Subsidiary Company than kindly attach
below document.
(a) Documents that you are 100% subsidiary company of your foreign manufacture.
(b) CA certified marketing data of last three years and affidavit for Indian Authorized
Distributor for imported item or subsidiary of original manufacturer.
(c) Product permission for import of goods in India / Import licence.
(2) EMD & Tender fee for non SSI & CSPO/NSIC/DGS&S UNIT
(3) Exemption in EMD & Tender Fee for only Gujarat Based SSI & CSPO/NSIC/DGS&S
Unit
(4) Self-attested Turnover Certificate issued by Charted Accountant for Last Three
Years and average annual Turnover of the last three years should not be less than 2
Crores. Relaxation applicable as mentioned in condition.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
76
Annexure-‘V’
Common deficiency observed in the Primary Scrutiny of the Tender document
- Non submission of Online Tender.
- Non submission of Physical document before stipulated time & date.
- Non submission of EMD & Tender Fee or submission of less EMD or Tender fee.
- Non submission of EMD & Tender Fee for non-Gujarat based SSI-CSPO/NSCI/DGS&D Unit.
- Non submission of CA certificate for Last financial year.
- Non submission of CA certificate with Production & Sales data as per Annexure - L.
- Non submission of letter issued by foreign manufacturer saying that particular Indian
company is our Subsidiary Company.
- Non submission of authority letter clearly indicating that the bidder possesses three-year
experience as authorized distributors.
- Non submission of authority letter as per Annexure- K.
- Non submission of authorization from the manufacturer that the bidder is authorized to
provide after sales services and spare parts / consumable support for the entire duration of
the contract including Warranty and CMC of the product.
- Non submission of certificate from manufacturer that its subsidiary company is not
participating directly in any tender across the country.
- Non submission of certificate from manufacturer regarding the same would suffice and
documents pertaining to authorized distributor or subsidiary company can be dispensed
with.
- Non submission of Turnover certificate for Last financial year.
- Non submission of Turnover Certificate issued by CA that indicate last three years’ average
turnover is below Rs.2.00 crores.
- Non submission of Higher Price - Lower Price certificate.
- Non submission of Literature for quoted model.
- Non submission of Marketing Data and invoices.
- Non submission of ISI certificate if asked with ISI product.
- Non submission of AERB certificate for quoted model. (where applicable)
- Non submission of IEC certificate. (where applicable)
- Non submission of required documents as per list of Annexures and as per formats.
- Non submission of Sales Tax (VAT) / CST reg. copy.
- Non submission of PAN.
- Non submission of VAT Clearance Certificate (Last Financial Year) / Certified copy of VAT
Return Mentioning Zero Outstanding (Last Financial Year).
- Non submission of Annexure- F.
- Non submission of Partnership deed / Memorandum of article / Registration of firm etc. with
Annexure-E..
- Non submission of Annexure – T as per format..
- Non submission of self attested documents..
- Non submission of clearly visible documents.
- Non submission of all required documents with proper page No.
Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items
77
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-445/2015-16
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.15,000/- (Rupees Fifteen Thousand Only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 445.01 Basic Dental Chair with Compressor
314 Nos. Anywhere in
Gujarat 18,84,000 6,28,00,000
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2017 AND (ii) 2014-15, 2015-16, 2016-17 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2017]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.20 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS (PL. SEE CONDITION NO. 6.22).
SIGNATURE & STAMP OF TENDERER
Page 2 of 4
PART-I
TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-445/2015-16
Name of Item : # 445.01 Basic Dental Chair with Compressor Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(A) Dental Chair
(1)
Electrically operated, programmable with provision of multiple positioning, and multiple adjusting programs, with smooth, synchronized (angle of the seat should change in harmony with movement of backrest), gliding movements (Critical)
(2)
BASE OF THE CHAIR- Strong, sturdy base with minimum length 36 inch, breadth 16inch and thickness 1 inch and weight of chair with unit 180+ kg , with rubber cushioning at the base, with rounded corners to allow close proximity to the patient with minimum ground clearance of 44cm at seat level to maximum of about 81 cm. (Critical)
(3) HEAD REST- Ergonomically designed, fully adjustable, up and down, back and forth movement, to adjust patients’ head and neck position and also design gliding double articulating. (Critical)
(4)
BACKREST – Backrest should be ultrathin, strong and sturdy, ergonomically designed, anatomically contoured. movement of the backrest controlled by touchpad hand controlled and foot controller. Movement should be compatible with all natural movements (Critical)
(5) ARMREST- Right arm rest should be movable (Critical)
(B) Dental unit
(6)
Dental unit with auto hanger system mounted with chair, along with instrument tray with pneumatic locking system, rotatable, through 240 degree with straight downhung tubings, with simple to use, disinfectable bioflush system. It should have wider waste receiver and assembly of disposable glasses (Critical)
(7) OVERHEAD LED LIGHT-Chair mounted LED Light of 20,000 to 25000 LUX at one meter distance, dual intensity controlled with sensor and small focal area of about 3-4 inch with reflector. (Critical)
(8)
Glass SPITTOON with auto-water system & spittoon holding base including tumbler, both should be movable together at 130 degree from the base so that it should be possible for the doctor to have four handed dentistry and assistant can assist properly. (Critical)
(9) SUCTION -High and low vacuum motorized suction fitted with auto drain and auto flush system with noiseless with filter inbuilt. (Critical)
(10)
FOOT CONTROL -Ergonomically designed user friendly, multi- functional foot control for chair, unit and attached instruments. It should have touch pad for all movements of chair and unit and auto return to zero position and emergency stop control. (Critical)
(11)
HANDPIECES MICROMOTOR - Modular system fitted with brushless micromotor with variable speed upto 40,000 rpm with straight and contra angled hand pieces of standard companies. Adapter for micromotor with speed control knob attached with the unit. (Critical)
(12)
AUTOCLAVABLE AIROTOR HANDPIECE- Adapter for airotor handpiece, one adapter for conventional airotor handpiece, with visible and adjustable pressure control knob, speed control, water jet control. (Critical)
Page 3 of 4
PART-I
TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-445/2015-16
Name of Item : # 445.01 Basic Dental Chair with Compressor Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(a) airotor handpiece- (Critical)
(b) autoclavable, supertorque, high speed airotor handpiece having quick push button changing system with two extra cartridges. (Critical)
(c) Miniature head airotor handpiece. All the handpieces should be supplied with two extra cartridge each, of standard companies. (Critical)
(13)
PIEZOELECTRIC SCALER; Adapter for the piezo electrical scaler on unit with separate control box with 4 +1 (Teflon coated implant tip) autoclavable tips with changer with autoclavable box. Vibration frequency of 27 -36KHZ of standard companies. Should be mounted on horizontal tray arm of unit (Critical)
(14)
3 WAY SYRINGE- one autoclavable three way syringe for doctor and one autoclavable 3 way syringe for assistant with water jet and air spray. Instrumentable with swing arm, with lock system, wide swivel, with free five removable autoclavable 3-way syringe tips and one extra stainless steel tray. (Critical)
(15) Simultaneous height adjustable chair instrument tray and light. (Critical)
(16) X-RAY VIEWER with LED back light, mounted on unit, for reading iopa and occlusal X-ray. (Critical)
(17) Operating Voltage should be suitable for Indian Conditions, between 150 – 250 volts as per the requirements with voltage stabilization (Inbuilt) (Critical)
(18) All outlet and inlet for the services to the chair should be concealed in the box to be at the foot area of the chair as an infection control measure. (Critical)
(19)
DOCTOR’S STOOL (SURGICAL STOOL) – Two stools with footrest ring and positioning locking mechanism. Ergonomically designed backrest and handrest, adjustable height and seamless upholstery matching the dental chair. (Critical)
(20) AIR COMPRESSOR – oil free compressor (medical grade), noiseless with imported compressor head. (Critical)
(a) The body or cabinet of compressor should be of metal to minimize noise level. (Critical)
(b) It should have air moisture filter. (Critical)
(c) It should have non reaction valve (Critical)
(d) It should have high pressure gauge (Critical)
(e) It should have air tank capacity of 50 liters (Critical)
(f) It should have auto cut off switch (Critical)
(g) It should have medical grade air which is absolutely oil free. (Critical)
(h) It should have 1200-1500 rpm (Critical)
(i) 230 voltage (Critical)
(j) Frequency 50 Hz, (Critical)
(k) Head capacity minimum 1 Hp (Critical)
Page 4 of 4
PART-I
TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-445/2015-16
Name of Item : # 445.01 Basic Dental Chair with Compressor Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(21) Provision for chair mount X-Ray machine and monitor arm for RVG. (Critical)
(22) LED LIGHT CURE UNIT – LED Light with 1100 intensity, cordless with UV Protector glass, spectacles, probe with multiple size UV protecting tips. (Critical)
Operation manual with user demonstration video CD.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/G-103/RI-F-847/2017-18
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.5,000/- (Rs. Five thousand only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 103.01
Autoclave Horizontal
Cylindrical 500 x 900mm Single
Door
15 Nos.
Anywhere in Gujarat
2,70,000/- 90,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2017 AND (ii) 2014-15, 2015-16, 2016-17 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2017]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.20 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS (PL. SEE CONDITION NO. 6.22).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ G-103/RI-F-847/2017-18
Name of Item : # 103.01 Autoclave Horizontal Cylindrical 500 x 900mm Single Door Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
Autoclave Horizontal Cylindrical 500 x 900mm Single Door
1 CHAMBER dimensions: Diameter 50 cm X 90 cm (Cylindrical)
2 STEAM GENERATOR AND HEATERS.
(a)
High speed horizontal cylindrical steam sterilizers pressure type designed to operate on steam from steam generator as per IS:3829 (Part2)/1978 (reaffirmed 2001) with amendment Nos. 1 to 4 and shall be fitted with only silicon rubber door gasket. CRITICAL
(b)
The steam generator shall be electrically heated by immersion heaters having mineral filled sheathed heating elements conforming to IS:4159/2002 duly BIS marked and complying with safety requirements as per IS:302- 2-201 (1992). CRITICAL
(c) The immersion heaters shall be wired for operation on 3 Phase 4 wire 400/440 V 50 Hz AC supply. The control will be of independent switch.
(d) Water level indicator on steam generator CRITICAL
3 AIR REMOVAL:
Air shall be removed from the sterilization chamber after loading the sterilizer by one or more pressure/vacuum pulsing for proper steam penetration automatically through the automatic control system. CRITICIAL
4 Electric vacuum pump of appropriate power should be provided. CRITICAL
5 CONSTRUCTION:
(a) The chamber shall be constructed of heavy-duty stainless steel of 316 grade; minimum 6mm thickness with full argon welding. CRITICAL
(b) Jacket shall be constructed of stainless steel sheet of 304 L grade. CRITICAL
(c) Chamber and door must be designed for working under positive pressure up to 31 psi at a temp up to 135 degrees centigrade. CRITICAL
(d) Pipes and fittings shall be of stainless steel. CRITICIAL
6 DOOR – Single CRITICIAL
7 Single piece door construction of 316 SS plate of suitable thickness with silicon rubber sealing gasket to ensure leak proof closing and locking of door. CRITICAL
8 PIPING WATER INLET and WATER OUTLET- all SS. CRITICIAL
9 GUAGES- digital pressure, digital vacuum, digital temperature. CRITICAL
10 AUTOMATIC CONTROL. CRITICAL
11 The autoclave shall be fully programmable . CRITICAL
12 It should be designed to control and monitor a variety of sterilizing cycles, depending upon the load to be sterilized. CRITICAL
13 A standby manual operation facility to be incorporated in case of automatic failure. CRITICIAL
14 THE AUTOMATIC CONTROL FACILITY SHALL HAVE THE FOLLOWING FACILITY. CRITICIAL
15 An audible alarm system in case of cycle failure/ interruption . CRITICAL
16 The control system should be self diagnostic and must provide fault message to the operator. CRITICAL
17 The unit should have safety features to prevent opening of doors, when the chamber is pressurized. CRITICAL
3
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ G-103/RI-F-847/2017-18
Name of Item : # 103.01 Autoclave Horizontal Cylindrical 500 x 900mm Single Door Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
18 DOCUMENTATION:
19 Documentation by display-
20 Documentation by printing- The unit includes a PRINTER for monitoring operational history. There should be facility for the following: (ALL CRITICAL)
(a) User to be able to set print-interval.
(b) Time-stamp, temperature, pressure and current-phase should be printed continuously
(c) The control panel must DISPLAY & PRINT all cycle information including key transition points in the cycle, ALARMS and deviations that may jeopardize the sterilization process
(d) FUNCTIONING PARAMETERS CRITICAL
i) Temperature adjustable from 121° to 134°C
ii) Working pressure 15 psi to 31 psi
iii) Automatic Digital Minute Timer
iv) Carriage trolleys ( 01) with at least six SS trays and two roller shelves
v) The Sterilizer should be supported on a strong sturdy steel stand coated for corrosion protection.
vi) ALARMS: CRITICAL
The unit should have integral alarms that ring, flash, or otherwise display information when temperature set-points are exceeded or fall below.
vii) STANDARDS – ALL ARE CRITICAL
ISO 13485:2016
ISO 9001:2008
OHSAS 18001:2007
CE Certification for steam sterilizer
viii) INSTALLATION-
All infrastructure work including plumbing and electrical work have to be done by the supplier. CRITICAL
The hospital will only provide space and water outlet. CRITICAL
All consumables required for installation and standardization of system to be given free of cost. CRITICAL
Installation shall be done at free of cost. CRITICAL
The firm should provide all piping connections made up of SS required in the installation and should install the machine at the identified site. CRITICAL
ix) Comprehensive training for staff of user department till familiarity is achieved shall be provided. CRITICAL
x) The unit should have safety features to prevent opening of doors, when the chamber is pressurized. CRITICAL
Operation manual with user demonstration video CD.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
4
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ G-103/RI-F-847/2017-18
Name of Item : # 103.01 Autoclave Horizontal Cylindrical 500 x 900mm Single Door Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/G-104/RI-F-735/2017-18
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.15,000/- (Rs. Fifteen thousand only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 104.01 Ultrasonic Instrument
Cleaner 38 Nos.
Anywhere in Gujarat
4,56,000/- 1,52,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2017 AND (ii) 2014-15, 2015-16, 2016-17 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2017]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.20 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS (PL. SEE CONDITION NO. 6.22).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ G-104/RI-F-735/2017-18 Name of Item : # 104.01 Ultrasonic Instrument Cleaner Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
(1) Capacity should be 45 L. (± 2 L). (Critical)
(2) Microprocessor controlled unit. (Critical)
(3) The unit should be a compact free-standing bench model, with a built-in tank manufactured from high-quality (316) stainless steel. (Critical)
(4) The unit a solid-state generator that sends ultrasonic (approx 37-40 KHz) impulses through wash water containing detergent and electrical heating. (Critical)
(5) The electrical energy should be transformed into sound waves by transducers, fixed to the bottom of the tank. (Critical)
(6) Operator panel should show set and remaining times. (Critical)
(7) It should show set and actual temperature of the liquid. (Critical)
(8) The ultrasonic cleaner should have a display and control which could be easily seen and placed above any liquid for safety and reliability. (Critical)
(9) It should have a temperature setting (temperature adjustable from 30 to 75 °C) indication. (Critical)
(10) Should work on 230V, 50 Hz AC Supply. (Critical)
(11) European CE /US FDA certified. (Critical)
(12) Ultrasonic cleaner should be supplied with Wire mesh basket of suitable size & Stainless steel lid. (Critical)
(13) Tank Size (Approx): 500 x 300 x 300 mm (W X D X H). (Critical)
(14) Standard supply:
i. Ultrasonic cleaner-01 (Critical)
ii. Wire mesh basket of suitable size-02 (Critical)
iii. Stainless steel lid-02. (Critical) Operation manual with user demonstration video CD.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________
_______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
3
PART-I TECHNICAL BID T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ G-104/RI-F-735/2017-18 Name of Item : # 104.01 Ultrasonic Instrument Cleaner Manufacture________________ Brand______________ Model__________________
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender
specification. 2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original
literature if rates of equipment exceeds Rs.10,000/-. 3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as
import of goods is to be provided by the Tenderer along with consignment. 4. Any item, material, consumable required for installation and commissioning of equipment to be brought by
supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/G-128/RI-F-274/RC-/2017-18
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.15,000/- (Rs. Fifteen thousand only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 6 RUBBER PRODUCTS /
14 MISC INDUSTRIAL PRODUCTS
THIS TENDER ENQUIRY IS FOR ON BI-ANNUAL RATE CONTRACT BASIS OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
APPROX. QTY.
PLACE OF FREE
DELIVERY & INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 128.01
Rubber Sheeting
(1100 MM x 30 Mtr.)
On R.C.
Basis
18,304
Rolls
Anywhere in
Gujarat 19,89,200 6,63,06,240
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS.
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2017 AND (ii) 2014-15, 2015-16, 2016-17 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2017]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.20 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS (PL. SEE CONDITION NO. 6.22).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/G-128/RI-F-274/RC/2017-18
Name of Item : # 128.01 Rubber Sheeting (1100 MM x 30 Mtr.) Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
SPECIFICATION:-
(A) RUBBER SHEETING as per I.S. Specification NO.4135-1974 amended from time to time having width of 1100 mm (+5%) x Length 30 Mtr. Rubber sheet should have following specifications: (Critical)
(1) Grade-A. (Critical)
(2) Polymer Content of Proofing 55%. (Critical)
(3) Fabric Base – Fabric base made of textile cotton material. (Critical)
(4) The finished material must be totally water proof and it should not be any particulation of water or wet patches on the other side. (Critical)
(5) The finished material must be soft, pliable, smooth and free from cuts & Pinholes. (Critical)
(6) Hospital Rubber sheeting should be in double color. (Critical)
(7) Length: Each roll of 30 meters should be packed properly in gunny cloth. (Critical)
(B) 5 pieces (each piece of 1 Mtr.) of samples must be submitted in sealed cover alongwith physical tender. (Critical)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER
1
GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)
Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.
IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS
FORMING PART & PARCEL OF ENQUIRY DOCUMENT:
TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/G-134/RI-F-336/2017-18
ITEM : SHOWN AS UNDER
TENDER FEE : Rs.5000/- (Rs. Five thousand only)
SERIAL # OF P.T.F. : ___________________________
NAME & ADDRESS OF TENDERER :
C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /
17 MEDICAL EQUIPMENT
THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:
DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.
Sr. No.
ITEM CODE NAME OF ITEM QTY.
PLACE OF FREE DELIVERY &
INSTALLATION
E.M.D. (3% OF TOTAL
ESTIMATED VALUE ) (RS.)
TOTAL ESTIMATED VALUE (RS.)
1 134.01 ETO Sterilizer
4 Cu. ft 07 Nos.
Anywhere in Gujarat
1,89,000/- 63,00,000/-
NOTE:
(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.
(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)
(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.
(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS
(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2017 AND (ii) 2014-15, 2015-16, 2016-17 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2017]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.20 FOR DETAILS AND RELAXATION.
(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS (PL. SEE CONDITION NO. 6.22).
SIGNATURE & STAMP OF TENDERER
2
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/G-134/RI-F-336/2017-18
Name of Item : # 134.01 ETO Sterilizer 4 Cu. ft
Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
FULLY AUTOMATIC ETHYLENE OXIDE (ETO) STERILIZER
1. Bidder
a) The bidder should be the manufacturer of the equipment. (Non Critical)
b) The bidder has to undertake the Supply, Installation, Testing, commissioning and validation of test procedure of the ETO sterilizers. (Non Critical)
c) The bidder has to supply the maintenance, repairs, service, and the regular supply of the accessories. (Non Critical)
d)
The bidder has to provide the design of all associated civil, mechanical, electrical, and interior furnishing jobs in the area allocated for ETO sterilizers (ETO sterilizer rooms). It will enable the hospital authorities to carry out the installation work at or near CSSD location. (Non Critical)
e) Bidders are strongly advised to visit the site. (Non Critical)
f) Safety precautions for the operating personnel are to be mentioned. (Non Critical)
2. Certifications:
a) The manufacturer should be an ISO 9001 / ISO 13485. (Non Critical)
b) ISO/CE/FDA certified from notified authority-agency. A certificate to that effect is to be attached. (Non Critical)
3. Design and Dimensions:
a)
The ETO gas sterilizer should be fully automatic type for sterilization of heat sensitive goods. Manual intervention should not be required during all three phases of sterilization i.e. once the instruments are placed inside the sterilizer, there should not be any need of manual intervention. (Critical)
b)
Machine should not get open during the process of one complete sterilization cycle i.e. machine should allow the opening of door only after one complete sterilization cycle is over (i.e. after all three phases of sterilization are completed). (Critical)
c) Microprocessor controlled OR PLC programmable logic controller operation (Critical)
d) The construction of chamber and door should be of rust proof SS 316 grade or rust proof Anodized Aluminium. (Critical)
e) Internal Chamber capacity – minimum 4 L X 1B X 1H =4 cubic feet. (Critical)
f) The chamber shall be insulated against heat emission. (Non Critical)
g) No. of doors: One. (Non Critical)
h)
Suitable safety interlocking arrangement shall be provided for the door so that the sterilization process does not start unless the door is properly locked in position and during the programme run it should not open. (Non Critical)
4. ETO Gas Cartridges
a) 100 percentage Ethylene oxide sterilant (Non Critical)
b) ETO gas cartridges should be manufactured by the manufacturer of the ETO sterilizer. (Non Critical)
c) ETO cartridge should be shown during demonstration. (Non Critical)
3
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/G-134/RI-F-336/2017-18
Name of Item : # 134.01 ETO Sterilizer 4 Cu. ft
Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
d)
Single dose Gas Cartridge for 4 cubic feet chamber – 80-100 grams of ETO quantity per cartridge or it should be quoted. Chamber size and quantity of ETO in ETO cartridge should match to achieve desired ETO concentration in sterilization phase. (Non Critical)
e) Chamber gas concentration to be quoted. (Non Critical)
f) Cartridges puncturing should be automatic and inside the machine with the load. It should not require manual puncturing of the cartridge. (Non Critical)
5. ETO Sterilization Process:
a) One complete sterilization cycle comprising of all three phases should be completed in 10-12 hrs. Time durations of each phase of sterilization cycle should be mentioned. (Non Critical)
b) At least two complete sterilization cycles should be completed in 24 hrs time. (Non Critical)
c) Relative Humidity, temperature and time should be displayed at all times. (Non Critical)
d) Chamber should maintain negative pressure throughout sterilization cycle. (Non Critical)
6. Vacuum Generation and Aeration
a) The sterilizer shall be provided with suitable in built noiseless vacuum device to evacuate the gas and aerate the load. (Critical)
b)
Sterilizer should have automatic inbuilt aeration cycle/program to extract residual gas out of the sterilized objects after each sterilization
cycle. ( Critical)
c) Aeration should be in the same chamber as the sterilization process. Aeration mechanism should be integrated in the ETO sterilizer only. (Critical)
7. Power Failure
a) In the event of power failure, ETO machine should resume cycle from the point where it was disrupted after considering temperature and pressure parameter (Critical)
8. Documentation of the Process
a) Visual screen to check the cycle status at glance i.e.: Temperature, time and relative humidity should be provided in the machine. (Non Critical)
b) Messages and alarms –list should be provided. (Non Critical)
c) Built in printer for continuously recording all the vital sterilization parameters like - chamber Relative Humidity, Temperature and time, phase values should be provided in the machine. (Critical)
9. Installation, Demonstration and Service
a) List of installations must accompany the demonstration.
b) Demonstration with operating manual is must.
c) Service center location must be mentioned.
d) Service personnel to respond to calls within 24 hours.
10. The Standard Supply should include-
a) ETO Sterilizer with noiseless vacuum device 01 no (Non Critical)
b) ETO Cartridges 60 no (Non Critical)
c) Sterilization Basket of Suitable Sizes 2 No. (Non Critical)
[1] Consumables:
4
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/G-134/RI-F-336/2017-18
Name of Item : # 134.01 ETO Sterilizer 4 Cu. ft
Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
[i] Medical grade packing rolls bearing chemical indicators (Non Critical)
5 cms width X 200 m 1 no
7.5 cms width X 200 m 1 no
10 cms width X 200 m 1 no
15 cms width X 200 m 1 no
20 cms width X 200 m 1 no
25 cms width X 200 m 1 no
[ii] Class 5 chemical indicators 60 no (Non Critical)
[iii] Biological Indicators 30 no (Non Critical)
[d] Heat Sealing Machine 1 no (Non Critical)
It shall be automatic, electric heating type for sealing plastic packets/pouches containing surgical items like sterile needles, gauge, cotton etc. to maintain sterility of the goods for surgery. The machine shall operate on thermostatic feedback system which should be able to switch off automatically as soon as it attains the required/ set temperature. (Critical)
11. Total Cost should be calculated as under:
a) Cost of the ETO Sterilizer with noiseless vacuum device
b) Cost of heat sealing machine
c) Cost of sterilization basket of suitable size: 2 No.
d) Cost of consumables
ETO Cartridges 4800
Medical grade packing rolls bearing chemical indicators
5 cms width X 200 m 96 no
7.5 cms width X 200 m 96 no
10 cms width X 200 m 96 no
15 cms width X 200 m 96 no
20 cms width X 200 m 96 no
25 cms width X 200 m 48 no
Biological indicators 2400 nos
These consumables will be ordered as and when needed by the hospital; in the lot of 5 rolls (any size) and at least one box of ETO cartridges/Biological indicators.
12. Installation
i) The firm will arrange for the full installation within the TOTAL COST quoted.
ii) All infrastructure work including plumbing and electrical work have to be done by the supplier. The hospital will only provide space.
iii) Installation shall be done at free of cost.
iv) The firm should provide all piping connections for exhaust of gas.
v) Comprehensive training for staff of user department till familiarity is achieved shall be provided.
Operation manual with user demonstration video CD.
NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.
5
PART-I TECHNICAL BID
T.E. NO.: GMSCL/EQUIPMENT PURCHASE/G-134/RI-F-336/2017-18
Name of Item : # 134.01 ETO Sterilizer 4 Cu. ft
Manufacture________________ Brand______________ Model__________________
[A] Required Specifications Specifications
available in offered Model
NOTE:- (1). CMC rate shall be filled in commercial bid only. (2). The cost of machines along with Cost of all items
mentioned in point No.11 (which are to be supplied as and when demanded, up to 8 years) must be given in commercial bid, which will be considered for bid evaluation; however, GMSCL does not guarantee the use of consumables manufactured by the company if the same can be obtained from some other source at a cheaper rate.
[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:
1
2
3
[C] Details of availability of after sales services in Gujarat
1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________
2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)
3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________
________________________________ Phone No. (0) (R)
NOTE:
1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.
2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.
3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.
4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.
SIGNATURE & STAMP OF TENDERER