25
1 Notice Inviting e-Tender West Bengal Medical Services Corporation Limited Swasthya Bhawan Complex GN-29, Salt Lake, Sector-V Kolkata-700091 Phone No (033) 23576504 / 23576505 E mail: [email protected] SUPPLY OF HIGH END DIAGNOSTIC EQUIPMENTS [DIGITAL RADIOGRAPHY (DR)] IN THE HOSPITALS AND MEDICAL COLLEGES OF THE GOVERNMENT OF WEST BENGAL. (Submission of Bid through online) Bid Reference No.: WBMSCL/NIT-15/2013 Dated- 14.05.2013 2 nd call of schedule III of tender no. WBMSC/NIT-05/2012-13, dated 20.12.2012 The following amendments have been made in the tender document, Amendment - I Replace the following (marked in Red) (In Page: 47) Form 8: Statement of Breakup of Duties and Taxes Sl. No. Particulars Percentage Price (In INR) 1 Basic Price of Equipment / Work / Services 2 Customs Duties 3 Excise Duties 4 Freight Charges 5 Insurance 6 CST 7 VAT 8 Service Tax in case of CMC

SUPPLY OF HIGH END DIAGNOSTIC EQUIPMENTS · PDF fileGuidelines for uploading documents in My Space: ... AERB Certificate ... 2010-11 & 2011-12 15

Embed Size (px)

Citation preview

1

Notice Inviting e-Tender

West Bengal Medical Services Corporation Limited Swasthya Bhawan Complex GN-29, Salt Lake, Sector-V

Kolkata-700091 Phone No (033) 23576504 / 23576505 E mail: [email protected]

SUPPLY OF HIGH END DIAGNOSTIC EQUIPMENTS [DIGITAL RADIOGRAPHY (DR)] IN THE

HOSPITALS AND MEDICAL COLLEGES OF THE GOVERNMENT OF WEST BENGAL.

(Submission of Bid through online)

Bid Reference No.: WBMSCL/NIT-15/2013 Dated- 14.05.2013

2nd call of schedule III of tender no. WBMSC/NIT-05/2012-13, dated 20.12.2012

The following amendments have been made in the tender document,

Amendment - I

Replace the following (marked in Red) (In Page: 47)

Form 8: Statement of Breakup of Duties and Taxes

Sl.

No.

Particulars Percentage Price (In INR)

1 Basic Price of

Equipment / Work /

Services

2 Customs Duties

3 Excise Duties

4 Freight Charges

5 Insurance

6 CST

7 VAT

8 Service Tax in case of

CMC

2

9 Others, if any

Gross Price / CMC

Charges

Note: Please submit 2 (two) separate statements for gross price of equipment and

CMC charges.

As Under

Form 8: Statement of Breakup of Duties and Taxes

Sl.

No.

Particulars Percentage Price (In INR)

1 Basic Price of

Equipment / Work

2 Customs Duties

3 Excise Duties

4 Freight Charges

5 Insurance

6 CST

7 VAT

8 Others, if any

Gross Price

Note: Please submit 2 (two) separate statements for

i) Gross price of equipment and

ii) Cost of site preparation including interiors.

3

Amendment - II

Replace the following (marked in Red) (In Page: 30)

SCC - 5

GCC - 32

Add GCC clause 32

The successful bidder shall be required to undertake supplies of quantity

as per schedule of requirement spread over a period of 18 months from the

date of contract at the accepted bid price.

As Under

SCC - 5

GCC - 32

Add GCC clause 32

The successful bidder shall be required to undertake supplies of quantity

as per schedule of requirement spread over a period of 1 year from the

date of contract at the accepted bid price.

4

Amendment - III

Replace the following (marked in Red) (In Page: 13-14)

E. Submission and Opening of Bids

The following are to be submitted:

i) Non statutory documents to be submitted under My Space

(Each sub-category item should be in multiple page single PDF file)

Guidelines for uploading documents in My Space:

Sl. No. Category Name Sub - Category Name Document Name

1 CERTIFICATES CERTIFICATES

a) PAN Card

b) Service Tax registration

c) VAT Registration

d) CST registration

e) Import Licence

2 COMPANY DETAILS

COMPANY

DETAILS 1 a) TRADE Licence/Enlistment

b) Registration with the Registrar Of Companies

COMPANY

DETAILS 2

a) Valid Drug Manufacturing Licence (National/International)

b) (In case, manufacturing licence is not required / applicable

for production of the quoted item, notarized declaration from

the manufacturer is to be submitted)

c) Current registration as SSI (if any)

3 CREDENTIAL

CREDENTIAL 1

Performance Statement Form (For the period of last three financial

years) - Form 6 of Section V

To attach: Documentary evidence (Client’s certificate) in support of

satisfactory completion of above orders.

CREDENTIAL 2 ISO certificate of the manufacturing factory

4

DECLARATION

DECLARATION1 a) Income Tax returns for last three financial years

b) Service Tax returns for last three financial years

DECLARATION2 a) VAT Returns for last three financial years

b) VAT Clearance Certificate

DECLARATION3 a) CST Returns for last three financial years

b) CST Clearance Certificate

DECLARATION 4

Legal declaration affirmed before a First Class Magistrate / Notary on

non judicial stamp paper of Rs. 100/- for,

a) Acceptance of Terms and Conditions of NIT and its

Amendments and Addendums thereto. (As per Form 9 of

Section V).

Note: Technical evaluation of the bid will be taken up only after scrutiny

of Form 9 (NIT Acceptance Form) duly notarized.

5

DECLARATION 5

Legal declaration affirmed before a First Class Magistrate / Notary on

non judicial stamp paper of Rs. 100/- for,

a) Non conviction (Should include that “[Name of the

company] have never been convicted in any State and Govt.

of India”)

b) No Adverse Action Confirmation (as per Form no. 7 of

Section V)

c) Number of the offered equipment commissioned globally in

last 3 calendar years (i.e. from 01.01.2010 to 31.12.2012)

5 EQUIPMENT

MACHINERIES 1

Manufacturer‟s Authorization (If applicable) as per Form 5 of Section V

MACHINERIES 2 List of installations & commissioning of offered model. (self declaration)

MACHINERIES 3

Satisfactory Performance Certificate from the institutions [at least

3(three) reputed Hospital (Private & Government)] where the particular

offered equipment is commissioned.

MACHINERIES 4 Statement of production capacity of the manufacturing unit per year of

the quoted & similar model. (Self Declaration)

6

FINANCIAL INFO

P/L & BALANCE SHEET

2009-2010 P/L & Balance sheet 2009-2010

P/L & BALANCE SHEET

2010-2011 P/L & Balance sheet 2010-2011

P/L & BALANCE SHEET

2011-2012 P/L & Balance sheet 2011-2012

As Under

E. Submission and Opening of Bids

The following are to be submitted:

i) Non statutory documents to be submitted under My Space

(Each sub-category item should be in multiple page single PDF file)

Guidelines for uploading documents in My Space:

Sl. No. Category Name Sub - Category Name Document Name

1 CERTIFICATES CERTIFICATES

a) PAN Card

b) Service Tax registration Certificate

c) VAT Registration Certificate

d) CST registration Certificate

e) Import Licence

f) AERB Certificate

2 COMPANY DETAILS

COMPANY

DETAILS 1 a) TRADE Licence/Enlistment

b) Registration with the Registrar Of Companies

6

COMPANY

DETAILS 2

a) Valid Manufacturing Licence (National/International)

b) (In case, manufacturing licence is not required / applicable for production of the quoted item, notarized declaration from

the manufacturer is to be submitted)

c) Current registration as SSI (if any)

3 CREDENTIAL

CREDENTIAL 1

Performance Statement Form (For the period of last three financial

years) - Form 6 of Section V

To attach: Documentary evidence (Client’s certificate) in support of

satisfactory completion of above orders.

CREDENTIAL 2 ISO certificate of the manufacturing factory

4

DECLARATION

DECLARATION1 a) Income Tax returns for 2009-10, 2010-11 & 2011-12

b) Service Tax returns for 2011-2012

DECLARATION2 a) VAT Returns for 2011-2012

b) VAT Clearance Certificate

DECLARATION3 a) CST Returns for 2011-2012

b) CST Clearance Certificate

DECLARATION 4

Legal declaration affirmed before a First Class Magistrate / Notary on

non judicial stamp paper of Rs. 100/- for,

a) Acceptance of Terms and Conditions of NIT and its

Amendments and Addendums thereto. (As per Form 9 of

Section V).

Note: Technical evaluation of the bid will be taken up only after scrutiny

of Form 9 (NIT Acceptance Form) duly notarized.

DECLARATION 5 Legal declaration affirmed before a First Class

Magistrate / Notary on non judicial stamp paper of

Rs. 100/- as per Form – 7.

5 EQUIPMENT

MACHINERIES 1

Manufacturer‟s Authorization (If applicable) as per Form 5 of Section V

MACHINERIES 2 List of installations & commissioning of offered model. (self declaration)

MACHINERIES 3

Satisfactory Performance Certificate from at least 3 (three) users of the

quoted model in support of the satisfactory operation. At least 1 (one)

client / user should be in India.

MACHINERIES 4 Statement of production capacity of the manufacturing unit per year of

the quoted & similar model. (Self Declaration)

6

FINANCIAL INFO

P/L & BALANCE SHEET

2009-2010 P/L & Balance sheet 2009-2010

P/L & BALANCE SHEET

2010-2011 P/L & Balance sheet 2010-2011

P/L & BALANCE SHEET

2011-2012 P/L & Balance sheet 2011-2012

7

Amendment - IV

Replace the following (marked in Red) (In Page: 39-40)

Form 1: Check-List [Please fill in and include with your Bid]

Note 1: It is essential that all documents in hard copy are to be placed before the Committee and arranged in

the same sequence as given in the Check List. All the documents should be appropriately flagged.

Note 2: If any document is written in any language other than English, an English translation of the document

duly authenticated is to be submitted.

Note 3: All licenses should be valid as on the last date of submission of bid.

Note 4: All the documents mentioned below are essential for qualifying in the technical evaluation.

Note 5: After opening of the technical bids, if it is found that any of the documents required to be submitted

with the bids is wanting, WBMSCL shall reserve the right to allow late submission of such document at its

discretion within a specified time limit.

Non statutory documents to be submitted under My Space

Sl.

No. Activity Yes/No/NA

Page

No in

the

Bid

Remark

1 PAN Card

2 Service Tax Registration

3 VAT Registration

4 CST Registration

5 Import Licence

6 TRADE Licence/Enlistment

7 Registration with the Registrar Of Companies

8

Valid Manufacturing Licence (National / International)

(In case, manufacturing licence is not required / applicable for production of the quoted item, notarized declaration from the manufacturer is to be submitted)

9 Current registration as SSI (if any)

11

Performance Statement Form (For the period of last five

years) - Form No. 6 of Section V To attach: Documentary evidence (Client‟s certificate) in support of satisfactory completion of above orders.

12 ISO certificate of the manufacturing factory

13 Income Tax returns for 2009-10, 2010-11 & 2011-12

14 Service Tax returns for 2009-10, 2010-11 & 2011-12

15 VAT Returns / VAT Clearance Certificate for 2009-10,

2010-11 & 2011-12

16 CST Returns / CST Clearance Certificate for 2009-10,

2010-11 & 2011-12

8

17

Legal declaration affirmed before a First Class Magistrate /

Notary on non judicial stamp paper of Rs. 100/- for,

a) Acceptance of Terms and Conditions of NIT and its

Amendments and Addendums thereto. (As per

Form 9 of Section V). Note: Technical evaluation of the bid will be taken up only after scrutiny of Form

9 (NIT Acceptance Form) duly notarized.

18

Legal declaration affirmed before a First Class Magistrate /

Notary on non judicial stamp paper of Rs. 100/- for,

a) Non conviction (Should include that “[Name of the

company] have never been convicted in any State

and Govt. of India”)

b) No Adverse Action Confirmation (as per Form no.

7 of Section V)

c) Number of the offered equipment commissioned

globally in last 3 calendar years (i.e. from

01.01.2010 to 31.12.2012)

19 Manufacturer‟s Authorization (If applicable) as per

Form no. 5 of Section V

20 List of all facilities where the quoted equipment has been

commissioned (Self Declaration)

21

Satisfactory Performance Certificate from the institutions

[at least 3(three) reputed Hospital (Private & Government)]

where the particular offered equipment is commissioned.

22 Statement of production capacity of the manufacturing unit

per year of the quoted & similar model. (Self Declaration)

23 P/L & Balance sheet 2009-2010

24 P/L & Balance sheet 2010-2011

25 P/L & Balance sheet 2011-2012

BID - A

Sl.

No. Activity

Yes/No

/NA

Page

No in

the Bid

Remark

26 Tender Fees

27

Earnest Money Deposit (EMD)/ Bid Security in the form of

Demand Draft (DD) or Bank Guarantee (BG). (*Tenderers

to follow the format given in Form No. 4 of Section V, if

EMD is submitted in the form of Bank Guarantee)

BID - B

Sl.

No. Activity Yes/No/NA

Page

No in

the Bid

Remark

28 Model of the equipment offered for (Self Declaration)

29 Comparative Data Table of the Technical Specifications

(Form No. 3 of Section V)

30 2 sets of Brochure of the offered product / model.

31 CE ("Conformité Européene") Certificate of the offered

model, as applicable

32 US FDA approval Certificate of the offered model, as

applicable

33 Self declaration by the Tenderer for agreeing that

WBMSCL will do quality check by Third Party Agency, if

9

required

34

Confirmation from manufacturer of the offered equipment that

all the facilities exist in his factory for inspection and testing

and these will be made available to WBMSCL or his

representative, if inspection is considered necessary.

As under

Form 1: Check-List [Please fill in and include with your Bid]

Note 1: It is essential that all documents in hard copy are to be placed before the Committee and arranged in

the same sequence as given in the Check List. All the documents should be appropriately flagged.

Note 2: If any document is written in any language other than English, an English translation of the document

duly authenticated is to be submitted.

Note 3: All licenses should be valid as on the last date of submission of bid.

Note 4: All the documents mentioned below are essential for qualifying in the technical evaluation.

Note 5: After opening of the technical bids, if it is found that any of the documents required to be submitted

with the bids is wanting, WBMSCL shall reserve the right to allow late submission of such document at its

discretion within a specified time limit.

Non statutory documents to be submitted under My Space

Sl.

No. Activity Yes/No/NA

Page

No in

the

Bid

Remark

1 PAN Card

2 Service Tax Registration Certificate

3 VAT Registration Certificate

4 CST Registration Certificate

5 Import Licence

6 AERB Certificate

7 TRADE Licence/Enlistment

8 Registration with the Registrar Of Companies

9

Valid Manufacturing Licence (National / International)

(In case, manufacturing licence is not required /

applicable for production of the quoted item, notarized

10

declaration from the manufacturer is to be submitted)

11 Current registration as SSI (if any)

12 Performance Statement Form (For the period of last five

years) - Form No. 6 of Section V

13 ISO certificate of the manufacturing factory

14 Income Tax returns for 2009-10, 2010-11 & 2011-12

15 Service Tax returns for 2011-12

16 VAT Returns / VAT Clearance Certificate for 2011-12

17 CST Returns / CST Clearance Certificate for 2011-12

18

Legal declaration affirmed before a First Class Magistrate /

Notary on non judicial stamp paper of Rs. 100/- for,

Acceptance of Terms and Conditions of NIT and its

Amendments and Addendums thereto. (As per Form 9 of

Section V).

Note: Technical evaluation of the bid will be taken up only after scrutiny of Form

9 (NIT Acceptance Form) duly notarized.

19

Legal declaration affirmed before a First Class Magistrate /

Notary on non judicial stamp paper of Rs. 100/- as per Form

– 7.

20 Manufacturer‟s Authorization (If applicable) as per

Form no. 5 of Section V

21 List of all facilities where the quoted equipment has been

commissioned (Self Declaration)

22

Satisfactory Performance Certificate from at least 3

(three) users of the quoted model in support of the

satisfactory operation. At least 1 (one) client / user

should be in India.

23 Statement of production capacity of the manufacturing unit

per year of the quoted & similar model. (Self Declaration)

24 P/L & Balance sheet 2009-2010

25 P/L & Balance sheet 2010-2011

26 P/L & Balance sheet 2011-2012

BID - A

Sl.

No. Activity

Yes/No

/NA

Page

No in

the

Bid

Remark

11

27 Tender Fees

28

Earnest Money Deposit (EMD)/ Bid Security in the form of

Demand Draft (DD) or Bank Guarantee (BG). (*Tenderers

to follow the format given in Form No. 4 of Section V, if

EMD is submitted in the form of Bank Guarantee)

BID - B

Sl.

No. Activity Yes/No/NA

Page

No in

the Bid

Remark

29 Model of the equipment offered for (Self Declaration)

30 Comparative Data Table of the Technical Specifications

(Form No. 3 of Section V)

31 2 sets of Brochure of the offered product / model.

32

CE ("Conformité Européene") Certificate of the offered

model, as applicable

CE ("Conformité Européene") Certificate should be from EU Notified

Bodies authorized to conduct audits.

33 US FDA approval Certificate of the offered model, as

applicable

34

Self declaration by the Tenderer for agreeing that

WBMSCL will do quality check by Third Party Agency, if

required

35

Confirmation from manufacturer of the offered equipment that

all the facilities exist in his factory for inspection and testing

and these will be made available to WBMSCL or his

representative, if inspection is considered necessary.

Amendment - V

Replace the following (marked in Red) (In Page: 6)

8. Service Up time in Warranty & CMC

Digital radiography (DR)

Working condition for a minimum period of 350 days out of a period of 365 days.

(i.e. 96% uptime)

12

The response time to any fault should be not more than 6 hrs. Time for rectification

should not be more than 24 hours

Maximum Downtime allowed without penalty :48 hours

Penalty beyond 12 hour of non physical attendance: Rs. 1500 per 24 hours.

Penalty for Downtime after 48hrs is Rs. 3000/- per 24 hours cycle

(Penalty will be paid to Private Sector Partner)

Penalty calculation will be per machine

As Under 8. Service Up time in Warranty & CMC

Digital radiography (DR)

Working condition for a minimum period of 350 days out of a period of 365 days.

(i.e. 96% uptime)

The response time to any fault should be not more than 6 hrs. Time for rectification

should not be more than 24 hours

Maximum Downtime allowed without penalty :48 hours

Penalty beyond 12 hours of non physical attendance: Rs. 3500 per 24 hours.

Penalty for Downtime after 48hrs is Rs. 7000/- per 24 hours cycle

(Penalty will be paid to Private Sector Partner)

Penalty calculation will be per machine

13

Amendment - VI

Replace the following (marked in Red) (Page: 14)

(c) Comprehensive Maintenance Contract (CMC) charges: include CMC charges of (i) the equipment

(including all accessories and ancillaries as given in the specification of the particular equipment), (ii)

all the accessories and ancillaries required for the site preparation and interiors (if included for this

item), (iii) Taxes etc. if any for this item. The rates to be quoted year wise. The annual CMC charges

shall be paid quarterly in four equal instalments.

As Under (c) Comprehensive Maintenance Contract (CMC) charges: include CMC charges of (i) the equipment

(including all accessories and ancillaries as given in the specification of the particular equipment) (ii)

all the accessories and ancillaries required for the site preparation and interiors (if included for this

item) excluding taxes and duties. The rates to be quoted year wise. The annual CMC charges shall be

paid quarterly in four equal installments.

14

Amendment - VII

Replace the following (marked in Red) (Page: 5)

5 (a) Date of Supplies & Commissioning

Work description Digital radiography (DR)

Completion of Commissioning of each award of work

(including interiors) from the date of issuance of award 30 Days

As Under

Work description Digital radiography (DR)

Completion of Commissioning of each award of work

(including interiors) from the date of issuance of award 75 Days

15

Amendment - VIII

Replace the following (marked in Red) (Page: 7)

10. Experience and Technical Capacity

Digital radiography (DR)

The manufacturer whose product is offered by the Tenderer must have commissioned at least 5 (five)

Digital Radiography machines (80 KW power output) which are functioning satisfactorily as on the

date (s) of physical inspection.

The offered equipment must be from manufacturing unit having the ISO quality certification. The

certificate must be valid and established by an internationally recognised inspection company.

Tenderers shall invariably furnish documentary evidence of at least 3 (three) users (Client's certificate)

in support of the satisfactory operation of the Goods supplied by the Tenderer.

Confirmation from manufacturer of the offered equipment that all the facilities exist in his factory for

inspection and testing and these will be made available to WBMSCL or his representative, if

inspection is considered necessary.

As under

10. Experience and Technical Capacity

Digital radiography (DR)

The manufacturer whose product is offered by the Tenderer must have commissioned at least 3

(three) Digital Radiography machines (80 KW power output) which are functioning satisfactorily as

on the date (s) of physical inspection.

The offered equipment must be from manufacturing unit having the ISO quality certification. The

certificate must be valid and established by an internationally recognised inspection company.

Tenderers shall invariably furnish documentary evidence / Client's certificate of at least 3 (three) users

of the quoted model in support of the satisfactory operation. At least 1 (one) client / user should be in

India.

Confirmation from manufacturer of the offered equipment that all the facilities exist in his factory for

inspection and testing and these will be made available to WBMSCL or his representative, if

inspection is considered necessary.

16

Amendment - IX

Replace the following (marked in Red) (In Page: 46)

Form 7: No Adverse Report Confirmation Form

This is to certify that there is no adverse report against the equipment offered by......................................

(Insert Tenderer‟s name)

Authorised Signatory of Tenderer_____________

Name__________________________________

Designation with stamp____________________

Date___________________________________

As under

Form 7: No adverse report, non conviction and successful commissioning of equipment

This is to certify that

a) There is no adverse report against the equipment offered by......................................

(Insert Tenderer‟s name)

b) [Name of the company] have never been convicted in any State and Govt. of India

c) [Name of the company] have successfully commissioned .................. number of the

offered equipment globally in last 3 calendar years (i.e. from 01.01.2010 to

31.12.2012)

Authorised Signatory of Tenderer_____________

Name___________________________________

Designation with stamp_____________________

Date____________________________________

17

Amendment - X

Replace the following (marked in Red) (In Page: 5)

5 (b) Payment Terms

Digital radiography (DR)

I. General Terms

(i) The payment to Manufacturer/ Indian Distributor will be made under Delivered Duty

Paid contract. The currency in which the price is quoted in the bid will be converted to INR as per the

conversion rate of RBI on the day previous to the date of opening of the financial bid for the purpose

of evaluation and payment.

(ii) The Tenderers may quote in INR, US Dollar, Euro & Yen only.

II. Payment terms for Manufacturer/Indian Distributor

80% of the value of goods, accessories & ancillaries, Delivered Duty Paid (DDP) value [which

includes Export-Customs declaration, Carriage to port of export, Unloading of truck in port of export,

loading Charges in port of export, Carriage (Sea Freight/ Air Freight) to port of import, Unloading

charges in port of import, Loading on truck in port of import, Carriage to place of destination, Import

custom clearance, import taxes & insurance], VAT & Entry Tax shall be paid in INR by e-payment to

sellers Bank in India on commissioning of the goods subject to acceptance of the goods by WBMSCL

or its authorized representatives through inspection.

Remaining 20% of the value of goods, accessories & ancillaries, Delivered Duty Paid (DDP)

value [which includes Export-Customs declaration, Carriage to port of export, Unloading of truck in

port of export, loading Charges in port of export, Carriage (Sea Freight/ Air Freight) to port of import,

unloading charges in port of import, Loading on truck in port of import, Carriage to place of

destination, Import custom clearance, import taxes & insurance),VAT & Entry Tax shall be paid on

submission of claim supported by the acceptance certificate issued by the consignee/purchaser’s

representative in Form 2 of Section V of the NIT, inter alia mentioning therein that the date of

completion of 90 days satisfactory and faultless functioning of the equipment and subject to other

provisions of the agreement. The cost of site preparation including interiors etc. will be paid

together with the balance 20% payment.

However, WBMSCL will furnish to the seller Bank Guarantee to be issued by United Bank of India,

Sector-V, and Salt Lake Branch for payment of the price of the goods on its delivery to the WBMSCL

at the place of installation.

18

As under

Digital radiography (DR)

I. General Terms

(i) The payment to Manufacturer/ Indian Distributor will be made under Delivered Duty

Paid contract. The currency in which the price is quoted in the bid will be converted to INR as per the

conversion rate of RBI on the day previous to the date of opening of the financial bid for the purpose

of evaluation and payment.

(ii) The Tenderers may quote in INR, US Dollar, Euro & Yen only.

II. Payment terms for Manufacturer/Indian Distributor

80% of the value of goods, accessories & ancillaries, Delivered Duty Paid (DDP) value [which

includes Export-Customs declaration, Carriage to port of export, Unloading of truck in port of export,

loading Charges in port of export, Carriage (Sea Freight/ Air Freight) to port of import, Unloading

charges in port of import, Loading on truck in port of import, Carriage to place of destination, Import

custom clearance, import taxes & insurance], VAT & Entry Tax shall be paid in INR by e-payment to

sellers Bank in India on commissioning of the goods subject to acceptance of the goods by WBMSCL

or its authorized representatives through inspection.

Remaining 20% of the value of goods, accessories & ancillaries, Delivered Duty Paid (DDP)

value [which includes Export-Customs declaration, Carriage to port of export, Unloading of truck in

port of export, loading Charges in port of export, Carriage (Sea Freight/ Air Freight) to port of import,

unloading charges in port of import, Loading on truck in port of import, Carriage to place of

destination, Import custom clearance, import taxes & insurance),VAT & Entry Tax shall be paid on

submission of claim supported by the acceptance certificate issued by the consignee/purchaser’s

representative in Form 2 of Section V of the NIT, inter alia mentioning therein that the date of

completion of 90 days satisfactory and faultless functioning of the equipment and subject to other

provisions of the agreement. The cost of site preparation including interiors etc. will be paid

together with the balance 20% payment.

However, WBMSCL will furnish to the seller Bank Guarantee to be issued by United Bank of India,

Sector-V, and Salt Lake Branch for payment of the price of the goods on its delivery to the WBMSCL

at the place of installation. The Bank Guarantee shall be provided on the date of signing of the

Contract and shall be valid for a period of 75 days.

19

Addendum I

The following addendum has been made in the tender document,

FORMAT OF BANK GUARANTEE TO BE PROVIDED TO THE SELLER BY THE BUYER

(To be executed by any bank, as per attached list, on a Rs 200 non-judicial stamp paper under

bank’s covering letter mentioning address of the bank)

In consideration of M/s XYZ Limited, {hereinafter referred to as XYZ, which expression unless

repugnant to the context and meaning thereof shall include its successors and assigns} having agreed

to exempt M/s WBMSCL {hereinafter referred to as „buyer‟ which expression unless repugnant to

the context and meaning thereof shall include its successors and assigns} from paying with XYZ a

sum of Rs._____________________ towards security in lieu of the said buyer having agreed to

furnish a bank guarantee for the said sum of Rs.__________________ as required under the term and

conditions of contract / work order / purchase order no. __________________ dated

_______________ [„hereinafter referred as the order‟] placed by XYZ on the said buyer. We

_____UBI_______ the bank [ hereinafter referred to as „the bank ‟which expression shall include its

successor and assigns] do herby undertake to pay XYZ an amount not exceeding Rs. ____________

on the demand made by XYZ on us due to a breach committed by the said supplier / contractor to the

terms and conditions to the order.

1. We _________ the bank hereby undertake to pay the amount under the guarantee without any

demur merely on a demand from XYZ stating that there is a breach by the supplier / contractor of

any of the terms and conditions contained in the order or by the reasons of the supplier‟s failure to

comply with the terms and conditions as stipulated in the order or amendment(s) thereto. The

demand made on the bank shall be conclusive as to the breach of the terms and conditions of the

order and as regard to the amount due and payable by the bank under this guarantee, notwithstanding

any dispute or disputes raised by the said supplier / contractor regarding the validity of such breach

and we agree to pay the amount so demanded by XYZ without any demur. However, our liability

under this guarantee shall be restricted to an amount not exceeding Rs.______________.

2. We, _____________ the bank further agree that the guarantee herein contained shall remain

in full force and effect during the period that would be taken for the performance of the said order

and that it shall continue to be enforceable till the dues of XYZ under or by virtue of the said order

have been fully paid and its claim satisfied or discharged or till XYZ certifies that the terms and

conditions of the order have been fully and properly carried our by the supplier / contractor and

accordingly discharge the guarantee.

20

3. We _______________ the bank, undertake to pay the XYZ any money so demanded

notwithstanding any dispute or disputes raised by the said supplier / contractor in any suit or

proceedings pending before any court or tribunal relating thereto as our liability under this present

being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge

of our liability for payment there under and the said supplier / contractor shall have no claim against

us for making such payment.

4. We _____________ the bank further agree that XYZ shall have full liability, without our

consent and without affecting in any manner our obligation hereunder to vary any of the terms and

conditions of the order or to extent time of performance by the said buyer from time to time or to

postpone for any time or from time to time of the powers exercisable by the XYZ against the said

buyer and to forbear or enforce any of the terms and conditions relating to the order and shall not be

relieved from our liability by reason of any such variation extension being granted to the said buyer

or for any forbearance, act or omission on the part of XYZ or any indulgence by XYZ to the buyer or

by any such matter or thing whatsoever which under the law relating to sureties would but for this

provisions have effect of so relieving us.

5. Our liability under this guarantee is restricted to Rs. ___________ and shall remain in force

up to _____________ unless demand or claim under this guarantee is made on us in writing on or

before the date of expiry viz. ____________. We shall be discharged from all liabilities under this

guarantee thereafter.

6. The guarantee will not discharge due to change in the constitution in the bank or the said

supplier / contractor.

7. The bank hereby agrees to address all the future correspondence in regards to this bank

guarantee to XYZ.

8. We,_UBI, the bank lastly undertake not to revoke this guarantee during its currency except

with the previous consent of the XYZ in writing.

Signed on the _________________ day of ______________________

For the Bank Signature

Witness:

Name(s) & Designation(s)

Name & Address

1

Notice Inviting e-Tender

West Bengal Medical Services Corporation Limited Swasthya Bhawan Complex GN-29, Salt Lake, Sector-V

Kolkata-700091 Phone No (033) 23576504 / 23576505 E mail: [email protected]

SUPPLY OF HIGH END DIAGNOSTIC EQUIPMENTS [DIGITAL RADIOGRAPHY (DR)] IN

THE HOSPITALS AND MEDICAL COLLEGES OF THE GOVERNMENT OF WEST

BENGAL.

(Submission of Bid through online)

Bid Reference No.: WBMSCL/NIT-15/2013 Dated- 14.05.2013

2nd call of schedule III of tender no. WBMSC/NIT-05/2012-13, dated 20.12.2012

Revised technical Specifications of Digital Radiography System

(Ceiling Suspended))

1. Generator a) The Generator should be of high frequency of capacity of 80 KW or above. b) KVP range should be 40 KV- 150 KV or more. c) The output at 100 KV should be 800mA or more. d) Should have display of KVP & mAs. e) Anatomical Radiography Programming should be possible. f) Indication for Exposure timing should be there with automatic exposure control facility.

2. X-Ray Tube and Collimator a) The X-Ray Tube should be of rotating anode with dual focus having the following sizes:

(i) Large focus: 1.2 mm or less (ii) Small focus: 0.6 mm or less b) The unit should have Anode Heat Storage capacity of 350 KHU or more. c) Distance measuring scale should be provided. d) Tube rotation on vertical axis should be +/- 90 degree at least. e) Tube Angulations around horizontal axis should be at least + 90 degree. f) Should have multi-leaf collimator having bright light source auto shut provision for the

light along with automatic image shuttering and cropping facility.

3. Digital Detector [Flat panel Caesium Iodide (CsI)] - 2 (Two) nos. of fixed/portable type (wired / wireless) with required battery.

a) One detector should be fixed with horizontal table and another detector will be fixed with vertical bucky stand.

b) The active image size of the detector should be at least 35 cm x 41 cm or more. c) The spatial resolution should be minimum of 2.5 lines pair/mm.

2

d) The pixel size should be 200 micrometers or less. e) The detector should be capable of fixing in vertical Bucky stand. f) Detective Quantum Efficiency (DQE) should be 65 % or above at 0 lp/mm.

4. Vertical Detector Stand a) The unit should be provided with vertical stand. b) The unit should have provision to do all upright X-Rays. c) The vertical Detector should travel from at least 1.5 feet to 5 feet above floor level. d) Bucky tilting should be -16 to + 90 degree or wider

5. Work Station a) The operating console should have LCD/TFT monitor. b) Storage disc capacity should be 500 GB or more. c) The system should have built in DICOM interface ready.

6. Table a) Fixed type table with fixed/portable type detector as per point no. 3 above b) Patient couch should be automatic and can be operated from the table side. Movement

should be vertical and horizontal.

7. Accessories a) Should provide with Dry Imager camera. The Camera should print at least standard film

sizes. b) Should provide with 2 no. of Lead Apron ( Light weight user friendly) c) One Separate additional work station to be provided d) UPS from reputed manufacturer of at least 30 minutes back up for the console only and

a Servo Stabilizer of appropriate KVA for the whole system. e) The equipment should be new and unused. The manufacturing date should not be more

than 180 days when it would reach the consignee address. f) Gonadal shield for boys and girls of all age group one set. g) Stand for LEAD apron and Gonadal shield.

7. Standard & Safety

Should be of US FDA / CE ("Conformité Européene"), AERB type approval / NOC may be allowed.

8. Warranty & CMC

a) Warranty and CMC includes (i) everything in specification of the equipment including Air conditioning, UPS, Servo Stabilizer and all other accessories (ii) all accessories and ancillaries in site preparation including interiors.

b) All the items should be under warranty for 1 year followed by 7 years CMC. The Prices of CMC shall be considered for the evaluation. The service & spares will be available for another 3 years after the completion of 1 year warranty & 7 years CMC.

c) Warranty and CMC will also include X-Ray tube which will have to be replaced by a new, fresh and functioning one in case of tube fault, if any, during period of contract.

9. Site preparation including interiors and Air-conditioning

3

a) Area to be Prepared including interiors: 400 sq. feet approx (Only covered space would be provided to the supplier)

b) Vendor to prepare complete interiors including wall finish, flooring, false roofing, high

quality room lighting, A/C ducting, Gas Pipelines etc.

1

Notice Inviting e-Tender

West Bengal Medical Services Corporation Limited Swasthya Bhawan Complex GN-29, Salt Lake, Sector-V

Kolkata-700091 Phone No (033) 23576504 / 23576505 E mail: [email protected]

SUPPLY OF HIGH END DIAGNOSTIC EQUIPMENTS [DIGITAL RADIOGRAPHY (DR)] IN THE

HOSPITALS AND MEDICAL COLLEGES OF THE GOVERNMENT OF WEST BENGAL.

(Submission of Bid through online)

Bid Reference No.: WBMSCL/NIT-15/2013 Dated- 14.05.2013

2nd call of schedule III of tender no. WBMSC/NIT-05/2012-13, dated 20.12.2012

READ

Bidder Name : #Name of currency:

Figures Words

1 Digital Radiography

(As per technical specification)

(Type: Equipment)1 No.

0.00 #Currency name to be given above 0.00

1.1 Cost of site preparation

(As per the norms of Competent

Authority)

(Type: Work)

1 No.

0.00 Rupees only 0.00

1.2 CMC charges for Year1 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

1.3 CMC charges for Year2 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

1.4 CMC charges for Year3 after

completion of warranty of 1 year

(Type: Services)1 No.

0.00 Rupees only 0.00

1.5 CMC charges for Year4 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

1.6 CMC charges for Year5 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

1.7 CMC charges for Year6 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

1.8 CMC charges for Year7 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

Tender Inviting Authority:West Bengal Medical Services Corporation Limited

Description Qty.

Name of Work:SUPPLY OF Digital Radiography

Contract No. WBMSCL/NIT-15/2013

Unit

PRICE SCHEDULE

(For comparison of financial bids)

Sl.

No.

RATE In Figures To be entered by the Bidder AMOUNT Estimated

Rate

2

AS

Bidder Name : #Name of currency:

Figures Words

1 Digital Radiography

(As per technical specification)

(Type: Equipment)1 No.

0.00 #Currency name to be given above 0.00

1.1 Cost of site preparation including

interiors

(As per the norms of Competent

Authority)

(Type: Work)

1 No.

0.00 Rupees only 0.00

1.2 CMC charges for Year1 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

1.3 CMC charges for Year2 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

1.4 CMC charges for Year3 after

completion of warranty of 1 year

(Type: Services)1 No.

0.00 Rupees only 0.00

1.5 CMC charges for Year4 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

1.6 CMC charges for Year5 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

1.7 CMC charges for Year6 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

1.8 CMC charges for Year7 after

completion of warranty of 1 year

(Type: Services) 1 No.

0.00 Rupees only 0.00

Unit

PRICE SCHEDULE

(For comparison of financial bids)

Sl.

No.

RATE In Figures To be entered by the Bidder AMOUNT Estimated

Rate

Tender Inviting Authority:West Bengal Medical Services Corporation Limited

Description Qty.

Name of Work:SUPPLY OF Digital Radiography

Contract No. WBMSCL/NIT-15/2013