Post on 10-Jun-2020
transcript
1
Tender No.3/2015-16 Date: 21-05-2015
TENDER DOCUMENT
Sealed tenders are invited by the Medical Superintendent, ESIC Hospital, Tirunelveli for supply
of the following items:-
The tender application can either be purchased from the office of the ESIC Hospital, Tirunelveli
by remitting Demand Draft drawn from any Nationalized Bank in favour of “ESIC Fund A/c No. I”,
payable at Tirunelveli for Rs. 525/- (Rupees Five Hundred and Twenty Five Only) towards application
fee of Rs. 500/- + VAT of Rs. 25/- or be downloaded from our websites www.esichospitaltvl.org /
www.esichennai.org / www.esic.nic.in . In case the tender form is downloaded from website, the
Demand Draft towards application fee should be attached along with Technical Bid. Demand Draft
towards EMD as shown above drawn from any Nationalized Bank in favour of “ESIC Fund A/c No. I”,
payable at Tirunelveli should also be enclosed in Technical Bid. The tender applications without
remitting / enclosing Demand Drafts towards application fee and EMD will be summarily rejected.
Tenderers are to submit two sealed bids Viz. Techno-commercial Bid and Price Bid separately
super-scribing as “Tender for Equipment (Name of equipment) due on……. on first envelope and
“Price Bid” for “Tender for Equipment (Name of equipment) due on………on the second envelope.
Technical Bid and Price Bid should be sealed by the bidders in separate covers duly super scribed and
these two covers are to be put in a bigger cover which should also be sealed and super scribed.
Tender application can either be sent by Registered post addressed to the Medical Superintendent,
ESIC Hospital, Salai Street, Vannarpettai, Tirunelveli – 627 003 or be deposited directly in the tender
box which is kept in the office of the Medical Superintendent. Both the envelopes should have name
of the company quoting the tender. Each and every page of the quotation should be serially
numbered and duly signed with seal of the bidder.
S.No. Name of the equipment Qty. Earnest Money (in Rs.)
Bid System
Date & time of opening of
Technical Bids
Remarks
1.
Operating Microscope 1 15000/-
Two Bid
System
(Technical &
Price Bid)
09-06-2015,
02:30 PM
Specification enclosed as
Annexure - E
Accessories:-
a) A-scan with Pachymeter 1 7500/-
b) Bipolar wet field cautery 1 375/-
2. Applanation Tonometer 1 1250/-
3. Laboratory Refrigerator 1 1750/-
(ISO 9001:2008 Certified)
2
Tenders complete in all respect, must be deposited in the office of the Medical
Superintendent, ESIC Hospital, Tirunelveli on or before the date of closing of tender box i.e.
09-06-2015 up to 2.00 P.M. The tenders will be opened on the same day in the chamber of Medical
superintendent at 2.30 P.M. in the presence of tenderers or their representatives who may like to be
present on that day. In case date of opening of tender is declared as holiday tenders shall be received
and opened on next working day as per the above mentioned schedule.
Tenders received late / not satisfying tender procedure and / or received without Earned
Deposit and Application Fee and / or received without signature on each and every page of the tender
document shall be treated as invalid and rejected summarily. The Earnest Money of unsuccessful
tenderers will be refunded, without accrual of any interest in due course of time, after finalization of
tender.
The Medical Superintendent reserves the right to reject any or all tenders at any time without
assigning any reason thereof.
The contents of TECHNO COMMERCIAL BID should include following items
1 Covering letter indicating the list of enclosures.
2 Application Fee and EMD in accordance with instructions as above.
3 Name and detailed specifications of the quoted Equipment with price Blanked
4 Name and detailed specifications of essential accessories if any with price Blanked
5 Name and detailed specifications of optional accessories if any with price Blanked
6 Warranty Offered 2 Years (Minimum for Two Years)
7 Rates of AMC and CAMC minimum for 5 years after expiry of warranty.
8 Statement of deviation parameter wise from specifications if any.
9 Copy of PAN No. /Latest I.T.R.
10 Statement of deviation parameter wise from tendered conditions, if any.
11 Authority letter from manufacturer/ authorized distributor/stockiest if applicable
(Annexure – A).
12 User List
13 Name and address of nearest authorized service center
14 Catalogue of the equipment showing the make/model no and specifications
15 Declaration/ undertaking on stamp paper as per the Proforma enclosed (Annexure – B).
3
The contents of PRICE BID should include following items:
1. The information given at Techno-commercial bid should be reproduced in Price Bid with prices
indicated.
2. Rates / price should be typed both in words as well as in figures, free from erasing, cutting and
over-writing. In case of any discrepancy, rate quoted in words will be accepted.
3. Price quoted should match with the items quoted in Technical Bid.
4. Each and every page of the quotation be serially numbered and duly signed with seal of the
bidder.
5. Only Techno-commercial Bid (Un-Priced Bid) will be opened first and shall be referred for the
Technical Evaluation. The price bid of only those tenderers whose Technical Bid is found
acceptable by the Competent Authority will be opened for further action.
6. In case the price quoted cannot be matched with the item/s quoted in Technical Bid, the bid
shall be liable to be rejected.
7. Price and S.T. / VAT must be quoted separately. The price should be all inclusive lump sum
including cost of the equipment, freight, insurance, transit insurance, packing forwarding etc.
and including charges for installation and commissioning with all the men and material
required for the same and for the quoted warranty period.
8. Price Schedule (s) in Annexure – C filled up with all the details including Qty., Make, Model,
Country of origin, etc. of the goods offered should be produced with Price Bids.
9. The Price to be considered for finalization of the successful bidder is the sum of the total cost
of the equipment (Col No. 6) and AMC / CMC for five years (Col No. 7 / Col No. 8) of the price
schedule.
10. The price should be on F.O.R. ESIC Hospital, Tirunelveli basis. No other charges in addition will
be payable on any account over and above the lump sum price quoted in the price bid except
S.T. / VAT. The rates quoted in ambiguous terms such as “Freight on actual basis” or “Taxes as
applicable extra” or “Packing forwarding extra” will render the bid liable to rejection.
11. The price should be quoted in I.N.R.
TERMS AND CONDITIONS GOVERNING CONTRACT
1. The Tenderer must enclose a Demand Draft for sum mentioned against each item as Earnest
Money drawn in favour of “ESIC Fund A/C No.I” payable at Tirunelveli.
2. EMD Deposited with earlier tender if any or in any other form as given, will not be
adjusted/accepted against this tender. Tender without EMD will not be accepted in any case.
3. Tenderer will have to demonstrate the quoted item if required to Technical Evaluation
Committee within the stipulated time frame as and when asked for or the tender shall be liable
to be cancelled on non-compliance of this clause.
4. EMD will be released after finalization of tender to unsuccessful bidder/s.
5. Successful bidder has to deposit 10% of the total cost of equipment as performance security
with the Medical Superintendent in the form of Demand Draft / Bank guarantee else 10% of the
4
payment due (Rounded-up) shall be with-held and will be released on satisfactory performance
of the equipment after expiry of warranty period.
6. Either the authorized Indian agent on behalf of the principal/Original Equipment Manufacturer
(OEM) or principal/ Original Equipment Manufacturer (OEM) itself can bid, but both cannot bid
simultaneously for the same item/product in the same tender.
7. If an agent submits bid on behalf of one principal/ Original Equipment Manufacturer (OEM), the
same agent shall not submit a bid on behalf of another principal/ Original Equipment
Manufacturer (OEM) in the same tender for same item/product.
8. In case the company fails to arrange the demonstration, the vendor shall be disqualified.
9. The date for demonstration shall be fixed with mutual consent on telephone/e-mail the same
shall be confirmed in writing and by fax/e-mail.
10. The demonstration of the equipment has to be arranged by the bidder.
11. Only the item/s of manufacturers or their authorized distributor/stockiest would be considered.
12. Tenderer must provide the telephone and fax/e-mail no with tender for all correspondence.
13. The equipment should be guaranteed /warranted for a minimum period of two years or as
mentioned in specifications from the date of satisfactory inspection, installation and
commissioning.
14. Delivery schedule: - Within six weeks after placement of supply order.
15. Firm should undertake to enter into Annual Maintenance Contract (AMC/CAMC) for
equipment as well as for accessories attached, for minimum period of five years after
completion of warranty period and accordingly quote the rates of AMC for five years. The
rates quoted should be both for Comprehensive AMC (CMC) as well Non Comprehensive AMC
(AMC) for five years. Firm should undertake to keep the equipment in running order
throughout the year and in case of equipment going out of order during warranty / AMC /
CMC the fault will be attended within 24 hours and rectified within 7 days of lodging the
complaint. Failure to rectify the fault would entail downtime penalty @ 0.25% of basic cost of
equipment per week.
16. Payment of equipment will be made within two weeks after the successful installation,
commissioning and training to user department and satisfactory inspection of the equipment.
17. For the equipment where reagents, cartridge, consumables, etc. are required. The price bid
must include: A) Rate list indicating the prices and packing prevalent on date of tendering, B) List
indicating cost and life of consumables.
18. Photocopy of latest ITR/ PAN No. should be enclosed with the completed tender.
19. Tenderer if not a manufacturer, has to submit manufacturer’s authorization certificate
(Annexure – A).
20. The validity of tender will be for a period of six months from the date of opening.
21. If any accessories like voltage stabilizer, water filtration/ purifier/ soften plant etc. are required
with the equipment must be quoted along with the equipment itself.
22. Rates of spares chargeable may be indicated with the tender.
5
23. The Medical Superintendent has the right to accept or reject any or all the tenders without
assigning any reason(s) thereof.
24. The Tenderer is required to submit undertakings as per the Proforma (Annexure – B) enclosed
on a non-judicial stamp paper of Rs.10/-.
25. If the equipment needs calibration, the firm shall be responsible for calibration as part of CMC.
26. Amount of AMC / CMC as the case may be, shall also be considered for arriving at the lower
cost.
Medical Superintendent
6
Annexure – A MANUFACTURER’S AUTHORISATION FORM
To The Medical Superintendent ESIC Hospital, Tirunelveli, Tamil Nadu-627 003. Dear Sir,
Ref. Your TE document No ____________, dated _____________ We, ___________________________________ who are proven and reputable
Manufacturers of___________________________(name and description of the goods offered in the tender) having factories at___________________________________________________________, hereby authorize Messrs______________________________(name and address of the agent) to submit a tender, process the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured by us.
We further confirm that no supplier or firm or individual other than Messrs. ________________________ (name and address of the above agent) is authorized to submit a tender, process the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured by us. We also hereby extend our full warranty, AMC/CMC as applicable as per clause at S.No. 13 and 15 of the Terms and Conditions governing contract for the goods and services offered for supply by the above firm against this TE document. We also confirm that the spares and any other miscellaneous items (as applicable) of the equipment quoted will be freely available for atleast 5 years after expiry of Warranty period.
Yours faithfully,
[Signature with date, name and designation]
for and on behalf of Messrs___________________________
[Name & address of the Manufacturers] Note:
1. This letter of authorisation should be on the letterhead of the Manufacturing firm and should be signed by a person competent and having the power of attorney to legally bind the Manufacturer.
2. Original letter may be sent.
7
Annexure – B
UNDERTAKING: (To be submitted in non judicial stamp paper of Rs. 10/-)
1 I/We……..…… (Name of authorized Signatory) the undersigned hereby declare and affirm that
I/We have gone through the terms and conditions governing the tender and undertake to
comply with all terms and conditions.
2 The rates quoted by me are valid and binding upon me for the period of validity of the tender.
3 That the earnest money of Rs._____________ deposited by me/us vide Demand Draft
no.___________ Dt.___________ drawn on…………..(Name of the Bank) is attached herewith.
4 That I/We authorize Medical superintendent to forfeit the earnest money deposited by me/us
in case of any delay or failure to supply the article within the stipulated time and the items of
desired/quoted quality.
5 That I/We will be in the position to provide Annual Maintenance Contract/Comprehensive
Maintenance Contract (AMC/CMC), spare parts, accessories attached and its consumables for
5 years from the date of satisfactory installation of the equipment till the AMC/CMC period is
over.
6 That there is no vigilance/CBI case or court case pending against the firm, debarring my firm to
supply of items quoted.
7 That I/We hereby undertake to supply the items as per directions given in supply order within
stipulated period.
8 That I/We undertake to maintain the equipment to the satisfaction of user during the period
of warranty and guarantee.
9 I/We have been informed that the Medical Superintendent has the right to accept or reject
any or all the tenders without assigning any reason thereof.
10 We ………………………………………..(Name of firm) undertake that we will provide 3 (Three)
preventive service on quarterly basis during the warranty and AMC/CMC period as offered in
our tender and any number of break down calls shall also be attended within 24 hrs. I/We also
agree that the payment of AMC/CMC shall be made to me/us on quarterly basis after
satisfactory preventive service.
Signature and address of the Tenderer
8
Annexure - D
CHECK LIST
S.No. Specifications
1. Authority letter from manufacturer/ authorize
distributor/ stock (Annexure – A)
2. Declaration/ undertaking on stamp paper as per
the Proforma enclosed (Annexure – B)
3. Copy of PAN/ Latest I.T.R.
4. Whether the equipment quoted meets all
specifications or not
5. Any deviation from tendered specifications
6. Additional features if any
7. Nearest place for availability of after sales service
8. List of the installations provided or not
9. Relevant catalogues enclosed or not
10. Any deviation from terms and conditions of
tender
11. Validity of tender (Minimum six months)
12. Total cost of equipment including essential
accessories
Prices not to be
mentioned in
Techno
commercial bid
Prices to be
indicated only
in Price Bid
(Annexure – C)
13. Rates of sales tax/ VAT etc …..do….. …..do…..
14. Warranty offered (minimum 24 months after
successful installation and satisfactory
inspection)
15. Rate of AMC year wise minimum for five years
after expiry of warranty. …..do….. …..do…..
16. Rate of CMC year wise minimum for five years
after expiry of warranty. …..do….. …..do…..
9
PRICE SCHEDULE Annexure-C
Total Tender price in Rupees (Col.6) : ___________________________________________________________________________ In words: ____________________________________________________________________________________________ Note:-
1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail. 2. The bidder should quote both for CMC and AMC i.e. Col. 7 & Col.8. 3. The price to be considered for finalizing of the successful bidder is the sum of total cost of the equipment (Col.6) and AMC/CMC for 5 years (Col.7/Col.8) of the price schedule.
Name_________________________________
Business Address_______________________ Place:_________________________ Signature of Tenderer ___________________________ Date: _________________________ Seal of the Tenderer_____________________________
2 3 4 5 6 7 8
S. No.
Brief Description of Goods (with
make & model)
Country of Origin
Qty
Price per unit (Rs.)
Total Price 4x5(g)
CMC for 5 yrs. (yearwise)
AMC for 5 yrs. (yearwise)
Ex-factory /Ex-warehouse
/Exshowroom/ Off-the shelf
(a)
Excise Duty(if any)
[%age & value]
(b)
Sales Tax/VAT (if any)
[%age & value]
©
Transportation loading/unloadi
ng and incidental costs
(d)
Insurance charges for
a period including 3
months beyond the
date of delivery
(e)
Incidental services
(including Installation &
Commissioning, supervision,
Demonstration and Training )
Unit Price (g)
=a+b+c+ d+e+f
(g) Year Amount Year Amount
1st
yr. 1st
yr.
2nd
Yr. 2nd
Yr.
3rd
Yr. 3rd
Yr.
4th
Yr. 4th
Yr.
5th
Yr. 5th
Yr.
Total Total
10
Annexure-E
TECHNICAL SPECIFICATION
1. BASIC OPERATING MICROSCOPE
Microscope Section
Binocular Tube : 45 degree inclined binocular tube with converging optics (Imported)
Eye pieces : 12.5x
Magnification changes: Built-in-3-step/5-step magnification changer, manual change
Factor : 0.6x, 1x, 1.6x
Total Magnification : 4.6x, 7.7x, 12.3x
Real fields of view : 43 mm, 26 mm, 16 mm
Objective : F=175mm
Focusing Speed : Fine movement at 2.5 mm/sec., Stroke 36 mm
Illumination System
Type : Coaxial illumination by optical light-guide system
Light source : 15V/150W halogen lamp
Illumination control : continuous adjustment
Field of illumination : 45 mm
Filters : Heat-proof filter, cobalt-blue filter and green filter
Intensity of illumination: 80,000 lux
Stand Section
Type : Floor-stand type
Vertical movement range of: 300 mm Counter balanced arm
Height (eye-point) : 960-1260 mm
Radius of rotation of arms: 920 mm
Base size : 600 mm wide x 560 mm long
Weight : 60 kgs (approx.)
1a) Wet – Field Bipolar Coagulator
1. Works in wet field
2. Temperature control with display panel (Level 0-100)
3. Foot Switch operated
4. Power supply – AC – 220- 240 Volts.
5. Standard Straight Bipolar forceps (autoclavable)
6. Autoclavable cords for use of forceps and erasers.
7. Audio Noise for working mode
8. Console Moulded ABS Plastic
11
1b) A-Scan with pachymeter with built-in printer
Features:
High contrast color LCD
User Friendly Graphical Interface
5 Programmable user profiles
Scan viewer archiving software
Built – in Thermal Printer
Storage Compartment
A-Scan
A-Scan modes
Direct Contact/ Immersion
Cataract
Dense Cataract
Aphakic
Pseudophakic (5 settings)
4-Gate Manual
Measurements
ACD, Lens, Vitreous, Axial, Average Axial, Standard Deviation
Individual Zone Velocities
Automatic Sensing Algorithm
Measure Review
Auto Calibration
Specification
Clinical Accuracy +/- 0.10 mm
Electrical Accuracy +/- 0.023 mm
Lens Calculation in 0.25 D increments
10 Lens Database
10 Mhz Direct contact Probe
Formulas
Refractive : Binkhorst, Regression –II, Theoretic/T, Holladay, Hoffer-Q and Haigis
Post Refractive: Latkany Myopic, Latkany Hyperop, Aramberri Double – K, Comparative IOL
calculations for upto 8 lenses.
12
2. Applanation Tonometer
Technical specification
Type applanation tonometer
Principle goldmann tonometry
Measurement range 0 – 80 mmHg in 2 mmHg steps
Measurement accuracy + 0.5 mmHg
Physical Parameters
Dimension (W x D x H) 47 x 30 x 85 mm
Weight net 800 gm. (approx.)
Compatibility should be compatible with existing slit lamp
Accessories
Calibration Bar
Prism
Mount Base (for Head mount model only)
Tonometer Base Plate (for Base Plate model only)
13
3. LAB REFRIGERATOR (4OC)
1. Capacity – 500 Ltrs. (or) above
2. Type: Vertical (Front opening)
3. Dimension (minimum) – 600 x 700 x 1900 (W x D x H) mm
4. Temperature range : 4oC
5. No. of shelves/drawers: 5 or above
6. Attractively painted GI exterior
7. Pre-coated mild steel interior
8. High density PUF insulation
9. Transparent glass door
10. Hermetic compressor & eco-friendly refrigerant
11. Uniform temperature inside the useful area by continuous rated fan motor
12. Microprocessor based controller with digital display
13. Calibration certificate traceable to NABL standards