TENDER DOCUMENTS FOR SUPPLY OF
LABORATORY EQUIPMENTS & INSTRUMENTS
AT RIPANS, AIZAWL, MIZORAM
Ph: 0389-2350521; Fax: 0389-2351130 email: ripans.aizawl@gmail. website: www.ripans.in
Page 2 of 15
General Terms and Conditions
1. The tender should be super scribed on the cover as “ TENDER FOR SUPPLY OF LABORATORY INSTRUMENTS & EQUIPMENTS AT RIPANS” addressed to the Director, RIPANS, Aizawl, Mizoram – 796017.
2. All tenders should be accompanied by Earnest Money Deposit (EMD) amounting to
Rs.20,000/(Rupees twenty thousand) only for non-tribal tenderers and Rs.10,000/- (Rupees ten thousand) only for tribal tenderers in the form of Deposit at Call Receipt (DCR) in original from any Indian Scheduled Bank duly pledged in favour of the Director, RIPANS, Aizawl, Mizoram or Bank Guarantee of any Scheduled Bank. EMD of the successful bidder shall be retained till completion of the tender period but shall not carry any interest. If the successful bidder fails to execute the supply within the specified terms or withdraws his bid within the validity period of the bid, the EMD shall be forfeited. The EMD of the unsuccessful bidders will be returned within 30 days from the date of finalization of the tender.
3. The non-tribal tenderers should affix a Non-Judicial Court fee Stamp worth Rs.10/- and
should furnish photo copy of valid up-to-date CST/VAT and Income Tax Clearance certificate up to the latest year for which assessment has been made by the concerned authority and duly attested by gazetted officer or notary. Original certificate should be produced at the time of opening of the tender if demanded.
4. The tribal tenderers should furnish photo copy of valid professional tax clearance
certificate, VAT clearance certificate up to the latest year for which assessment has been made by the concerned authority and duly attested by gazetted officer or notary. Attested photo copy of tribal certificate should also be furnish. Original certificate should be produced at the time of opening of the tender if demanded.
5. Only equipment of reputed brands and duly registered (Registration certificate to be
enclosed) shall be quoted. Quotations for unregistered brands/assembled equipments will be summarily rejected.
6. Attested copy of ISO/Quality assurance certificate, quality control certificate, authorized
dealership certificate/ registration certificate has to be furnished. Detailed specifications for the quoted equipments should be given in the quotation and should be supported by product catalogue/brochure of the manufacturer.
7. Rate should be quoted clearly both in figure and in words FOR RIPANS, Aizawl
inclusive of all taxes/levies, packing, forwarding, freight, transit insurance, octroi, delivery charges, installation and demonstration.
8. Bid shall be type written and correction, if any, in the bid shall invariably be attested under
signature of the bidder with date. Correction done with correction fluid will not be accepted.
9. The bid and all correspondence and documents shall be in English language. 10. The bidders/representative may be present at the time of opening of bids, if they so
desired. 11. The tender shall be signed by the tenderer in all pages with seal. Failing to sign all tender
documents will straight away invite rejection.
Page 3 of 15
. 12. Rate quoted should be valid for at least 1 (one) year from the last date for receipt of the quotations. 13. Supply must be completed within the specified date, failing which the order may be
cancelled. 14. SECURITY DEPOSIT :
The successful bidder shall be required to submit Security Deposit as Performance Security @ 5% of the order value in the form of Fixed Deposit receipt from a Commercial Bank/Bank Guarantee from a Commercial Bank or any Indian Scheduled-A Bank in favour of Director, RIPANS, Aizawl, Mizoram.
15. PENALTY FOR DELAYED DELIVERY :
(i) In case of delay in delivery beyond the stipulated period as mentioned in the purchase order, there will be reduction in price @ 0.5% of the value of delayed goods per week of delay or part thereof subject to a maximum of 10% of the total order value.
(ii) Once the maximum price reduction is reached, termination of the contract may be considered. Non-performance of the contract provisions shall make the successful bidder liable to be disqualified to participate in any tender for the next 5 years, in addition to forfeiture of Security Deposit and other penal actions. (iii) If the successful bidder/supplier fails to execute the order within the stipulated time, the tender inviting authority will be at liberty to make alternative arrangement for purchase of the items for which the purchase order has been placed, from any other source. Under such condition, the proposal may be reviewed for award of the contract on the next lowest evaluated technically qualified bidder or go for a fresh bid depending on the circumstance. In case it is decided to go for the next lowest bidder, negotiation may be considered to bring down their price nearer to the originally evaluated lowest bid.
16. PAYMENT PROVISIONS :
No advance payment will be considered to the successful bidder. Payment towards the supply of the product will be made strictly as per rules of the tender inviting authority. Full payment will be made only after satisfactory completion of supply of entire ordered quantity and subject to furnishing of requisite Bank Guarantees.
17. The equipments/instruments should meet the specifications in the tender document and
any deviation in that matter may result in rejection. 18. At least one year warranty should be provided from the date of delivery and installation
and free services should be provided at the Institute during this period. Supply will be made at supplier’s risk and any damage before the installation/delivery has to be replaced by the supplier without any extra cost.
19. In case of poor quality and unsatisfactory operation of equipment, the Institute reserves the
right to reject them at the time of delivery and installation. 20. The dealer/ manufacturer has to provide manufacturer’s quality control/test certificate of
each equipment without fail at the time of delivery.
Page 4 of 15
21. Details of supplies made during the last 3 years, if any, may be submitted with copies of purchase orders and performance certificates as per Annexure-I.
22. Average annual turnover during the last 3 financial years i.e. 2012-13, 2013-14, 2014-15
in the specified format (Annexure-II) certified by the Auditor/Chartered Accountant should be furnish.
23. Undertaking in the form at Annexure-III confirming acceptance of all terms and
conditions of the tender. 24. In case of any legal disputes and litigations arising out of this tender or its terms, such
dispute would be subject to the jurisdiction of the Court within the city of Aizawl only. 25. The Institute authority reserves the right to accept/reject any or all of the tenders received without assigning any reason thereof. 26. At any time prior to the date of submission of bid, the authority inviting tender may, for
any reason, whether at his own initiatives or in response to a clarification from a prospective bidder, modify the bidding documents by an amendment, all prospective bidders who have received the bidding document will be notified of the amendment in writing and the amendment shall be binding on them. In order to provide reasonable time to take the amendment into account in preparing the bid, the authority inviting tender, may at his discretion, extend the date and time for submission of bids.
Page 5 of 15
QUOTING INSTRUCTIONS 1) No clear mentioning of packing, forwarding, freight and insurance charges in the tender
will be considered as incomplete and will be rejected. 2) Optional accessories offered by the bidder would not be taken into consideration for the evaluation of bid. 3) Alternate offer is not permitted. In case of quoting of more than one offer, only the lowest
one will be considered as valid one and the others will not be considered for evaluation of bid.
4) Quote must include all accessories. If the accessories are not detailed in the product
brochure it must be clearly mentioned in the tender along with their price. Otherwise, it invites rejection on the ground of incomplete quote.
5) Expected working life of the equipment is an important specification and may clearly be mentioned in the quote for all items. 6) Only certified, legible copies of valid dealership/ manufacturer certificate will be
entertained. If the copies are not legible, it may invite rejection. 7) Only original/ certified, legible copies of product brochure containing complete “technical
specifications” will be entertained. In case, the product brochure does not give the detailed technical specifications, a separate sheet giving complete technical specifications and duly signed by the bidder may be enclosed. The technical specifications must include details on capacity, functionality of the equipment, expected working life of the equipment, specifications of mechanical parts, optical parts, battery, battery life, etc. Quote without product brochure and the product brochure without detailed specifications invites rejection.
8) The tenderer shall mention whether he/she has supplied identical or similar equipment to
any Institution/ laboratories in the preceding three years. If yes, details of such supplies with summary of purchase orders and performance certificates are to be separately highlighted.
9) It may be noted that rates quoted should be quoted keeping in view the specific
requirements for installation of the equipments. The Institute will not provide anything except for the space, water and electricity.
Page 6 of 15
How to Quote ?
a) The complete quote for equipments/instruments must clearly mention the following parts -unit price of the equipments/instruments (conforming to complete specifications including accessories).
b) Institutional discount offered for equipments/instruments including accessories. If
no discount is offered, it shall be mentioned as nil. c) Taxes/duties/levies/surcharge of Govt. of India, state government, etc. d) Packing, forwarding, freight, insurance charges for the items quoted. If no extra charges are required, it shall be mentioned as nil. e) Other charges, if any. f) Total prices for F.O.R.RIPANS (Add all the above from a to e)
All above items from “1” to “26” shall form the complete quote.
1) The bidder shall quote equipments/instruments wise, clearly mentioning the item serial no.
and items code no. mentioned in the tender document. Each quote shall be complete in all respects fulfilling complete specifications including accessories and all the terms and conditions.
2) Warranty offered for the equipment. 3) Terms of Delivery. 4) Delivery schedule. 5) For all the items the bid shall be submitted item wise along with item serial no. and item
code no. as per tender document all put together in a single envelope with superscription as mentioned in the general terms & conditions.
6) All the bidders shall give information on availability of Annual Maintenance Contract/After Sales Service.
Page 7 of 15
LIST OF LABORATORY INSTRUMENTS, EQUIPMENTS & MODELS
1 Microtome Per unit
2 UV Torch Per unit
3 UV Box Per unit
4 Hot Air Oven Per unit
5 Conductivity Meter Per unit
6 Coulorimeter Per unit
7 Kjeldhal Instruments Per unit
8 Digital Disintegration Apparatus Per unit
9 Spirometer Per unit
10 Accelerated Solvent Extractor Per unit
11 Incubator Per unit
12 Horizontal Gel Electrophoresis Per unit
13 Bomb Calorimeter Per unit
14 Polymerase Chain Reaction Unit Per unit
15 Physical Therapy Skeleton Per unit
16 Deluxe Demonstration Skull Per unit
17 Classic Unisex Torso 12 parts Per unit
18 Unisex Torso with fixed head, back and Shoulder open
Per unit
19 Deluxe Dual Sex Torso with open back Per unit
20 Skin, Block model Per unit
21 Brain with arteries on based of head Per unit
22 Lungs model with Larynx, 7 parts Per unit
23 Classic Heart, 2 parts Per unit
24 Classic Heart with conducting system Per unit
25 Free standing urinary system, Male Per unit
26 Dual Sex Urinary System, 6 parts Per unit
Page 8 of 15
27 Tracheotomy Care Simulator Per unit
28 Endotracheal Intubation Simulator Per unit
29 Deluxe Laryngoscope Per unit
30 Desktop Ear model Per unit
31 Heart Model Per unit
32 Sanitary Well Per unit
33 Insanitary Well Per unit
34 Deep Shallow Well Per unit
35 Deep Tube Well Per unit
36 Step Well Per unit
37 Barkefeld Filter Per unit
38 Slow Sand Filter Per unit
39 Rapid Sand Filter Per unit
40 House Drainage System Per unit
41 Chamber Type Incinerator Per unit
42 Activated Sludge Process Per unit
43 Bore Hole Latrine (Pit Latrine) Per unit
44 Dug Well Latrine Per unit
45 French Latrine Per unit
46 Septic Tank Latrine Per unit
47 Biogas Plant Per unit
48 Smokeless Chula Per unit
49 Syringe Pump Per unit
50 Nebulizer Per unit
51 Centofix Duo Per unit
52 Steam Inhaler with stand Per unit
53 Cardiac Table Per unit
Page 9 of 15
54 Bedside Cardiac Monitor MP30 Per unit
55 Bedside Cardiac Monitor MP50 Per unit
56 Single Adult Small Reusable NIBP Cuff 17-26 cm Oem compatible 1726
Per unit
57 Traspac IV Disposable Pressure Transducer Per unit
58 Invasive Pressure Module Per unit
59 SpO2 Probe Cable Per unit
60 Intra-Arterial BP (IABP) Probe Cable Per unit
61 Calorimeter Per unit
62 Incubator Per unit
63 Water Bath Per unit
64 Automatic Staining Machine Per unit
65 Automatic Tissue Processor Per unit
66 Microwave Oven Per unit
67 Magnetic Stirrer Per unit
68 BP Instruments (complete set) Per set
69 Loose Prism (Luneau-France) Per set
70 Lens Rack +ve and –ve double Per unit
71 Stereo Fly Test Per unit
72 Lang Fixation Stick Per unit
73 Lang Fixation Cubes Per unit
74 Eye Patch Per unit
75 Lea Symbols Book –Distance Per unit
76 Worth 4 Dot Torch light Per unit
77 Hiding Heidi LC Face Test Per set
78 Brock String Per unit
79 Flipper +/-2D Per unit
80 Life Saver Cards Per unit
Page 10 of 15
81 Eccentric Circles Per unit
82 Multiple Pin Hole Glasses Per unit
83 Recumbent Prism Spectacle Per unit
84 Near Vision Drum Per unit
85 Fixed PD Child Trial Frames Per unit
86 Progressive Lens Layout Chart Per unit
87 RGP Trial Lens Box (-3.00DS) set Per set
88 Rose K Trial Contact Lens Box set Per set
89 Visual Evoked Potential Instrument (VEP) Per unit
90 Electroretinogram (ERG) Per unit
91 Electrooculogram (EOG) Per unit
92 Schiotz Tonometer Per unit
93 Titmus Test Book Per unit
94 Swimming Goggles Per unit
95 Blow Torch Goggles Per unit
96 Welding Goggles Per unit
97 Aviation Goggles Per unit
98 Face Shield Per unit
Page 11 of 15
ANNEXURE – I
PROFORMA FOR PAST PERFORMANCE STATEMENT (FOR THE PERIOD OF 2011-12, 2012-13 & 2013-14)
Name of Firm ________________________________________________ Sl No
Product Name Name & full address of the purchaser
Supply order no & date
Quantity supplied
Scheduled date of completion of supply as per contract
Date of actual delivery in respect to the supply order
Remarks indicating reason towards late delivery, if any
Signature and seal of the Bidder _____________________________________________ Note :- Copies of Purchase Orders and Performance Certificates to be submitted along with Annexure-I.
Page 12 of 15
ANNEXURE – II
FORMAT FOR ANNUAL TURN OVER STATEMENT
The Annual Turnover of M/s ____________________________________ for the past 3 years certified that the statement is true and correct.
Sl.No Year Turnover in Lakhs (Rs)
1
2012-13
2
2013-14
3
2014-15
TOTAL - Rs.___________________ lakhs
Average turnover per annum - Rs.___________________ lakhs Date : Seal :
Signature of Auditor/Chartered Accountant (Name in Capital)
Page 13 of 15
ANNEXURE – III
UNDERTAKING To,
The Director Regional Institute of Paramedical And Nursing Sciences Zemabawk, Aizawl, Mizoram – 796017.
Ref : Tender Ref No. Subj : Supply of Laboratory Equipments. Sir,
1. I, Shri ________________________, on behalf of M/s _____________________ having registered office at ______________________, do hereby declare that I have gone through the terms and conditions mentioned for the above and undertake to comply with all tender terms and conditions. The rates quoted by M/s _____________________ are valid and binding on M/s _______________ for acceptance for a period of one year from the date of award of contract to M/s _________________________.
2. I/We the undersigned hereby bind myself/ourselves to the office of _______________ to supply _______________________. The rates quoted by M/s __________________ for the items tendered for are specified against each. It is certified that rates quoted are lowest quote for any institution in India and not higher than the MRP/prevailing market rate.
3. The equipments shall be strictly as per specification and of the best quality as per requirement of the Institute. The decision of the office of ____________ (hereinafter called the said Purchaser) as regards to the quality and specification of the equipment shall be final and binding on M/s ______________________
4. We agree to the conditions of the tender under which the EARNEST MONEY DEPOSIT and PERFORMANCE SECURITY DEPOSIT shall be forfeited by us.
5. We undertake to pay then penalty as per the terms and conditions of the contract for delayed supply of the ordered items.
6. We agree to accept the amount of the bill to be paid by the purchaser after completion of all formalities and should any amount of the bill found by the purchaser/auditors to have been over-paid; the amount so found shall be refunded by M/s _________________________.
7. We, hereby, undertake to supply the items during the validity of the tender as per direction given in supply order within the stipulated period.
8. The tender inviting authority has the right to accept or reject any or all the tenders without assigning any reason.
9. We understand all the terms and conditions of the contract and bind myself/ourselves to abide by them.