+ All Categories
Home > Documents > Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak....

Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak....

Date post: 30-Jan-2018
Category:
Upload: phamdiep
View: 215 times
Download: 0 times
Share this document with a friend
355
PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK TENDER NOTICE NO.01/2013-14 Telephone: 01262-213876 Fax: 01262-213876 Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair- side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak. Professor I/c Purchase PGIDS, Rohtak.
Transcript
Page 1: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak.

Page 2: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft Various deptt.

Page 3: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

tissue -1 & Laser Soft tissue-3)

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 4: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

1 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

Page 5: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:
Page 6: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

Page 7: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

Page 8: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

Page 9: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

Page 10: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

Page 11: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

Page 12: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

Page 13: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

918. The registration certificates of which attested copies are attached with

quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

Page 14: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is @ 2% of estimated cost of each group of tender.7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

Page 15: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:
Page 16: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

DETAILED SPECIFICATIONS

Page 17: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO.01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.15 DETAILED SPECIFICATIONS OF DENTAL EQUIPMENTS – VARIOUS DEPTT OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8/2013 AT 2:30 pm

Date of opening of Tender

16/8/2013 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.80,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No. -01/2013 -14 due on 16/8/2013 AT 2:30 P.m. for Dental Equipments.

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt. desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given separately

1 Soft Tissue Diode Laser PerioWavelength : minimum 800 nm Power to tissue : minimum 7 WControls : Microprocessor based software Modes of operation : Continuous , PulseAiming beam : laser diodePreset treatment optionsSurgical handpieceOptical handpiece for biostimulation and tooth whitening optionalMinimum 3 laser goggles

2

2 HARD & SOFT TISSUE LASER ( Cons.)Dual Wavelength All Tissue Dental Laser System for endodontics and multi disciplinary workHard tissue Er Cr YSGG/ErYag.Soft tissue Diode/Nd YAGPower range minimum 10 watts for hard tissue and 5 watts for soft tissue Energy minimum 500mJ for hard tissuePulse duration variableComputerized control and touch screen panelGraphical user interface with standard clinical programs for hard and soft tissue .Built in Water and air spray controlsHandpiece with and without tips. Rollable on wheels6 laser goggles and spare fiber tip sets

1

3 Diode Laser for Soft Tissue Surgery (for Cons.) Wavelength : minimum 808 nm Power to tissue : minimum 5 W

1

Page 18: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Operating panel :Colour touch screen Controls : Microprocessor based software Modes of Operation : Continuous, Pulse, Repeat Pulse Calibration port for fibers Aimingbeam : Laser diode Preset treatment options handpiece for surgery Surgical handpiece Optical handpiece for biostimulation and tooth whitening 6 laser goggles

Term & Conditions 1. Sealed technical bid and Price bid shall be submitted separately in one sealed envelop as per

Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.2. Tenders without earnest money and original tender form will be rejected and no opportunity

will be given. No change in the tender rates will be accepted after opening of the tender.3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page. 4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS,

Rohtak/ Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender group on their

letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery & equipment.

ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete supply/withdraw their offer/rates or modify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:- a) Rates excluding taxes.b) Rates including taxes ( Net rates i.e.mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding the applicability of

taxes/duties for the time for which they are quoting rates with the offer.14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance

shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D. Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable.

Page 19: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Professor I/c PurchasePGIDS Rohtak

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak.

Page 20: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery

Page 21: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 22: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

2 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of

Page 23: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the

Page 24: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in

Page 25: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall beregarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

Page 26: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of

Page 27: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not

Page 28: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

Page 29: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

Page 30: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

Page 31: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak

Page 32: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

6. Earnest money of each group is 2% of the estimated cost of each group of the tender

7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

Page 33: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

DETAILED SPECIFICATIONS

Page 34: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO.01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.1 DETAILED SPECIFICATIONS OF DENTAL EQUIPMENTS – ORTHODONTICS DEPTTS OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8/2013 AT 2:30 pm

Date of opening of Tender

16/8/2013 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.34,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No. -01/2013 -14 due 16/8/2013 at 2:30 PM and opened on the same day at 3:00 PM for Dental Equipments

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt. desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/ Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given

separately.

Page 35: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

S.NO. NAME OF EQUIPMENT REQUIRED Qty reqd.1 Light cure unit system

70- 80 watt light source 60 deg. Angle Probe or light guide with 1 pistol

grip handpiece eye protection shield power source of 230v-115v Wave Length: 450-500nm, A short beep sound set at 10 sec or 5 sec. Internal voltage regulation Minimum one year warranty

06

2 Software for Cephalometric evaluation• Effectively capture, organize and present image records.•Compatible with all industry standard image formats with Easy transfer of images and layouts to Microsoft PowerPoint, Word and other programs; export to many image file formats; copy images to windows clipboard •Offering all clinically useful analysis .•Fully customizable cephalometric analysis and norms•Superimpose tracings of different time points with standardized superimposition references with Multiple superimpositions•Calculate an “average tracing” from a sample group of patients for research purposes•Create default settings from the current tracing.•Tracing alignment: Frankfort Horizontal, Horizontal Plane, Natural Head Posture•Powerful Image Enhancement features •Multidisciplinary VTO Wizards Offers movie morphing for demonstrating pre-

treatment to stimulated or actual treatment results

01

3 Scanner with transparency adaptorOptical Sensor:   Color Matrix CCD™ line sensor Optical Resolution: Dual Lens System 4800 dpi and 6400 dpi Hardware Resolution: 4800 x 9600 dpi 6400 x 9600 dpi with Micro Step Drive™ technologyMinimum Resolution:   12,800 x 12,800 dpi Effective Pixels: 40,800 x 56,160 (4800 dpi) 37,760 x 62,336 (6400dpi) Color Bit Depth:   48-bit internal / external 1 16-bit internal / external 1 Optical Density:   4 Dmax Minimum Scan Area:   8.5" x 11.7" Light Source:   White cold cathode flourescent lampScanning Speed:High-speed mode: 4800 dpiColor 12.3 msec / lineMonochrome 12.3 msec / lineTransparency AdapterType:   Built-in lid Minimum Transparency Size:   8" x 10" Supported Film Size: 35 mm mounted slides (12 frames) 35 mm film strips (24 frames) Medium format strips 2 1/4", 120 / 220, 6x20 cm (2 – 6 frames) 4" x 5" film (2 frames) 8" x 10" film area guide

01

04 SLR CameraEF-S 18-55mm IS Lens with color filter and point

flash18 megapixels Cmos sensor Additional 100mm lens twilight lens solution that works in both manual

and auto focus Battery Pack

01

Page 36: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

TERM & CONDITIONS1. Sealed technical bid and Price bid shall be submitted separately in one sealed envelop as per

Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.2. Tenders without earnest money and original tender form will be rejected and no opportunity

will be given. No change in the tender rates will be accepted after opening of the tender.3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page. 4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS, Rohtak/

Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender group on their

letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery & equipment.

ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete supply/ withdraw their offer/rates or modify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS, Rohtak on the basis of following pattern:- a) Rates excluding taxes.b) Rates including taxes ( Net rates i.e.mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding the applicability of

taxes/duties for the time for which they are quoting rates with the offer.14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance

shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable.

Professor I/C Purchase

PGIDS, Rohtak.

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

Page 37: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak

Page 38: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft Various deptt.

Page 39: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

tissue -1 & Laser Soft tissue-3)

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 40: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

3 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer

Page 41: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.9. The Vice-Chancellor will have the right to reject all or any of the quotation

without assigning reasons.10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General ISI Tender Unit Packing Name of

Page 42: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

description No.

SpecificationNo.

Rate actualmanufacturer and country ofmanufacturer

______________________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.

Page 43: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

4. The contractor will be responsible for damage or loss in transit and replace goods broken or lost within 14 days from the notice thereof.

5. Unless when specially ordered otherwise in the order accompanying the indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was

Page 44: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health

Page 45: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or

Page 46: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’s

Page 47: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Dated…………… SignatureSecretary’s

Dated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

Page 48: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which license is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid license on the date of opening of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized

Page 49: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

representatives of licensed manufacture quoting the name and address of such License holder and the license number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is 2% of the estimated cost of each group of the

tender.7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.

Page 50: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behavior which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

Page 51: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

DETAILED SPECIFICATIONS

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO.01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.2. DETAILED SPECIFICATIONS OF DENTAL EQUIPMENTS – ORAL PATHOLOGY DEPTTS OF PGIDS, ROHTAK.

Tender will only be Upto 16/8/2013 AT 2:30 pm

Page 52: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

acceptedDate of opening of Tender

6/8/2013 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.51,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No.01/2013-14 due on 16/8/ 2013 at 2:30 PM for Dental Equipments

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt.desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given

separately. Oral Pathology deptt .

Sr. No.

Name of items with specification Qty.

1 Research Digital microscope with image analysis systemDIGITAL MICROSCOPE HAVING BRIGHT FIELD, DARK FIELD, POLARISING, FLUORESCENT SYSTEM WITH COMPLETE IMAGE ANALYSIS SYSTEM AND COMPLETE DIC ATTACHMENTMICROSCOPE BODY ERGONOMIC DESIGN MICROSCOPE BODY WITH KOHLER ILLUMINATION LENS FOR UNIFORM ILLUMINATION THROUGH OUT THE FIELD OF VIEW INCLUDING PERIPHERY. IT SHOULD HAVE THREE BUILT IN FILTERS AND ONE SLOT FOR OPTIONAL FILTERMAGNIFICATION 40X – 1000X FOR OBSERVATIONOPTICAL SYSTEM INFINITY CORRECTED OPTICAL SYSTEMEYEPIECE –TUBE – THREE WAY TRINOCULAR TUBE, SHOULD BE ANTIFUNGUS TYPEOBJECTIVE HIGH NA & LONG WORKING DISTANCE OBJECTIVE WITH PLANOACHRO 4X/.10MM PLAN ACHRO PHASE 10X/ 0.25MM PLAN FLUOR PHASE 20X/0.5MM PLAN FLUOR PHASE 40X/ 0.75MM SPRING LOADEDPLAN FLUOR PHASE 100X/ 1.30MM SPRING LOADED, OIL NOSE PIECE, REVERSED

COARSE / FINE FOCUSINGSTAGE ; CERAMIC/ ALUMITE COATED SURFACE USING LOW POSITIONED COAXIAL X & Y CONTROL ON RIGHT HAND SIDE

01

Page 53: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

WITH CAPACITY TO HOLD TWO SLIDESCONDENSER – UNIVERSAL CONDENSER FOR BF/PH/DF MICROSCOPY. IT SHOULD ALSO HANDLE DARKFIELS UPTO 40XPOLARISING ; SET OF ANALYSER AND POLARISER FOR POLARISING APPLICATIONILLUMINATION 12V-100W HALOGEN LAMP PRECENTERED AND PREFOCUSSEDFLUOROSCENT ATTACHMENT 100W MERCURY/120W METAL HALIDEILLUMINATORDIGITAL CAMERA SYSTEM: DIGITAL CAMERA CAPABLE OF HANDLING BRIGHT FIELD, FLUORESCENCE,DIC, DARKFIELD IMAGES WITH 2/3” HIGH DENSITY CCD CHIP, APPROX 5 MILLION PIXEL RESOLUTION OR MORE. FIRE WIRE TYPE WITH ROI & BINNING MODES : 2X2, 3X3, 4X4, 5X5,USB PORT FOR ATTACHING CAMERA ONTO DESKTOP/LAPTOP THROUGH SINGLE WIRESOFTWARE (ORIGINAL) MUST HAVE FOLLOWING FEATURES OR MORE:ACQUISATION TIME LAPSE IMAGING, MULTI CHANNEL FLUORESCENCE, ANNOTATION2D/3D VIEW, MORPHOLOGY, LARGE IMAGE, MACRO SEGMENTATIONIMAGE ANALYSISCOMPATIBLE COMPUTER & PRINTER WITH FOLLOWING CONFIGURATION OR HIGHER:IBM/COMPAQ/HCL INTEL PENTIUM PROCESSOR,160 GB OR HIGHER HDD, 2 GB RAM,1.44MB FDD, 19” HIGH RESOLUTION LCD/TFT COLOR MONITOR, WIN XP/ WIN VISTA OPERATING SYSTEM, LAN CARD, SCROLL MOUSE, MULTIMEDIA KEYBOARD KIT, DVD WRITER, HIGH RESOLUTION COLOR LASER PRINTER WITH HIGH RESOLUTION FOR PHOTO QUALITY IMAGE DOCUMENTATION, 1KVA ON LINE UPSSYSTEM SHOULD INCLUDE 10 HALOGEN BULB AND ONE MERCURY LAMP FOR FLUORESCENT ATTACHMENTMINIMUM WARRANTY OF OF TWO YEARS ON DIGITAL MICROSCOPE WITH ITS ATTACHMENTS, SOFTWARE, COMPUTER AND ALL OTHER PRODUCTS

2 AUTOMATIC TISSUE PROCESSOR 01 Spin Type Carousel Fully Automatic Tissue

Processor Stable, ergonomic compact design, movable on

rollers. Bench unit with programmable microprocessor

control, display and touchpad keyboard. Silent electro-mechanical motors for agitation and transport of cassette basket.

Active carbon filter and preset timer with count- down function to monitor the filter change interval. 10 reagent stations. Translucent P/E beakers, solvent resistant, 1.8 L capacity.

2 heated paraffin baths that can be controlled. Connection for third paraffin bath. Storage capacity of the cassette basket: 120

Page 54: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

cassettes. Vacuum or Spiral Agitation on each of the Stations

for Better quality processing. Microprocessor control of immersion time (1 min. -

99 hr 59 min.) per station and selection of drop and agitation and centrifugal time.

- Centrifuging for 60 secs at 210 rpm with automatic change in

- Direction every 15 secs for basket and specimen to be optimally drained.

Reduced carryover due to centrifugal movement. Programmable start delay without time limitation. Possible process interruption for reloading or

removal of specimens Indication of date, time, remaining time in process

step, step number and reagent description. Permanent memory capacity for up to 10

programs. Safety switch for not melted paraffin

3 Specification Pentahead microscope 0180i main body (100-240V) for right side stage handle with substage left handle, built in filter cassette, diffuser, field diaphragm adjustable tools, fine and coarse focusing with focus stopper and torque adjustment, built in transformer for 12V 100 W lamphouse.D-L11 Precentered lamphouse 100WPower cord BE (220-240V) HALOGEN LAMP 12V-100W LL, immersion oil A, 8ccMechanical stageRectangular mechanical stage, specimen holder with stay in position, stage handle on right side with stage size of 243mm x159mm surface area and cross travel range of 78mm x 54mmY-112 Sidentopf design trinocular tube F2, UW with tube inclination angle at 25degree and interpupillary distance of 50-75 mm.Eyepiece lens CFI 10X with dioptre adjustment, CFI UW Eyepiece guard,C-ND6 Sextuple DIC NosepieceUniversal Furret condenser for bright field/ phase contrast/ darkfield upto 40x/ fluorescence microscopyWith 6 postions ( 1 bright field position with aperture diaphragm NA 0.9, 3 Phase position (PH1, PH2, PH3), 1 Darkfield position, NA 0.75, 1 Closed position. Filter , 45mm GIF, CCT Centring telescope with UW adapter, CF1 plan achromat 4X Antifungus , N.A 0.1, WD 30 mmCFI Planachromat DL 10X N.A 0.25, WD 10.5mm Ph1CFI Planachromat DLL 20X N.A 0.50, WD 2.1 mm Ph1CFI Planachromat DLL 40X N.A 0.75, WD 0.66 mm Ph2 spring loadedCFI Planachromat DLL 100X Oil N.A 1.30, WD 0.2mm Ph3 spring loaded stopper

4 Specification - Automatic hematology analyzer with 3 part differential blood cell count

01

The equipment must be of latest technology with minimum specifications outlined belowTo work in variable ambient conditions Provision for automatic sample loading , mixing and testing minimum parameters 20 including histograms for RBC, WBC and plateletsTouch screen LCD display, rapid printout through put- minimum 60/hrPrecision coefficient variation, maximum 5% for platelet count and upto 3% for other parameters

Page 55: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Calibration automatic and manualSpecifically designed mechanism for easy trouble free maintenance including cleaning of apertures, tube systems and calibrationRandom access for individual sampleSuitable printer computerised data manager for minimum of 10000 samples including their details fitted with latest hardware and softwareSuitable UPS for atleast 1 hr backupConsumption load- 1000/ month on average basis

5 Specification Laminar flow cabinet 01The unit is designed so as to meet the requirement of US Federal Standard 209(B) (BS-5295) providing particle free air to meet class 100 (class conditions). The cabinets are fabricated out of thick board duly run mica clad. Interior surfaces are epoxy coated for its longer life. The work table is made of thick board with stainless steel clad at top. Side panels are made out of thick transparent plexus glass duly framed. The unit is fitted with profiler (reap filter). Air is drawn through prefracture (is made of pan through effective HIPA filter having efficiency rating as high as 99.99% with cold DOP and 99.97% with hot DOP through retaining all air borne particle of size 0.3 microns and large). Using dynamic machine, the blower and motor is statically and dynamically balanced motor of 1/5 HP Cap, operator with minimum noise level. The working area is illuminated by fluorescent lightning fitted to unit. To work on 220/230 volt AC supply supplied with static finish SS table top transparent front door (59 mm) static pressure manometer, built in UV germicidal light (cock for gas, air/vacuum line. HEPA filters and prefilters. Working size : 6ft X 2ft X 2ftSize of HEPA : 3 X 2 X 6 ftNo. of filters : 2HEPA illumination : 2 X 40WSpecification Laminar flowcabinet

6 S pecification Basic IHC setup with microwave 01

Polymer detection system for immunohistochemistry inclusive of routine block, peroxidise block, post primary block, polymer secondary antibodies against mouse/ rabbit primary antibodies chromogen, substrate and hematoxylin. Shelf life minimum 9-10 months at the time of supply.Make: Dako/ Lab.Vision/ Biogenex Polylysine / APES/ any other suitable adhesive for immunohistochemistry.Kit should be supplied within 2 months of manufacturing and minimum shelf life of one year at the time of supply

Page 56: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

7 Specification Digital weighing balance 01

Top Pan weighing balance (digital)Analytical, high precision electronic, single pan/top pan balance with autocalibration facilities and digital readout scale, weighing capacity 100-150 gm., readability and repeatability 0.1 mg, should be provided with weighing chamber of glass in front, sides and top with glass panels opening from right and left sides. Pan should be made of stainless steel.

Term & Conditions

1. Sealed technical bid and Price bid shall be submitted separately in one sealed envelop as per Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.

2. Tenders without earnest money and original tender form will be rejected and no opportunity will be given. No change in the tender rates will be accepted after opening of the tender.

3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page. 4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS, Rohtak/

Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender group on their

letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery & equipment.

ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete supply/withdraw their offer/rates or mo dify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:-a) Rates excluding taxes.b) Rates including taxes ( Net rates i.e.mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained)13. The tendering firms must enclose latest copy of notification regarding the applicability of

taxes/duties for the time for which they are quoting rates with the offer.14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance

shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items, the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

Page 57: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable.

Professor I/C PurchasePGIDS, Rohtak

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak

Page 58: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in

Page 59: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PM

Page 60: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

AND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

4 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be

Page 61: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

Page 62: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.9. The Vice-Chancellor will have the right to reject all or any of the quotation

without assigning reasons.10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

Page 63: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

Page 64: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

Page 65: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

Page 66: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a

Page 67: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

Page 68: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

Page 69: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from

Page 70: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is 2% of the estimated cost of each group of the

tender7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.

Page 71: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

20. For imported equipments LOC will be open. Non manufacturing in India (NMI certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

DETAILED SPECIFICATIONS

Page 72: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO.01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.3 DETAILED SPECIFICATIONS OF DENTAL EQUIPMENTS – ORAL MEDICINE DEPTTS OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8/2013 AT 2:30 pm

Date of opening of Tender

16/8/2013 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.1,60,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No.01/2013-14 due on 16/8/ 2013 at 2:30 PM for Dental Equipments

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt.desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given

separately.

Page 73: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Oral MedicineS.NO NAME OF ITEM1 Technical Specifications for CBCT

Should be capable of providing the complete information on the anatomy of a patient’s mouth, face and jaw areas by producing three dimensional views of all oral and maxillofacial structures in DICOM 3 Compatible output.

Image acquisition technique should be single scan and cone beam acquisition. It should have Pulse type Exposure

Sensor Technology – Amorphous Silicon Flat Panel Sensor.

It should have 360 degree rotation of the gantry enabling a full scan of patient and the fast reconstruction of the images depending on the Voxel size selected.

Reconstruction time for images of full 3 – D Volume should be within two minutes

Grayscale – Equipment should have minimum of 14 bit grayscale resolution

Scan time should be < 20 second standard scan time for the largest scan FOV.

Voxel size : It should have Voxel size of 0.5mm or less

Flexible FOV Dosage: It should have the minimal radiation

burden and maximum radiation effectiveness in class depending on FOV selected.

Patient Positioning : Laser assisted patient positioning

Scan acquisition may be standing , sitting ,or supine with head immobilization devices.

Wheel chair access should be possible for old and disabled patients in case of standing and sitting machines.

01

Software should offer: Streamlined Dental Workflow Free Software for

networking and sharing. DICOM 3 Compatible output for sharing with

third party applications Software should give 3D reconstruction,

Panoramic View Mapping ,Orthodontic reconstructions, Implant Software, TMJ analysis, Magnification, Density Calculations.

Free of charges software and hardware upgrades to the unit during the entire life span of scanner, if necessitated by newer technological advancements.

Multiplanar Image reconstructions ( Orthogonal , Curved and Oblique slicing ) SAGITTAL VIEW,CORONAL VIEW,AXIAL VIEW, PANORAMIC VIEW and Implant Planning screen .

Implant Planning module with implant library and customizable implant sizes.

Equipment Size: Equipment should have small foot print. Site layout and site planning for unit installation to be done by the company. Minor modifications at the site to be done by the company for installation and must be quoted separately.

Should be supplied with Technical Operators manual.

Customer Support should be locally available in India with stocks of spare parts with Indian

Page 74: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

dealer in India. Protective sleeves ( 1000 no ) for bite blocks

should be supplied along with the unit.Additional Requirements :

Training: Should provide comprehensive support for clinical application training of staff and faculty by a specialist for an extended period till fully trained.

Equipment should be supplied with a PC Workstation.

Online UPS of suitable rating should be supplied for complete system including gantry and computer system.

The equipment should have FDA/European CE approved and should also meet AERB requirements.

Warranty : 24 months from the date of successful installation. The warranty should cover the entire accessory including X Ray tube and all consumables.

Comprehensive maintenance contract for next 05 years after expiry of warranty including all the accessories, X Ray tube and all consumables.

Term & Conditions 1. Sealed technical bid and Price bid shall be submitted separately in one sealed envelop as per

Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.2. Tenders without earnest money and original tender form will be rejected and no opportunity

will be given. No change in the tender rates will be accepted after opening of the tender.3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page. 4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS,

Rohtak/ Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender group on their

letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery & equipment.

ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the completesupply/withdraw their offer/rates or mo dify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:- a) Rates excluding taxes.b) Rates including taxes ( Net rates i.e.mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding the applicability of

taxes/duties for the time for which they are quoting rates with the offer.14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance

shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

Page 75: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

yment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable.

Professor I/c PurchasePGIDS Rohtak

Page 76: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak

Page 77: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

Page 78: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 79: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

5 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten.

Page 80: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as

Page 81: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

declared by the Industries Department, Haryana would be exempt from the deposit of EMD.9. The Vice-Chancellor will have the right to reject all or any of the quotation

without assigning reasons.10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

Page 82: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

Page 83: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

Page 84: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

Page 85: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

Page 86: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

Page 87: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

Page 88: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

Page 89: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is 2% of the estimated cost of each group of the

tender 7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

Page 90: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

DETAILED SPECIFICATIONS

Page 91: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO.01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.4. DETAILED SPECIFICATIONS OF DENTAL EQUIPMENTS – ORAL ANATOMY & PUBLIC HEALTH DENTISTRY DEPTTS OF PGIDS, ROHTAK .

Tender will only be accepted

Upto 16/8/2013 AT 2:30 pm

Date of opening of Tender

16/8/2013 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.15,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No.01/2013-14 due on 16/8/ 2013 at 2:30 PM for Dental Equipments

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt.desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given

separately. Oral Anatomy1 Radiovisio-graphy Unit

RVG with monitorDental x ray sensor with software.10 languages optional, Easy-to-use USB 2.0 interfacedental x ray sensor.

01

Page 92: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Components: 1.Sensor Module, 2.Control Box, 3.USB Cable (3M), 4.Holder for Control box, 5.Holder for Sensor 6.EasyDent V4 Installation CD, 7.Driver Installation CD8.EzSensor Manual,With CPU, Monitor & Irradiation unit.

2 Lab micromotor with straight handpiece.

Straight attachment handpiece,1:1, 40,000rpm with 3 ball bearing. Hifh quality, fits any brand micromotor & airmotor, gray Colour.

01

3 Set of Rim Lock Impression Trays (perforated & non perforated)Made of High quality stainless steel. Autoclavable, Made of thick sheet to avoid any deformation. The handle of the same is of thicker sheet and specially joined to avoid any bending. sizes 1-5 No. for upper and lower jaw

4 of each size

4 Set of Impression Trays (Edentulous) Made of Metal, autoclavable, Made of thick sheet to avoid any deformation. The handle of the same should be of thicker sheet and specially joined to avoid any bending. Sizes 0-4 No. sizes for upper and lower jaw.

08 of each size 0-4

5 Autoclave

01

6 UV Cabinets For Disinfection UV cabinet for disinfection with 9 small and 3 deep trays.Ultraviolet blue light 8W micro switch on/off control for UV light, Electronically operated with see through door, inside covered body, safety fuse, Mains input : 230V / 50HzDoor closing mechanism : magnetic gasketBISON

01

7 Small size model trimmers with diamond disc

10” diamond disc, self cleaning design, power =110V, 50-60Hz, 7A standard, extra diamond disc,dimensions14x14x17 approx.

02

8 Base former Made from flexible plastic, for pouring the base of a dental lab stone model.

06

9 Alcohol blow torch 02

10 Shade guide 0111 Crown remover(pneumatic)

With push buttons-with wire. Air activated breaking cements seals using short, repeated and low impact force allows faster, more convenient and easier removal of the crown or bridges. Kit included crown & bridge removal, bridge removal tip, single crown removal tip, single crown removal contra-angle tip, open end adjustment wrench, flexi-wire kit.

01

PUBLIC HEALTH DENTISTRY.(PCD)1 Autoclave

Semiautomatic Table front loading with a capacity of 10 -15 liters with International standards,Micro-processor based controlEnsure biosafety and sterilization of non-porous

03

Page 93: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

instrumentsCompetes dry cycle with semi-opened doorStainless steel chamber and minimum 2 stainless steel trays for surgical instrumentsSilicone ring sealing of the chamberThermostat for prevention of overheatingWith Accessories, ISI, ISO Certified

2 Ultrasonic Scaler Autoclavable hand piece, with no heat generation30000Oscillations per sec, ISI, ISO Certified

06

3 Ultrasonic Cleaner (small)Transducer based technologyCapacity 2.5 -4 litresErgonomic designPortableStainless steel bowl mounted in a powder coating casting.Spacious tank suitable for large instrumentsIn-built heater and circuit protectorFan to protect over heatingMinimum ultrasonic frequency 40 KHzMinimum four recycle digital timer ISI, ISO Certified

01

5 Air Rotor Contra angle, ISI, ISO CertifiedNSK/KAVO/CODENT/BIENAIR With minimum speed 300,000rpmSingle spray with spare cartridge and minimum warranty of 6 months

06

6 Amalgamator 027 Pulp Tester 028 X-ray viewer 019 Instrument cabinet 0110 Extraction forceps set of 16 instruments

1. Maxillary Anterior forceps 2. Maxillary Premolar Forceps 3. Maxillary Molar Forceps (Right & Left) 4. Maxillary root forceps 5. Maxillary Third Molar Forceps 6. Mandibular Anterior forceps 7. Mandibular Premolar Forceps 8. Mandibular Molar Forceps 9. Mandibular root forceps 10. Mandibular Third Molar Forcep 11. Bayonet Forceps 12. Maxillary Cowhorn 13. Mandibular Cow horn 14. Upper root forceps 15.Lower root forceps Stainless steel rust free, ISI, ISO Certified

06

11 Light cure unit system 70- 80 watt light source 60 deg. Angle Probe or light guide with 1 pistol grip

handpiece eye protection shield power source of 230v-115v Wave Length: 450-500nm, A short beep sound set at 10 sec or 5 sec. Internal voltage regulation Minimum one year warranty

01

12 SPECIFICATIONS OF IOPA X-RAY MACHINE WITH MOBILE STANDDental X-ray unit should have1. Mobile X-ray mounted on a very stable base with rounded lines, reinforced casters with a transversal brake stability and mobility with wall mounting2. Intra Oral x-ray Unit 70KW/7 ma tube3. Having more current and better quality

01

Page 94: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

4. Intra oral dental radiography (Compatible with RVG)5. Unit should have electrical cord of four meters.6. Manufactured with International Safety standards.7. Fully imported soft positioning arms for accurate tube positions.8. Great lightness and flexibility in the movements.9. Free swivel head should allow easy positioning of the Head.10. Head tube and cone should be internally lead coated to avoid scattered radiation.11. High voltage generator with high efficiency in the emission of the X-rays.12. Digital control equipped with an easy ready display indicating with precision the selected time.13. Exclusive angular indicating system for precise head positioning in various radiography techniques.14. Should have High efficiency and greater sharpness of the Radiography.15. Dental X-ray with pantographic arm with vertical and horizontal smooth movements.16. Should have Shorter exposure time and greater safetySource; Indigenous/ Imported.Should have ISO/CE Certificate

13 Glass bead Sterilizer 0114 Sets of (Probe, Mirror, Tweezer) 10015 Periodontal Probes 10016 Snap-A-ray film holders 5017 Autoclaves 0518 UV Chambers for disinfection 0519 X rays view box with TFT technology

Uniformity should be > 75% Lamp life should be > 18000 hrs viewing area 14”x17”

10

20 X-Ray film viewer with magnifierViewing area should be at least 31x41 mm. Hand held on table top model

05

21 TENS unit 02Term & Conditions1. Sealed technical bid and Price bid shall be submitted separately in one sealed envelop as per

Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.2. Tenders without earnest money and original tender form will be rejected and no opportunity

will be given. No change in the tender rates will be accepted after opening of the tender.3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page. 4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS, Rohtak/

Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender group on their

letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery & equipment.

ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

Page 95: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete supply/withdraw their offer/rates or mo dify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:- a) Rates excluding taxes.b) Rates including taxes ( Net rates i.e. mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding the applicability of

taxes/duties for the time for which they are quoting rates with the offer.14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance

shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable.

Professor I/C PurchasePGIDS, Rohtak

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet ,Dental Mobile Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c Purchase

Page 96: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet ,Dental Mobile Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favor of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet ,Dental Mobile Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

Page 97: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 98: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

6 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

Page 99: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

Page 100: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

Page 101: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

4

Page 102: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8. Packing cases, containers, gunny packages etc. which may be used for purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

Page 103: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

Page 104: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

Page 105: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

Page 106: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

Page 107: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

Page 108: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is 2% of the estimated cost of each group of the

tender7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Post Graduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non- manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications

Page 109: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

DETAILED SPECIFICATIONS

Page 110: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

NOTE: POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO.01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No. 5 DETAILED SPECIFICATIONS OF DENTAL EQUIPMENTS – PERIODONTICS OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8/2013 AT 2:30 pm

Date of opening of Tender

16/8/2013 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.40,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No. -01/2013 -14 due on 16/08/2013 at 2:30 PM for Dental Equipments

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt. desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given

separately. s.no.

Name of equipment Qty Required

1 Piezo Bone Surgery UnitPiezo-Bone Surgery Unit Ultrasonic System with illumination

1

2 Ultrasonic ScalarBased on Piezo electric technology, autoclavable hand piece, vibration frequency minimum range 28-32 KHz, minimum 5 tips for scalar, should be FDA, CE, UL or BIS approved, power input 220V -240 VAC, 50 Hz with Indian

20

Page 111: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

plug. Electrical safety conforms to standards for electrical safety norms.

4 Centrifugal MachineCentrifugal Machine with Variable speed torque and Timer, 8 Tubes corrosion resistant body.

1

5 Air Polishing UnitDental Air Polishing Unit

5

6 PhysiodispenserAdjustable torque, irrigation pump, autoclavable Micromotor,Type: BrushlessRPM minimum Range: 500-30,000 RPMHeavy Foot control, Irrigation pump flow   speed: up to Max 6 Liter per hour, Micromotor Cord: Detachable from the unit and motor (Autoclavable)Torque: up to 65 NcmProgram type:   Re programmable Overload IndicatorReverse   rotation indicator Reverse Rotation Buzzer, Reduction control, Speed Control, Torque Control,Irrigation Control,

2

7 Gracey’s CurettesSet of 7 pairs of Gracey’s curetts

10 set

8 Color coded Naber’s Probe 04

9 Paquet Blade Handle 04

10 Reduction Hand piece 1:20 contra angle Reduction Hand piece for Implant

02

11 Ultrasonic scaler tips Ultrasonic scaler tips for P 5 Booster no.1,2,3

20 sets

Term & Conditions1. Sealed technical bid and Price bid shall be submitted separately in one sealed envelop as per

Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.2. Tenders without earnest money and original tender form will be rejected and no opportunity

will be given. No change in the tender rates will be accepted after opening of the tender.3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page. 4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS, Rohtak/

Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender group on their

letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery & equipment.

ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration

Page 112: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete supply/withdraw their offer/rates or mo dify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:- a) Rates excluding taxes.b) Rates including taxes ( Net rates i.e.mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding the applicability of

taxes/duties for the time for which they are quoting rates with the offer.14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance

shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable.

Professor I/c PurchasePGIDS Rohtak

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India .

Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/C PurchasePGIDS, Rohtak.

Page 113: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.

IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at 3.00   PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

Page 114: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontics Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair

Basic -32 & Medium-16 ( total 48 )

For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1

Public Health Dentistry

14 Dental Material For Prostho & Conservative 15 Laser (laser Hard

Soft tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 115: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:
Page 116: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

7 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

Page 117: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country of

Page 118: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

manufacturer

______________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

Page 119: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.

Page 120: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma

Page 121: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract. (b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all

Page 122: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

Page 123: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

Page 124: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

Page 125: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is 2% of the estimated cost of each group of the

tender7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of

Page 126: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

DETAILED SPECIFICATIONS

Page 127: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:
Page 128: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO.01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.6 DETAILED SPECIFICATIONS OF DENTAL EQUIPMENTS – PEDODONTICS OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8/2013 AT 2:30 pm

Date of opening of Tender

16/8/2013 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.13,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No. -01/2013 -14 due on 16/8/2013 at 2:30 PM for Dental Equipments.

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt.desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given separately.

Sr. No. Name of items with Specification1. Rubber Dam kit :- Having different size

clamps, wing clasp holding forceps, punch template for marking holes, one frame, dam stabilizing cords, wedges and rubber dam sheets –hygiene make.

02

2 Amalgamator :- Permanent memory, individual adjustment of paste consistency, mixing capsule protection/ non capsule type electronically controlled digital display.

01

3 Hydrosolder - Hydrogen type. 01

4 Electrocautery :- utoclavable electrodes, operation mode off cut, coagulation & autocoagulation for gingival and periodontal surgery.

01

5 Conscious Sedation unit :- ISO MDM Classic Conscious Sedation

Delivery System- ISO MDM Mixer Head Classic - 4 cylinder mounting block

(Yoke)- Pead-Scavenger with 3’DISS

(3 feet length) hose

01

Page 129: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

assembly for N2O/ O2 - set of nasal hoods (assorted

24 nos)- tall mobile stand.

6 Apex locator : Having ability to determine the apical constriction andanatomic apex by calculation. The ratio of two different frequencies (400 Hz and 800KHz). The accuracy of measurement not affected by the presence and absence of blood. Other discharge electrolytes such as sodium, rating DC 7.5, five 1.5 volt alkali battery, power consumption 0.3 W, measurement voltage 80Mv, measurement ampere 10 microModel- RCM- IMake Root ZX et. Morit Japan

02

7 Glass bead sterilizer- dry glass bead sterilizer, 10” X 5” analog tyope for steruilization of pedo file with glass beads

02

8 Endodontic Pressure Syringe- for filling/ obturating the apical portion of root canal space.

- Pressure syringe slowly extruding the filling material and flow material can be stopped instantly.

- Thick creamy consistency endodontics filling material for primary teeth with preferably 30 gauge needle.

Sets in 2 to 3 hours, tissue compatible, radiopaque, bacteriostatic, ensuring a positive seal.

01

9 Dental Bleaching Unit :-- Tunable bleaching time with

micro-processor controlled timer presets.

- Smart Auto-select power :- 100-240 Volts AC

- 1 Beep every minute - 3 Beep upon completion - Auto power selector mode - Light Intensity-2000 MW/cm 2 - Wave length :- 420-500 nm

01

10 Typhodont 03 pedo, 3 permanent

11 Needle Destroyer 02

12 Soft- Tissue Laser :- (Surgical Endo/ Perio/ Miscell) - Touch screen display

- Should be supplied with fibres of 1 X 200 micron and 4 X 300 micron +/-

01

Page 130: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

20 micron, fibre cutter, 50 single use tips, 3 pairs of safety goggles.

- Wavelength 980 nm +/- 10 nm. - Should perform all soft tissue

related surgeries (Abscess, Haemostasis, Gingivoplasty, Gingivectomy, Pulpotomy, perio germ reduction, incision/ excision endo, germ reduction, frenectomy, troughing, desensitization)

- Power adjustable from 0.5 W to 7 W. - Frequency 1 HZ to 100 Hz.

Term & Conditions1. Sealed technical bid and Price bid shall be submitted separately in one sealed envelop as per

Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.2. Tenders without earnest money and original tender form will be rejected and no opportunity

will be given. No change in the tender rates will be accepted after opening of the tender.3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page. 4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS, Rohtak/

Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender group on their

letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery & equipment.

ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete supply/withdraw their offer/rates or mo dify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:- a) Rates excluding taxes.b) Rates including taxes ( Net rates i.e.mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding the applicability of

taxes/duties for the time for which they are quoting rates with the offer.14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance

shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

Page 131: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable. Professor I/C Purchase

PGIDS, Rohtak

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak.

Page 132: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery

Page 133: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 134: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

8 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of

Page 135: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the

Page 136: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in

Page 137: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

Page 138: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of

Page 139: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not

Page 140: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

Page 141: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

Page 142: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

Page 143: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak

Page 144: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

6. Earnest money of each group is Rs. 2% of the estimated cost of each group of the tender

7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

Page 145: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

DETAILED SPECIFICATIONS

Page 146: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO.01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.7 DETAILED SPECIFICATIONS OF DENTAL EQUIPMENTS – ORAL SURGERY DEPTTS OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8/2013 AT 2:30 pm

Date of opening of Tender

16/8/2013 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.38,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No. -01/2013 -14 due on 16.08.2013 at 2:30 PM for Dental Equipments

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt. desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given separately.

Sr. No.

Name items Qty. Reqd.

1 RVG with Computer1. Sensor thickness app. 3 mm.2. Outer dimension not more than app. 35-40 mm X 25-30mm.3. 100% active area.4. Appr. 2500000 pixels.5. 22 Lines pairs/mm resolution.6. CCD Technology protected optical fiber.7. Reduction in Radiation as compared to X-ray films is up to 90%.8. USB connectivity with computer.9. Compatible with PC as specified in the intraoral camera.10. User friendly software.11. Protective sheaths are provided. Post delivery instruction, demonstration, training, and interface familiarization should be provided. Undertaking for post warranty standard annual maintenance contract with assurance availability of spares for at least five years.Should have ISO / CE certificate

02

2 ULTRAVIOLET CABINETSpecification

Body - Overall size : (590 x 296 x 200 mm) APPROXIMATELY

Small Trays : 9-10 Deep Trays : 3-4

05

Page 147: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Magnetic door Latch Door Actuated switch

Mains switch Should have ISO / CE certificate

3 AUTOCLAVEFeatures• Table Top Front loading Autoclave• Fully automatic Micro - Processor based control.• Temperature select 121° C and 134° CSpecifications• Chamber Size : 225mm Dia x 430mm Depth• Outer Dimensions : W 580mm x H 430mm x D 600mm• Coil : 1.5 KW / 230 VAC Should have ISO / CE certificate

02

4 SPECIFICATIONS OF IOPA X-RAY MACHINE WITH MOBILE STANDDental X-ray unit should have1. Mobile x-ray mounted on a very stable base with rounded lines, reinforced casters with a transversal brake stability and mobility with wall mounting2. Intra oral x-ray Unit 70KW/7 ma tube3. Having more current and better quality4. Intra oral dental Radiography (Compatible with RVG)5. Unit should have electrical cord of four meters.6. Manufactured with International Safety standards.7. Fully imported soft positioning arms for accurate tube positions8. Great lightness and flexibility in the movements.9. Free swivel head should allow easy positioning of the Head.10. Head tube and cone should be internally lead coated to avoid scattered radiation.11. High voltage generator with high efficiency in the emission of the x-rays.12. Digital control equipped with an easy ready display indicating with precision the selected time.13. Exclusive angular indicating system for precise head positioning in various radiography techniques.14. Should have High efficiency and greater sharpness of the Radiography.15. Dental x-ray with Pantographic arm with vertical and horizontal smooth movements.16. Should have Shorter exposure time and greater safetySource: Indigenous / Imported.Should have ISO / CE certificate

02

5 MICRO MOTORMotor with 35,000-40,000 rpm High torque built in safety Device with Foot control.• Electronic control which has smooth start and attains high speed quickly without any jerk.• Micro motor can be operated either by hand or foot control fine tuning of speed by hand only.• Reverse and forward rotation, by hand switch, ON/OFF control by foot switch.• ISO - E type coupling for all E - Type HandpieceShould have ISO / CE certificate

06

6 Impaction kit should contains B.P. Handle no 3 Howarth elevator Cryer X bar elevator Molt's periosteal elevator Austin tissue retractor Coupland elevator Warwick james elevator straight Root tip elevator

10

Page 148: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Lucas curettes D/E Mouth prop set of 3 Needle holder 6" Scissor- SS Suture cutting Forceps- Adson tooth 6" Miller bone file Suction canula- Frazier no 3 Fine osteotome- straight 4 mm Aluminium box

Should have ISO / CE certificate7 Trauma Kit should contains

Self holding screw driver 1.5, 2.0, 2.5 mm Ordinary screw driver 1.5, 2.0, 2.5 mm Plier Modeling lever Wire cutter Wire twisting forceps Bone holding forceps- pointed 6" Kelsey fry bone awl Simple scale 6" Aluminium box transbuccal trocar intraoral bone reduction forceps

Should have ISO / CE certificate

05

8 SPECIFICATIONS FOR MOBILE LED O.T. LIGHT 1. It should have Multi Lens matrix for optimum backlight. 2. Light should be a combination of three consoles of LED

Lights & each console consisting of minimum 15 LEDs.3. It should have streamline shape for minimum of air

resistance.4. It should be shadow less light. 5. It should be Infrared and UV free light for low heat

generation.6. Rise of heat on area of surgeons head should not be

more than 1°C.7. Colour temperature should not be more than 3800-

5000k8. Light should have a light Intensity more than 85000

Lux at a distance of 100 cm.9. It should have focusing through central stabilizing

handel.10. It can adjust the colour temperature request for

different surgery, which can help accurately identify each tissue, blood vessel & void vision tiredness of surgeon

11. It should have the long life of LED Lights. 12. It Should be mounted on movable stand. 13. The battery backup/UPS of light should be mounted on

same stand.14. It should comply Indian Electrical standards and should

work on 220v/50Hz.15. It should be ISO9001:2008 and ISO13485:2003

certified.16. It should be tested for IES 60601-1and IEC60601-2-41 17. It should be ISO/CE marked.

02

9 Specifications for LED View Box 06

Page 149: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1. It should be State of art light weight for viewing X-ray Films.

2. It should have LED Light source with Light Intensity of 10,000 lux or more.

3. It should have dimmer for intensity adjustments. 4. Should be made up of unbreakable Plastic. 5. Should be compact for easy handling 6. Should have option to be mount on Wall or Desk 7. Should have controllable light source with a single

button. 8. It Should be ECO friendly 9. It Should comply Indian Electrical standards and works

on 220v/50Hz

Should be quoted in following Sizes:1films of size 14"x17" with gross weight Less than

3.25 KG 2 films of size 14"x17" with gross weight Less than

5.6 KG 4 films of size 14"x17" with gross weight Less

than 8.10 KGOptional: Rate of Mounting Stand should be quoted separately.Should have ISO / CE certificate

10 Straight Hand-piece Specifications It should haveE type low speed hand-piece , 1:1 ratio , with external cooling system

Air pressure: 245~392Kpa (2.5~4Kgf/cm2) approx.

Water pressure: 22000~27000rpm approx.

Chuck type: latch type

Noise:≤70dB approx.

Turns speed: 18000~25000turns /minute approx.

Should have ISO / CE certificate

10

11 Hand held Doppler Handy and potable pocket model Doppler 8 Mhz Transducer Battery rechargeable

01

12 Light cure unitLed basedPen style LED curing unitBlue light source Light intensity 800m W/cm2Wave length-uniform wave length 470mmLow and high intensity timer and set buttonInput DC-74, 1500mAH output DC-74B,1500 mAHMake Indigenous/Imported

02

13 Surgical Hand pieceStraight surgical Headpiece 1:1 Straight, Lever Chuck for surgical Burs, and cutters should be ISO/CE marked

04

Term & Conditions 1. Sealed technical bid and Price bid shall be submitted separately in one sealed envelop as per

Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.2. Tenders without earnest money and original tender form will be rejected and no opportunity

will be given. No change in the tender rates will be accepted after opening of the tender.3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page. 4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS,

Rohtak/ Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be)

Page 150: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender group on their

letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery & equipment.

ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the completesupply/withdraw their offer/rates or mo dify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:- a) Rates excluding taxes.b) Rates including taxes ( Net rates i.e.mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding the applicability of

taxes/duties for the time for which they are quoting rates with the offer.14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance

shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable.

Professor I/c PurchasePGIDS Rohtak

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from

Page 151: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak.

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must

Page 152: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

Page 153: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

Page 154: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

9 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

Page 155: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________

Page 156: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before

Page 157: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived

Page 158: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is

Page 159: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies

Page 160: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignature

Page 161: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

AddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.

Page 162: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

10. Prices should be for supply of the material in safe conditions F.O.R. destination failing which offer may be ignored.

11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

Page 163: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is 2% of the estimated cost of each group of the

tender7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for

Page 164: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

DETAILED SPECIFICATIONS

Page 165: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:
Page 166: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO. 01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.8 . DETAILED SPECIFICATIONS OF DENTAL EQUIPMENTS – Prosthodontics OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8 /2013 AT 2:30 pm

Date of opening of Tender

16/8 /2013 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.32,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No. 01/2013-2014 due on 16/8 2013 at 2:30 PM for Dental Equipments

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt.desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given separately.Sr.No.

Description of goods Prosthodontics Clinic Qty.Req.

1 Hot Air Oven Horizontal fan assisted, should have minimum two detachable perforated shelves, should have door window and equipped with interior lighting, Temp. between 5 degree to 250 Celcius Degree. Heater capacity 750 w X 2heater -1500 watts, electric connection:220V,50 HZ

01

2 X-Ray View Box LED light source, Brightness more than 4000 lux, Power AC 100-250 V, Thickness 4.5 c.m (approx).

07

3 Chair side X-ray unit Class -1 type 8, 220 v 50 Hz, 70 Kv, 8mA , Filtration -2.5 mm Al, 35 Kg, Exposure time – 0.2-4 sec with RVG compatible.

01

4 Sinus lift instruments Including Piezotomes, hand piece , set of bone surgery tips, set of sinus lift tips, set of power periotome tips, set of intralift tips, 1 large sterilization cassette, with autoclavable tubing & irrigation bag spikes

01

5 Implant surgical Kit Implant kit: Containing Standard drills (round burs, pilot drills, lance drills & twist drills) & supplementary drills, other components:1. Counter sink, 2 screw tap, 3 bone mill, 4drill extender, 5 implant inserter with implant inserter wrench, 6 Depth gauge, 7 screw Driver 8 stopper.

01

6 Implants Assorted diameter and length

25

7 Implant prosthetic componentsLong and short copings for impressions, implant analogs assorted size, abutments angulated and straight, healing

25

Page 167: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

abutments/ gingival former, 8 Physio-dispensor handpiece 019 Radiovisio graphy Unit

RVG with monitor Dental x ray sensor with software.10 languages optional, Easy-to-use USB 2.0 interfacedental x ray sensor. Components: 1.Sensor Module, 2.Control Box, 3.USB Cable (3M), 4.Holder for Control box, 5.Holder for Sensor 6.EasyDent V4 Installation CD, 7.Driver Installation CD8.Ez Sensor Manual,With CPU, Monitor & Irradiation unit..

01

10 Digital Occlusal Analyser Available with Windows-based software, scanning electronics (Handle), Sensors Ultra-thin (100 microns) reusable Sensor for 15-25 recordings, full-color 3-D or 2-D graphics

01

11 Straight Handpiece ( Micromotor) with stand

Straight attachment handpiece, 1:1, 40,000 rpm with 3 ball bearings, High quality, Fits any brand Micro Motor & Air Motor,

10

12 Contra Angle Handpiece (Micromotor with stand)

Latch head with Contra angle handpiece, Ball bearings based,Rotation speed 20,000 RPM(approx), High quality, Fits any type of micro motor & Air Motor

05

13 Minihead Airrotor Handpieces (Contraangle

Single spray, 4,00,000 RPM(approx) - rotation range, High speed for high precision work, Ultra Speed, Mini Head.

05

14 Set of Rim Lock Impression Trays(Dentulous Made of High quality stainless steel. Autoclavable, Made of thick sheet to avoid any deformation. The handle of the same is of thicker sheet and specially joined to avoid any bending. sizes 1-5 No. for upper and lower jaw

10

15 Set of 10 Impression Trays Perforated (Edentulous)Made of Metal, autoclavable, Made of thick sheet to avoid any deformation. The handle of the same should be of thicker sheet and specially joined to avoid any bending. Sizes 0-4 No. sizes for upper and lower jaw.

15

16 Set of 10 Impression Trays Non- Perforated (Edentulous)Made of Metal, autoclavable, Made of thick sheet to avoid any deformation. The handle of the same should be of thicker sheet and specially joined to avoid any bending. Sizes 0-4 No. sizes for upper and lower jaw.

15

17 Light Cure Unit With Extra Bulbs75 Watts,12 V ,tungsten halogen lamp, internally mounted super cool fan, timer from 10-60 sec. With audible tone, interupt cycle capability, autoclavable fibroptic probe, fully 360 degree rotation for easy access, thermal safety switch. Protection shield for safety operation, unit can be wall mounted or free standing.

03

18 UV Cabinets For Disinfection UV cabinet for disinfection with 9 small and 3 deep trays.Ultraviolet blue light 8W switch on/off control for UV light, Electronically operated with see through door, Mains input : 220 v.

10

19 Ultrasonic Scaler Detachable scaler handpiece with tips. Magnetostrictive/ Piezoelectric

01

20 Nasoendoscope Optical System with field of view 85 o and direction of view- forward. Insertion Tube diameter 3.5mm, Angulation up-130 o & down-130 o , Working Length 30 cm, Fiberoptic, flexible. 1.3 MPx.

01

21 Oral Endoscope Compact size, image sensor ¼ inch CMOS, CMOS sensor specifications: effective pixwels:640x480, sensing area (HxV): 3.58x2.69mm, Resolution: 420TVL, Low illumination:0.3lux, Video output:USB 2.

01

22 Educating modelsAssorted models of implant, maxillofacial and fixed prosthesis

02

Page 168: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

23 Articulator (Semi-adjustableWhipmix articulator (model 8500) with face bow and accessories (magnetic)Condylar Guidance featuring:

- Adjustable condylar inclination - Progressive side shift - Adjustable intercondylar distance

02

Term & Conditions1. Sealed technical bid and Price bid shall be submitted separately in one sealed envelop as per

Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.2. Tenders without earnest money and original tender form will be rejected and no opportunity

will be given. No change in the tender rates will be accepted after opening of the tender.3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page. 4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS, Rohtak/

Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender group on their

letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery & equipment.

ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete

supply/withdraw their offer/rates or modify the terms & conditions of the same during the validity of their offer.

12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:- a) Rates excluding taxes.b) Rates including taxes ( Net rates i.e.mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding the applicability of

taxes/duties for the time for which they are quoting rates with the offer.14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance

shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable.

Page 169: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Professor I/c PurchasePGIDS Rohtak

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak.

Page 170: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab

Page 171: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 172: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

10 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

Page 173: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.

Page 174: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

Page 175: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are

Page 176: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

Page 177: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or

Page 178: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)

Page 179: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

Page 180: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of

Page 181: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is 2% of the estimated cost of each group of the

tender .7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.

Page 182: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non- manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

Page 183: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

DETAILED SPECIFICATIONS

Page 184: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO. 01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.9 . DETAILED SPECIFICATIONS OF DENTAL EQUIPMENTS – Prosthodontics Lab OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8 /2013 AT 2:30 pm

Date of opening of Tender

16/8 /2013 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.29000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No. 01/2013-2014 due on 16/8 2013 at 2:30 PM for Dental Equipments

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt.desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given separately.Sr.No.

Description of goods for Prosthodontics Laboratory. Qty.Req.

1 Vacuum Mixing MachinePre-programmed mixing parameters or manual mix override. Vacuum fixed mixing bowls in the size of 250 ml to 1200 ml, digital display showing parameters ,with table top stand .

02

2 Curing Pressure Pot Fully automatic, big screen for display , accommodate 10 models curing at a time, stainless steel curing chamber with safety value and pressure and temprature gauge.

01

3 Pressure Moulding MachineMax power 850 watts, voltage – 220v /110v, 50-60 hz, work pressure of max 6bars.

02

4 Pindex SystemMotor type- high speed, platform size-8”x6” approx. laser light adjustment, set of extra drills.

01

5 Electro PolisherEquipped with swinging electrodes, working current -3A,4A,5A,6A, , Timing adjustment – 0-15 min, voltage 220V (Approx),

01

6 High speed lathe High speed dental cutting lathe with stain less steel thick end attachments Voltage – 220/110v power -180 w, speed- control upto 6000 RPM,

01

7 Magnifying work lamp Regular flex-neck desk lamp with efficient fluorescent light, fully adjustable, 12w light tube ( approx).

01

8 Heavy duty lathe with suction 1HP, high speed , approx 3000 rpm., built in high power dust suction behind the chuck., Dust collection bag, Table mounted base.

01

Page 185: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

9 Dry Model Trimmer assorted 10” carborandum disc, dust collector, 220/110 V,

01

10 Steam cleaner220 V, 1600 W, 5.5L – capacity(approx).

02

11 Wax HeaterFor wax dipping technique, temperature range from approx 6 Deg.Cel -110 Deg.Cel and maintainable temperature melting time: approx.6 minutes. 2-4 compartment for wax melting.

02

12 Spindle Grinder with suction

Should have fully adjustable safety shield and light assembly,adjustable working height, should equipped with high-speed automatic spindle, Self-contained Dust Collector, adjustable spindle working height, speed range 24000-30,000 rpm, power supply 110 volts220v.

01

13 Casting machine motorcast with door Closed door type with protective cover lock, with open flame melting with automatic gas-saving unit, with speed ranges 350rpm to 450 rpm speed adjustability using key pad on the control element, power supply 110 or 220 volts

01

14 Model trimmer with double disc220v, 2500-3000 rpm, heavy duty, 10” coarse stone outflow water system,

01

15 Ultrasonic CleanerJet pressure-30-600 psi, frequency-25 KHz-43 KHz, tank capacity-3 liter onwards, liquid flow-2-20 lt. /min.

01

16 Electric carverDigital with temperature control, dual pencil with different tips

02

17 Dewaxing unitDouble walled with outside and inside body made of high quality stainless steel, with digital display and controller cum digital timer, drain valve, pilot lamp, 220 volts AC

02

18 AcrylizerDouble walled with outside and inside body made of high quality stainless steel, with digital display and controller cum digital timer, drain plug, pilot lamp, 230 volts AC

02

19 Dual Purpose Metal Ceramic And All Ceramic Furnance Dual function furnace - porcelain firing and pressing. Technical feature:

Voltage100 / 120 volt, 230 volt Display LCD Screen Chamber Dimensions 10 inches Diameter(approx) External Dimensions 61 inches x 33 inches x 45 inches

(muffle open)(approx) Computerized Auto Control / Calibration. Programmable Settings: Temperature, Vacuum Level

Drying, Idle Time, Night Mode. Memory Multiple Programs PC / Printer Connectivity. Maximum Pressing / Firing Temperature1200° C

01

20 Palatal Trimmer

High torque and high speed with 2500-3000 rpm, good quality stainless steel, dull finish work surface, dust collection part in back with adapter hose, fast cutting trimmer.

01

21 Vibrator with Timer Capacity to place 2 base formers together, Removable Rubber Plate for cleaning fitted with Controller and Timer 0.15 min.

05

22 Electroplating unit unit for polishing pattern- cast dentures, for plating and coating of impressions & pattern-cast , with heater and temperature control, 3 bath cells with accessories, with capacity of 1 litre to

01

Page 186: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

2.5 litre 23 Model Trimmer with Carborandum Disc

220V, 500 w, 2500-3000 rpm , 03

24 Strengthen Unit 0125 Model Trimmer with Diamond Disc

10” diamond disc, self cleaning design, Power - 110 V, 50-60 HZ, 7A, Extra diamond discs, dimensions- 14x14x17 “( Approx)

26 Duplicator Should have water heating system, automatic gelatin maintenance cycle, continuous temperature display, rotation speed of 40rpm, self adapting mixing blades

27 Spot welderPower supply- 220v+/-22v, 50 HZ(or 110 V), digital display, made up of good quality metal.

28 Gas blow torchSuitable for acytylene, propane or oxygen, with assorted sized nozzles.

29 Stereo MicroscopeBinocular viewing head, 10 X Eyepiece,45’ angle single fixed adjustable binocular eyepiece ( approx)

30 Composite Curing UnitLight curing chamber, Single phase AC 220Vpower consumption 750 watt, light wave range 450-580 nm, temperature control, view window, with up and back opening mechanism

31 Implant Micro surveyor 0132 Intra-oral sandblaster

All stainless steel construction carbide tip, autoclavable nozzle, 360 degree rotatable and interchangeable nozzles,

01

33 Cable arm for hanging engine Double Ball Bearing metallic Cable Arm with high speed Ball Bearings RPM 18,000(approx)

20

34 Articulator Mean value Made up of good quality metal with mounting plates(2 pairs)intercondylar distance-10 to 11cm condylar guidance-33degrees(approx)incisal guidance-9-12degrees(approx)

25

Term & Conditions1. Sealed technical bid and Price bid shall be submitted separately in one sealed envelop as per

Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.2. Tenders without earnest money and original tender form will be rejected and no opportunity

will be given. No change in the tender rates will be accepted after opening of the tender.3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page. 4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS, Rohtak/

Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender group on their

letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery & equipment.

ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

Page 187: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete

supply/withdraw their offer/rates or mo dify the terms & conditions of the same during the validity of their offer.

12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:- a) Rates excluding taxes.b) Rates including taxes ( Net rates i.e.mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding the applicability of

taxes/duties for the time for which they are quoting rates with the offer.14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance

shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable.

Professor I/c PurchasePGIDS Rohtak

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak.

Page 188: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In

Page 189: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 190: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

11 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

Page 191: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender

Page 192: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

Page 193: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

Page 194: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

Page 195: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

Page 196: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

Page 197: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

Page 198: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

Page 199: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

Page 200: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is 2% of the estimated cost of each group of the

tender7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

Page 201: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

DETAILED SPECIFICATIONS

Page 202: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO.01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.10 DETAILED SPECIFICATIONS OF DENTAL EQUIPMENTS – Conservative & ENDODONTICS + Dental Material DEPTT OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8/2013 AT 2:30 pm

Date of opening of Tender

16/8/2013 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.32,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No. -01/2013 -14 due on 16/8/2013 AT 2:30 P.m. for Dental Equipments.

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt. desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given separately

Sr. No.

DESCRIPTION OF GOODS Qty Req.

1 RVG Sensor System Should be based on CMOS 10-30 lp/mm true image resolution Exclusive sensor with complete software package including

optical fiber technology Plastic pack design to allow easy periapical and bitewing

3(2 for Cons. + 1 for Perio.

Page 203: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

radiograph. USB cable. Thickness of the sensor should be 2-5 mm. length 35-

40mm,width 25-30mm Sensor life should be more than 350000 Exposures. Sensor active area should range from 450-1000 Square mm RVG/System software Should be licensed. Should have automatic acquisition and save facility. Should have sharpening, cleaning and improving features. Should have search facility by patient ID name or any other criteria. Should be Internet compatible. Should be capable of generating Reports. Should be capable of Avoiding Accidental Deletion. Radiation protection accessories: lead apron, thyroid collar,

gonadal sheath. Mimimum cable length of approximately 3 meter

2 Bleaching Unit: It shall have Photo activation by blue light

generated by 5-8 high power LEDs It shall have Articulated arm with a support

for chair mounting It shall have beep after every 10 seconds & at

the end of the cycle Should have atleast 5 time pre-set programs

and 3 different light intensity outputs. LCD screen showing all the relevant

operating information. With bleaching material for 20 patients.

01

3 Endomotor with handpiece: Endodontic micromotor to drive NiTi

instruments in dental setup. Unit should consist of Charging station,

Handpiece, Contra angle head andrechargeable battery, Mains cable.

Fits all popular brands of Rotary files It shall have Variable Torque control It shall have Variable Speed It shall have Auto-reverse function It shall have minimum 5 programmed

memory It shall have Push type Ultra miniature head It shall have On/Off switch on hand piece It shall have Lightweight and comfortable

Handpiece It shall have Wide screen for comfortable

viewing, It shall have Flat control panel which is

simple and user friendly It shall have Compact unit It should operate on both AC and DC power

sources It shall have AC cord / rechargeable battery

pack Contraangle head is sterilizable. 12 months warranty on rechargeable battery.

06

4 Packing and preserving Unit with sealing systemfor sterilizing all dental & surgical instruments available withcolor indicator, clean view design , Dual chemical

0

02

Page 204: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

indicators showing gas or steam sterilizationresist tearing , manufactured in European standards sterilizing roll size -100mmx200mtrs

5 Table top Autoclave for Dental set up1.Autoclave should be table top and front loading with fully automatic micro processor / microcontroller based control, highly accurate pressure control switch and stainless steel sterilization chamber. 2. Autoclave with a powerful double head vacuum pump to eject air pockets from the chamber at the beginning and at the end of the cycle suitable for the sterilization of both wrapped and unwrapped instruments. 3 Technical Specifications 3.1 It should have digital timer for wet and dry cycle. Minimum 10 sterilization cycles both for wrapped as well as unwrapped instruments ,for flash sterilization, open, packed, liquids. 3.2 It should also have silicon rubber ring gasket in the door for locking (to prevent sudden opening of the door) The closing and locking of the door should be completely automatic 3.3 Auto draining facility for reservoir tank water with separate tank for used and fresh water. 3.4 An alarm should be provided to ring after the total command is over 3.5 Auto Equalizer of pressure must be in the chamber for easy opening. 3.6 Digital temperature and pressure gauges. 3.7 Control panel to select cycle settings with LCD Display and water level indicator. 3.8 Nominal capacity app 20-25 liters 3.9 Pressure range: 1.2 kg./cm2 (121 deg C) to 2 Kg. /cm2 (134 deg C) 3.11 System should be operated with a high vacuum pump. Thermodynamic vacuum creation will not be considered. 3.12 Integrated printer for printing of the reports 3.13 Should be supplied with a water deionizer to be connected directly to the tap water. 4 System Configuration Accessories, spares and consumables 4.1 System as specified- 4.2 It should be supplied with the following accessories:- •Tray Stand: No. 1 •Tray: Nos. 3 •Bin (with lock): No. 1 •Sealing & Packaging Machines.4.3 All consumables required for installation and standardization of system to be given free of cost. 5 Environmental factors 5.1 Shall meet IEC-60601-1-2:2001(Or Equivalent BIS) General Requirements of Safety for Electromagnetic Compatibility. Or should comply with 89/366/EEC; EMC-directive. 5.2 The unit shall be capable of being stored continuously in ambient temperature of 0 -50deg C and relative humidity of 15-90% 5.3 Thu unit shall be capable of operating in ambient temperature of 20-30 deg C and relative humidity of

02

Page 205: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

less than 70% 6 Power Supply 6.1 Power input to be 220-240VAC, 50Hz fitted with Indian plug 6.2 Voltage corrector/stabilizer of appropriate ratings meeting ISI Specifications.( Input 160-260 V and output 220-240 V and 50 Hz)

6.3 Reset table over current breaker shall be fitted for protection 7 Standards, Safety and Training 7.1 Electrical safety conforms to standards for electrical safety IEC-60601 / IS-13450 7.2 Should be FDA , CE,UL or BIS approved product 7.3 Manufacturer/Supplier should have ISO certification for quality standards. 7.4 The autoclave should have thermostatic Control Switch to prevent from overheating.

7.5 The system equipped with required safety features. The door opening should becontrolled by dynamic, electromagnetic & Electronic device and it should open only with atmospheric pressure in the chamber. 8 Documentation8.1 User/Technical/Maintenance manuals to be supplied in English. 8.2 Certificate of calibration and inspection. 8.3 List of Equipments available for providing calibration and routine PreventiveMaintenance Support. As per manufacturer documentation in service/technical manual. 8.4 List of important spares and accessories with their part number and costing. 8.5 Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist. The job description of the hospital technician and company service engineer should be clearly spelt out.

6 Digital Light Cure Unit LED based light cure unit Digital display of time on the hand unit with flexibibility of time Should be provided with additional tips and shields. Fast curing times Should offer a clear view and enhanced patient comfort Angulated light guides should revolve 360degrees. Should be easy to clean Light weight, Light source: 1 Ultra high-intensity light emitting diode (LED) Safe, ease of use in dental surgery Should have no heat build-up on teeth & main unit Instant-on, No wait, No warm-up time Minimum light intensity 1000mw/cm2Relative Emission Intensity It should emit the light 430~470nm light for curing the dental restoratives. Power Requirements 1.Power input to be 220-240VAC, 50Hz 2.Voltage corrector/stabilizer of appropriate ratings meeting ISI Specifications.(Input 160-260 V and output 220-240 V and 50 Hz) 3.Resettable over current breaker shall be fitted for protection

08

7 Radiofrequency Electrocautery 02

Page 206: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Solid state circuitry to eliminate warm-up timeCut /coagulation Single control for easy mode selection and intensity adjustmentSwivel cord connector to improve handlingWaterproof footswitch for hands-free electrode activationDispersive electrode to complete energy flow path3 Electrode Set -coagulation ball,45degree straight ,45º Long Loop Introductory DVD Autoclavable electrode sheathsNo warm up time

8 Intra-oral X-ray Machine: X-ray generator :High frequency (300 kHz) Focal spot :0.7 mm Tube voltage: 60/70 KV 7-8 mA tube Mounting Options : mobile Arm: scissor arm Timer :integrated to the unit, digital timer with accuracy of 0.01 seconds(0.01 seconds to 4 seconds) Timer Settings :Manual time settings and/or digital mode Options and Accessories :Synchronization link with RVG system, collimators, long cone. Contolled microprocessor unit. Tube Head (preferably metal) and long cone internally lead coated to avoid scattered radiationManufactured with international safety standardsPower input to be 220-240VAC, 50Hz fitted with Indian plug Voltage corrector/stabilizer of appropriate ratings meeting ISI Specifications.( Input 160-260 V and output 220-240 V and 50 Hz) Reset table over current breaker shall be fitted for protection

02

9 Gear Reduction Hand Piece:Contra-angle for using NITI rotary instrumentsProvision for adjustable torque and automatic declutchingMinimum four different torque values available using an adjusting slideRing located on contra-angle head.Reduced head size for maximum access & visibility.Push button head for removal of rotary instruments.Standard attachment (ISO)’E’ type, compatibility to any kind of Pneumatic and electric motors.Autoclaveable .

10

10 Apex locators frequency type - Apex locator having the ability to determine the Apical constriction and anatomic apex bycalculating the ratio of 2 different frequencies(400 Hz and 8 KHz). -The accuracy of measurement not affected by the presence or absence of blood, other discharges , electrolytes such as sodium hypochlorite.-Automatic calibration, no zero – adjustment -Battery power indication and automatic power off function. Accessories:- Probe 1, file holders 3, Contrary electrodes 5, “ AA” alkali batteries

05

11 Ultrasonic cleaner (large) Transducer based technologyCapacity is 10 to 20 litre (for large).Ergonomic design

5

Page 207: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

PortableSpacious tank suitable for large instrumentInbuilt sheath and circuit protectorFan to protect overheatingMinimum ultrasonic frequency -40 KhzMinimum tank size 250x160x70mmMinimum 4 cycle digital timers

12 Impact Air hand Piece for endodontic surgery( 4hole) 02

13 Iontophoresis Unit 02

14 Amalgamator (for Dental Material deptt.) 01

Term & Conditions 1. Sealed technical bid and Price bid shall be submitted separately in one sealed envelop as per

Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.2. Tenders without earnest money and original tender form will be rejected and no opportunity

will be given. No change in the tender rates will be accepted after opening of the tender.3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page. 4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS,

Rohtak/ Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender group on their

letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery & equipment.

ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the completesupply/withdraw their offer/rates or mo dify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:- a) Rates excluding taxes.b) Rates including taxes ( Net rates i.e.mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding the applicability of

taxes/duties for the time for which they are quoting rates with the offer.14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance

shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable.

Page 208: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Professor I/c PurchasePGIDS Rohtak

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak.

Page 209: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

Page 210: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 211: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

12 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt

Page 212: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

pledged to Vice-Chancellor. The earnest money must accompany the tender form

without which the offer will not be considered. The said amount will be regarded

as forfeitable to University of Health Sciences Rohtak if the successful tenderer

fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security money

Page 213: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

and should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list

Page 214: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any

Page 215: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure

Page 216: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or

Page 217: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………

Page 218: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

Page 219: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

Page 220: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is 2% of the estimated cost is each group of tenders.7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.

Page 221: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non- manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

Page 222: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

DETAILED SPECIFICATIONS

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCES

Page 223: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

TENDER NOTICE NO. 01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.11 DETAILED SPECIFICATIONS OF DENTAL CHAIRS ( BASIC & MEDIUM)

FOR VARIOUS DEPTTS OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8/20 13 AT 2:30 pm

Date of opening of Tender

16/8/20 13 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.1,00,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No.01/2013-14 due on 16/8/2013 at 2:30 PM for DENTAL CHAIRS BASIC & MEDIUM.

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt. desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given separately.

Sr. No.

Name of Equipments with specification Qty Req.

1. Equipment specifications for Dental Chair (Basic) 32

Anti crushing seamless upholstery (Laminated for optimum hygiene) of good material and soothing color.

Should be capable of upgradation to attachment of light cure unit/scaler/inbuilt micromotor.

Fully adjustable back rest and head rest. Electrically, operated water control for basin/bowl which is

ceramic. Body of the chair and unit is painted and non-rust able and

non painted parts should be electroplated of good quality. High density stable steel base with minimum 15mm thickness protected by an anti-slip Rubberized Sleeve to avoid electrical hazards to patients & the doctors. With German/Japanese/European/USA updown and back rest motors.

Sensor controlled lights. White & cool 3 LED Dental light minimum intensity of 20,000 Lux.

Autoclavable steel tray . High power motorized suction with auto drain and auto

flush system, with minimum 0.5 hp motor. Delivery system having Control box with water control-Air

motor and hand piece (straight and contra-angle), air rotor hand piece NSK/ Kavo/Bien air/W&H/ND brands)

Ergonomic pneumatic doctor’s stool with adjustable backrest tilt and foot rest.

Mounted Dental X-ray box (Dental LED X-ray Viewer) Tendering Company dealing with Dental Equipments

Page 224: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

should have a turn over of minimum 2 crores /year for last four years and Original CA attested certificates must be attached with the Tender.

All consumables required for installation and standardization of system to be given free of cost.

Complete installation of the system including water input and drainage system has to be installed.

Standards, Safety and training. Should be FDA,CE,UL, or BIS approved product. Electrical safety -conforms to standards for electrical

safety norms. Comprehensive warranty for 5 years and provision of AMC

for next 5 years. Company shall have to provide a full time trained mechanic

in the premises of PGIDS Rohtak to repair the dental Chairs for at least 3 years.

list of important spare parts and accessories with their part number and costing should be provided.

2. Equipment Specifications for Dental Chair (Medium)Technical Specifications

Anti crushing seamless upholstery (Laminated for optimum hygiene) of good material and soothing color

Fully adjustable back rest and head rest . Electrically, operated water control for basin/bowl which

is Ceramic. Body of the chair and unit is painted and non – rust able

and non painted parts should be electroplated of good quality. High density stable Steel base with minimum 15 mm thickness   protected by an anti-slip Rubberized Sleeve to avoid Electrical Hazards to patients & the doctors. With German /Japanese/European/USA up down and back rest motors.

Sensor Controlled White & cool 3 LED dental Light with intensity of minimum 20,000 Lux .

Autoclavable steel tray . High power motorized suction with auto drain and auto

flush system. With minimum 0.5 hp motor Delivery system with water control – Air motor and hand

piece (straight and contra angle), fiber optic air rotor hand piece. & normal airrotor hand piece.(NSK/Kavo/Bien air/W&H/ND Brands)

Ergonomic Pneumatic   Doctor’s stool with adjustable backrest tilt and foot rest

With ultrasonic scaler and endo unit with different types scaler tips (minimum 7) & endo kit (EMS/Satelac/Bonart)

Light cure unit (LED) with minimum intensity of varying 700mw/cm 2

Mounted Dental X-ray box (Dental LED X-ray   Viewer) . With Provision for mounting of LCD monitor

Having minimum 1 programmable position and return to zero position.  

Water control for Air Rotor The Tendering Company should have a minimum turnover

of Rs.02 Crore per year for last four years. Original CA attested certificate should be attached

alongwith tender. All consumables required for installation and

standardization of system to be given free of cost. Complete installation of the system including water input

and drainage system has to be installed.Standards, Safety and Training

16

Page 225: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Should be FDA , CE,UL or BIS approved product Electrical safety conforms to standards for electrical

safety norms Comprehensive warranty for 5 years and provision of AMC

for next 5 years. Company shall have to provide a full time trained

mechanic in the premises of PGIDS, Rohtak to repair the Dental Chairs for atleast 3 years

List of important spare parts and accessories with their part number and costing should be provided.

Company shall have to deposit the bank guarantee of 10% of cost of

the order with the Bill.Term & Conditions1 . Sealed technical bid and Price bid shall be submitted separately in one

sealed envelop as per Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.

2. Tenders without earnest money and original tender form will be rejected and no opportunity will be given. No change in the tender rates will be accepted after opening of the tender.

3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page.

4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt.

B.D.Sharma, UHS, Rohtak/ Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the

tender group on their letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of

machinery & equipment. ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete

supply/withdraw their offer/rates or mo dify the terms & conditions of the same during the validity of their offer.

12. The rates should be quoted F.O.R. PGIDS, Rohtak on the basis of following pattern:-

Page 226: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

a) Rates excluding taxes.b)Rates including taxes(Net rates i.e. mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding

the applicability of taxes/duties for the time for which they are quoting rates with the offer.

14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.

16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18. In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.

19. All other terms & conditions as mentioned in the supply order will be applicable.

Professor I/c PurchasePGIDS Rohtak

Page 227: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak.

Page 228: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics

Page 229: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 230: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

13 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of

Page 231: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded as forfeitable to University of Health Sciences Rohtak if the successful

tenderer fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the

Page 232: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

Page 233: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

Page 234: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

Page 235: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:
Page 236: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

Page 237: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

Page 238: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

Page 239: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

Page 240: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

918. The registration certificates of which attested copies are attached with

quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

Page 241: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:
Page 242: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is @ 2% of the estimated cost of each group of

tender.7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

Page 243: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

DETAILED SPECIFICATIONS

Page 244: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO. 01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.12 DETAILED SPECIFICATIONS OF CHAIRSIDE DENTAL CABINET FOR VARIOUS DEPTTS OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8/20 13 AT 2:30 pm

Date of opening of Tender

16/8/20 13 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.16,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No.01/2013-14 due on 16/8/2013 at 2:30 PM for CHAIRSIDE DENTAL CABINETS.

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt. desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given separately.

Sr.No.

Name of Equipments with specification Qty Req.

1. Specification of Dental Chairside Cabinets 80Cabinet size top panel - 36”x16”Back Height X Breadth X Depth 38” X 36” X 16”Front Height : 32” X 36” X 16”One box, two drawers, two doors,Drawer size front 5”Box size 8”Door size 13”Simple Hinges + MagnetRequirement Board ISI - 19MMDrawer Ply ISI - 06mmSunmica matte finish off white - 08”Front outer area sunmica off whiteInside white sunmicaSundex sunmica, marino sunmica, wirgo sunmicaDrawer slide channelAluminum handle -6” or 4” PVC shoeTeak front beading - 18”x5”Multipurpose lockTeak polish on the frontGranite stone on the top size 16mm to 19mm, color - light gray, maroon, black.

Page 245: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Term & Conditions1 . Sealed technical bid and Price bid shall be submitted separately in one

sealed envelop as per Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.

2. Tenders without earnest money and original tender form will be rejected and no opportunity will be given. No change in the tender rates will be accepted after opening of the tender.

3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page.

4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt.

B.D.Sharma, UHS, Rohtak/ Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the

tender group on their letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of

machinery & equipment. ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete supply/withdraw their offer/rates or modify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:-a) Rates excluding taxes.b)Rates including taxes(Net rates i.e. mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding

the applicability of taxes/duties for the time for which they are quoting rates with the offer.

14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

Page 246: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

15. In case of imported items , the goods will have to be got cleared from the

Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty)

etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC

will be provided by this Institution on the request of the supplier (except

for imported goods/stores which come under the OGL policy of Govt. of

India). No Demurrage charges will be paid by this Institute on account of delay

in clearance.16. The Tenderer will quote their rates for AMC/CMC applicable after the

expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18.In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.19. All other terms & conditions as mentioned in the supply order will be applicable.

Professor I/c PurchasePGIDS Rohtak

Page 247: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak.

Page 248: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 & For various deptt.

Page 249: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Medium-16 ( total 48 )12 Chairside Dental Cabinet

- 80For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 250: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

14 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier wit=-hin 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt

Page 251: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

pledged to Vice-Chancellor. The earnest money must accompany the tender form

without which the offer will not be considered. The said amount will be regarded

as forfeitable to University of Health Sciences Rohtak if the successful tenderer

fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security money

Page 252: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

and should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list

Page 253: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any

Page 254: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid forsupplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure

Page 255: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or

Page 256: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………

Page 257: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

the……………………………………………day of………………………2013……………

SEAL

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

Page 258: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

Page 259: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer. If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is 2% of the estimated cost of each group of the

tender7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.

Page 260: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.12. Properly sealed samples should be submitted to the Store Officer, Post Graduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

Page 261: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

DETAILED SPECIFICATIONS

Page 262: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO. 01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.14 DETAILED SPECIFICATIONS OF DENTAL MATERIAL FOR Conservative & Prosthodontics DEPTTS OF PGIDS, ROHTAK.

Tender will only be accepted

Upto 16/8/20 13 AT 2:30 pm

Date of opening of Tender 16/8/20 13 AT 3:00 pm Sharp. Cost of tender form Rs.1,000/- in shape of Demand Draft payable to

the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs. 11,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No.01/2013-14 due on 16/8/2013 at 2:30 PM for Dental Materials.

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt. desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given separately.

Group8.

Name of consumable items with specification Qty Req.

1. Mercury triple distilled Bottle of 225 gm ISO/ISI/CE 40 vials

2 Alginate Impression Material Pkt of 450 gms. Approx ISI/ISO/CE

700 Pkts

3 GIC for Restorative powder & Liquid ISI/ISO/CE 60 pkts

4 Acrylic Teeth Cross linked set of 28 teeth, assorted shades ISI/ISO/CE

700 set

5 Dental Bonding Agent total etch type ISO/ISI/CE 606 Syringe 2ml & 5Ml ISO/ISI/CE 30,0007 Needle 23G ISO/ISI/CE 40,000

Term & Conditions1 . Sealed technical bid and Price bid shall be submitted separately in one sealed

envelop as per Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.

2. Tenders without earnest money and original tender form will be rejected and no opportunity will be given. No change in the tender rates will be accepted after opening of the tender.

3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page.

4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt. B.D.Sharma, UHS,

Rohtak/ Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the

Page 263: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the tender

group on their letter head and should furnish the copy of the catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of machinery &

equipment. ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers /distributors /agents /stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete supply/withdraw their offer/rates or modify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:-a) Rates excluding taxes.b)Rates including taxes(Net rates i.e. mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding the

applicability of taxes/duties for the time for which they are quoting rates with the offer.

14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl. customs duty) etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC will be provided by this Institution on the request of the supplier (except for imported goods/stores which come under the OGL policy of Govt. of India). No Demurrage charges will be paid by this Institute on account of delay in clearance.16. The Tenderer will quote their rates for AMC/CMC applicable after the expiry of

Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18.In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and binding on the Tenderers.19. All other terms & conditions as mentioned in the supply order will be applicable.

Page 264: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Professor I/c PurchasePGIDS Rohtak

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAK

TENDER NOTICE NO.01/2013-14Telephone: 01262-213876 Fax: 01262-213876

Website: www.uhsr.ac.in . Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on the same day at 3.00 PM, for purchase of Dental Equipments ,Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for various deptts. for use in Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana) India . Pre-bid meeting shall be held on 29/7/2013 (18 days before) in the office of Principal Post graduate institute of Dental Sciences Rohtak.

Professor I/c PurchasePGIDS, Rohtak.

Page 265: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

ANNEXURE ’A’POSTGRADUATE INSTITUTE OF DENTAL SCIENCES, ROHTAK TENDER NOTICE NO.01/2013-14

Sealed tender from Manufacturer/Authorized Dealers are invited upto 16/8/2013 at 2:30 PM, to be opened on 16/82013 at 3:00 PM, for purchase of Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van for use in various deptts of Post Graduate Institute of Dental Sciences, Rohtak. The tender form with instructions and detailed specifications can be downloaded for submission from website: www.uhsr.ac.in . The Tender form must accompany with tender fee of Rs.1,000/-as demand draft drawn in favour of Principal Postgraduate Institute of Dental Sciences Rohtak ( Haryana) India.IMPORTANT:1. The Tender complete in all respect mentioning “TENDER AGAINST TENDER NOTICE NO.

01/2013-14 DUE ON 16/8/2013 at 2:30 PM AND TO BE OPENED ON THE SAME DAY at

3.00 PM. FOR Dental Equipments Materials, Dental Chair Basic & Medium ,Dental Chair-side Cabinet , Mobile Dental Van should be written in capital letters and reach/dropped in the Tender Box kept in the Purchase Section, Postgraduate Institute of Dental Sciences, Rohtak latest by 16/8/ 2013 at 2:30 PM . TECHNICAL BID AND PRICE BID MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed). Tender due on 16/8/2013 duly page-marked alongwith Check-list.

2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University, at the time of submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tenderer against this Tender Notice will be rejected.

3. The tenderer shall quote their rates with a rate validity of atleast 12 months from the date of opening of tender. The quantity of the items may be increased/decreased or withdrawn by the authorities at any time.

4. The tenderer must quote their net rate i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in words and in figures, alongwith the required documents.

5. Any tender form not accompanied with the tender fee of Rs.1,000/- shall be straightway rejected and no correspondence in this regard shall be entertained.

6. In case of any difficulty, contact Professor I/C, Purchase, Post Graduate Institute of Dental Sciences, Rohtak (Haryana).

Group No.

Description Name of Deptt.

1 Dental Equipment Orthodontics2 Dental Equipment Oral Pathology 3 Dental Equipment Oral Medicine4 Dental Equipment Oral Anatomy +Public Health

Dentistry5 Dental Equipment Periodontics 6 Dental Equipment Pedodontics7 Dental Equipment Oral Surgery8 Dental Equipment Prosthodontics9 Dental Equipment Prosthodontic Lab10 Dental Equipment Conservative+ Dental Material11 Dental Chair Basic -32 &

Medium-16 ( total 48 ) For various deptt.

12 Chairside Dental Cabinet - 80

For various deptt.

13 Mobile Dental Van - 1 Public Health Dentistry

Page 266: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

14 Dental Material For Prostho & Conservative 15 Laser (laser Hard Soft

tissue -1 & Laser Soft tissue-3)

Various deptt.

Professor I/C PurchasePGIDS, Rohtak.

TENDER FORM FOR TENDER NOTICENO. 01/2013-14 DUE ON 16/8/2013 AT 2:30 PMAND TO BE OPENED ON THE SAME DAY AT 3.00 PM.

Page 267: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

1TENDER FORM

POSTGRADUATE INSTITUTE OF DENTAL SCIENCES ROHTAKINSTRUCTIONS TO TENDERERS

15 Quotations must be enclosed in properly sealed envelops addressed to the Principal, Postgraduate Institute of Dental Sciences, Rohtak by designation and not by name. The quotation must be superscribed “Quotations against Tender Notice No. 01/2013-2014 due on 16/8/ 2013 at 2:30 PM and to be opened on the same day at 3:00 PM (as called for in tender notice)” The quotations must reach in the office of Principal, Postgraduate Institute of Dental Sciences, Rohtak before the last date/Time mentioned in the tender notice.

2. In the event of quotations being submitted by a firm, it must be signed separately by each member thereof or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, or in the case of company the quotations should be executed in the manner laid down in the said Company’s Articles of Association. The signatures of the quotations should be deemed to be authorized signatures.

3. All the columns of the quotations form shall be duly, properly and exhaustively filled in. The rates and units shall not be overwritten. Quotations shall always be both in the figures and words. The words “No quotations should be written across any or all the items in the schedule for which a tenderer does not wish to tender”.

4. Any Omission in filling the columns of “Units” and “Rates” shall together debar a

quotation from being considered.

5. All corrections must be signed by the tenderers.6. Samples of the items where demanded must be sent in sealed cover/Box with the tender alongwith Name, Address and Reference of the item. Such sample must be sent freight paid or delivered free. All samples (except those against accepted quotations) may be taken back by the supplier within 6 months of opening of tenders failing which the samples will become the property of the University of Health Sciences Rohtak and no claim thereafter will be considered. Loss of samples or damage or wear & tear or injury by testing/ exposure/experiment etc. shall be no ground for compensation due to the firm in any form.

7. The tenderers shall deposit earnest money in the form of call deposit receipt pledged to Vice-Chancellor. The earnest money must accompany the tender

form without which the offer will not be considered. The said amount will be

regarded

Page 268: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

as forfeitable to University of Health Sciences Rohtak if the successful tenderer

fail to supply the goods within the time fixed by the Vice- Chancellor.

8. The successful tenderers shall be required to deposit performance security of

the contract in the form of Call Deposit Receipt pledged to the Vice-Chancellor.

2(i) The EMD would be @ 2% of the estimated value of the Tender, subject to a ceiling of Rs. 2 Lakh. The exact amount of EMD will be indicated in the Tender notice. Central or Haryana Public Sector Enterprises and “approved source” as declared by the Industries Department, Haryana would be exempt from the deposit of EMD.

9. The Vice-Chancellor will have the right to reject all or any of the quotation without assigning reasons.

10. No tender will be considered unless and until all the documents are properly signed.11. The quotations will be regarded as constituting an offer or offers open to

acceptance in whole or in part at the discretion of Vice-Chancellor.12. In the event of tender being accepted the quotations will be converted

into contract, which will be governed by the conditions in pages 3 to 10 read with these instructions.

Read and accepted. Signature of the Tenderer.

I/we hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the supply order at the rates given in Schedule below. the conditions on page 3 to 10 will be binding upon me/us in the event of the acceptance of my/our tender.I/we herewith enclose deposit receipt for a sum of Rs……………as security moneyand should I/we fail to execute an agreement embodying the said conditions and deposit security as laid down in the form within 10 days of the acceptance my/our tender. I/we hereby agree that the above sum of security money shall be forfeited by the Vice-Chancellor.

Page 269: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

SCHEDULE ‘A’ OF RATES1 2 3 4 5 6Sr General

description No.

ISI SpecificationNo.

Tender Rate

Unit Packing Name of actualmanufacturer and country ofmanufacturer

______________________________________________E.& O.E.All rates are for deliver for………………………………………Date the………………………Day of ……………………………………Signature………………………………………………………………………………….Address…………………………………………………………………………………..

N.B : Please do not forget to fill in the all the above columns.

3SCHEDULE ‘B’

Conditions of Contract1. This contract is to last from……….To…………but in the event of any breach of the

agreement at any time on the part of the contractor may be terminated summarily by the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak without compensation to the Contractor.

Any change in the constitution of the firm shall be notified forthwith by the contractor in writing to the Vice-Chancellor and such change shall not relieve any former member of the firm from any liability under the contract.

No new partner/partners shall be accepted in to the firm by the contractor in respect of this supply unless he/they agree to abide by all its items, conditions and deposit with the officer sanctioning the supply a written agreement to this effect. The contractor’s receipt of acknowledgement or that of any partners subsequently accepted above shall bind of them and will be sufficient discharge for any of the purposes of the supply.

2. The contractor will supply nothing but genuine articles described in column 2 of schedule ‘A’ from time to time in such quantities as may be entered in the indents sent at the rates set forth in column 3 for schedule “A” for use in the institution.

3. The articles to be supplied under this order will be of the quality which is equal and answerable in every respect to the specifications given in the list accompanying the tender approved by Vice-Chancellor. The contractor shall be responsible for all complaints as regards the quality. In case of dispute regarding quality for articles, the decision of the Vice-Chancellor will be final and binding on the contractor. It will open to the Vice-Chancellor dent to send

Page 270: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

samples submitted by the tenderer/contractor to any laboratory for chemical analysis and the cost thereof will be borne by the tenderer/contractor.4. The contractor will be responsible for damage or loss in transit and replace

goods broken or lost within 14 days from the notice thereof.5. Unless when specially ordered otherwise in the order accompanying the

indent all goods must be dispatched within 14 days for the receipt of indent by the contractor.

6. Condition as to time for performance whether laid down in the supply order or not shall be regarded as the essence of the contract.7. The Vice-Chancellor or any other officer of person duly authorized in writing by the Vice-Chancellor shall have the power to inspect the stores, before during or after manufacture, collection, dispatch, transits or arrival & to reject the same of any part or portion, if he or they be not satisfied that the same is equal or according to the sample submitted by the contractor. The contractor shall not charge or be paid for supplied reject as above and claim nor been titled to payment for any damage that rejected supplies may suffer from any harm whatsoever incidental to a full and proper examination and test of such supplies. Government shall be under no liability whatever for rejected supplies and the same will be at the contractor’s risk. Rejected supplies shall be removed by the contractor within 14 days after notice has been issued to him so such rejection, and failing such removal rejected goods will be at contractor’s risk and the University of Health Sciences Rohtak may charge the contract rent for the space occupied by such rejected goods.

48. Packing cases, containers, gunny packages etc. which may be used for

purposes of packing etc. which are delivered with stores will not be returned or paid for unless specially stipulated and then also at contractor’s expense.

9. (i) With every dispatch of goods or materials, under this contract invoices, in triplicate will be prepared by the contractor to be sent to the Vice-Chancellor & one copy will be returned by the store officer, with the quantities or number received duly noted thereon.

(ii) Railway receipt will be forwarded to the consignee immediately after dispatch of store should any demurrage charges be incurred owing to delay on the part of the contractor forwarding the railway receipt, the amount of such charges will be deducted from their bill.(iii) The contractor shall dispatch material “Freight Paid” in all cases where the offer is F.O.R. destination.

(iv) All dispatch by rail will be made at railway risk (except where rates quoted are F.O.R./destination) or as per instructions in the supply order. This is subject to the condition that the materials are securely packed by the suppliers in sound containers and the consignment is accepted by the carriers without any adverse remarks as to the packing or the condition of the containers. In case of any adverse remarks, the responsibility for the losses in transit will rest with the suppliers. Subject to these conditions contractor will not be entitled to charge or be paid for

Page 271: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

supplies broken, lost or damaged in transit. The Vice-Chancellor, will be the authority to determine whether or not the breakage, loss or damage was caused through the contractor’s negligence and the decision of the Vice-Chancellor, Pt. B.D. Sharma University of Health Sciences, Rohtak or some other officer acting on his behalf shall be final and conclusive against the contract. Such rejected supplies shall be removed by the contractor at his own expense.(v) If during the currency of the contract the specifications of any article or articles to be supplied there undergo change the contractor shall continue to comply with demands for the supply of the said articles in accordance with new specifications at rated to be mutually agreed to in writing at the time of such change. In default of such agreement, the contract in so for as it relates to the said articles or articles under respect of which no agreement has been arrived at, shall terminate but no such change shall affect the supply of any other articles under the contract or entitle the contractor to any compensation.

510. In the event of withdrawal or discontinuance of any article and

consequence ceasing of or reduction in demand the contractor shall not be entitled to any compensation. The University of Health Sciences Rohtak will, however make all reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under contract.

11. (a) The time and date of delivery of dispatch stipulated in a supply order shall be deemed to be the essence of the contract and should contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to 2% penalty per consignment per month recoverable on the value of stores supplied. In case of Non supply by the contractor, recovery will be made from his pending bills or amount of Earnest Money deposited with Principal, Post Graduate Institute of Dental Sciences, Rohtak . His security deposit will also be forfeited.

(b) No recovery of penalty will made if the indenting Officer accepts the delayed supplies by extending the delivery period up to 2 weeks by recording in writing that the exceptional circumstances covered under force majeure clause were beyond the control of the supplier and there was no loss to Government.(c) Where the delay on the part of supplier is of more than 2 weeks the matter of extension of delivery period will be referred by the indenting Office to the

Page 272: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Vice-Chancellor with a certificate that there are genuine reasons for delay on the part of supplier and that no loss will result to the University of Health Sciences Rohtak in case extension in delivery period is allowed. The case will be decided on merits by the Vice-Chancellor.

(d) On the failure of the supplier to make supply with extended period or otherwise and the receipt of such information in the office of Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak risk purchase at the cost of suppliers will be made by the Vice-Chancellor within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from other known suppliers. The difference of excess cost thus incurred will be recovered from the suppliers from his pending bills, Earnest Money or security which ever is available. The procedure will be adopted after serving registered notice to supply stores within 15 days.12 The contractor acknowledges that he had made himself fully acquainted

with all conditions and circumstances under which the supplies required the contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and the contractor shall not plead ignorance of any of those as excuse in case of complaint against or rejection of supplies tendered by him or with a view either asking for enhancement of any rates regarding the contract or for evading any of his obligations under the contract.

13 No payment will be made in advance for any supplies under this order.

614 (i) The contractor shall not:(a) Assign or sublet contract without written approval of the officer sanctioning the contract.(b) Disclose details of the conditions governing this contract to unauthorized persons.(ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms respect of this contract or any other contract entered into by the contractor or any of his partner or representatives thereof with the University of Health Sciences Rohtak directing, giving promising or otherwise to any person in the employment of the University of Health Sciences Rohtak in any way relating to such officers or person or persons office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/their creditors or attempts to do so then without prejudice to the University of Health Sciences Rohtak rights and remedies otherwise, the University of Health Sciences

Page 273: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Rohtak shall be entitled to terminate this contract forth with and to blacklist the contractor and purchase or procure or arrange from Government stocks or otherwise at the contractor’s risks at the absolute discretion of the Vice-Chancellor as regards the manner, place or time of such purchases or such supplies have not been supplied or have been rejected under this agreement or are required subsequently by the University of Health Sciences Rohtak there under and in case where issues in replacement are made from Government’s stock or supplies, the cost or value of such stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may thus accrue the Government/University of Health Sciences Rohtak. The termination of this contract in whole or part under these conditions shall be affected by the acceptance, meanwhile or subsequently, or supplies accepted or made at any station whether in ignorance of the termination or otherwise.15. If any question, difference or objection whatsoever shall arise, in any way

connected with or arising out of this instrument or the meaning or operation of any part there of or the rights: duties or liabilities of either party than save in so or as the decision of any such matter herein before provided for and has been so decided that every such matter including whether its decision has been otherwise provided for and or whether it has been finally decided accordingly or whether the contract should be terminated or has been rightly terminated in whole or part and as regards the rights and obligations of the parties as a result of such termination shall be referred for arbitration to any officer appointed by VICE-CHANCELLOR and his decision shall be final & binding and where the matter involves a claim the amount if any awarded in such arbitration shall be recoverable in respect of the matter so referred.

16. If the price of a contracted article is controlled by Government the payment will in no case be made at higher rate than the controlled rate.

7In WITNESS THEREOF the parties have here upto set their hands on the dates indicated below.

1. (in the case of a Firm)Signed by the above named firm of ……………………………………………………..through……………………………partner of the firm…………………………………..Date……………………………….Signature……………………………………………

2. (in the case of company)The seal of the……………………..company, limited, was affixed by virtue of the resolutionof the Board No……………………………………Dated……………the……………………………………………day of………………………2013……………

SEAL

Page 274: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Vice-Chancellor’sDated…………… Signature

Secretary’sDated…………… Signature

(In either case)

(In either case) SignatureIn the presence of Address

DescriptionSignatureAddressDescription

Signed by……………Signature of………….

Date…………. On behalf of the Governor of Haryana (India)

8ANNEXURE ‘A’CONDITIONS WITH TENDER FORM

1. Trade discount should be quoted separately.2. Offer with price variation clause will not be accepted.3. Sales Tax, Inter State Tax or any other chargeable Excise Duty/Custom Duty must be

specifically mentioned separately, otherwise offer will be considered inclusive of all such taxes.

4. Any tender which is not on the proper tender form and received late may not be considered.

5. No offer will be considered unless accompanied by prescribed earnest money, except in case of firms registered with the Director, Supplies and Disposal, Haryana.

6. The conditions of contract (Schedule ‘B’) attached to the tender form be returned duly signed alongwith the Schedule ‘A’ and in case of non compliance the tender may be ignored.

7. Tender which are not strictly according to the specifications laid down in the Schedule ‘A’ will not be considered. Unless a deviation from the specification/Delivery period given in Schedule ‘A’ is pointed out by the tenders

Page 275: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

specifically. It will be presumed that offer confirms to the specifications/delivery period as laid down in the Schedule ‘A’

8. (a) Tender must be supported by a sample where asked for, failing which it will not be considered.(b) The tender should clearly state that the sample submitted confirms to the specification laid down in the Schedule ‘A’ failing which tender will not be considered.

(c) In case the date of opening falls on Holiday, Gazetted or subsequently declared the tender will be opened on the next working day following the close day.

9. 90% payment can be made through bank against R/R supported with satisfactory inspection note and balance within 30 days of receipt of stores provided the stores booked at railway risk. The bank commission shall be borne by the contractor.10. Prices should be for supply of the material in safe conditions F.O.R. destination

failing which offer may be ignored.11. The Vice-Chancellor Pt. B.D. Sharma University of Health Sciences, Rohtak does not

bind himself to accept the lowest tender and reserves to himself the right to reject any or all tenders without assigning any reasons.

12. All disputes will be settled within the Jurisdiction of the Head Quarters of Pt. B.D. Sharma University of Health Sciences, Rohtak

13. The quotations will be regarded as constituting an offers open to acceptance on whole or in parts or parts till the date as indicated in the Schedule ‘A’

14. The offers should be typed or written in Ink. Offers in the pencil may be ignored.15. The firm registered under quality marking Scheme in Haryana State should furnish

attested copies of their registration certificate for the tendered goods in supports of their registration for such goods.

16. Preference would be given to the Haryana Quality Marked goods and goods certified under ISI certification Marking Scheme.

17. The samples/test report wherever required shall be submitted by the date and time fixed for the receipt of the tender, samples received after fixed time and date may be ignored. This condition will also be applicable to outside tenderers.

9

18. The registration certificates of which attested copies are attached with quotations should be certified by the tenderers to be valid on the day of opening of tenders.

19. An under taking should also be given by the tenderers to the effect that if validity of the registrations certificate expired after the day by opening of the tenders due to closing of the factories or some other factors, they shall report the fact to this office immediately.

20. In case where the tenderers offers machinery and equipment for which licence is required under the industries (Development and Regulation) Act. 1957, it would be certified by him that he is in possession of such valid licence on the date of opeing of the tenders under the aforesaid Act, for the manufacturer of machinery and equipment so offered if he is a manufacturer.

Page 276: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

If he is not a manufacturer, it should be certified that he is an authorized representatives of licenced manufacture quoting the name and address of such Licence holder and the licence number.

21. The tenderer will give complete addresses of its sister concerns along with name of partners with their complete address (es) and extent of share.

22. It should also be ensured that the tender/quotations has been singed by an authorized person. His name, designation and address should be given in capital letters.

23. Offers are to be submitted in duplicate along with only tender form. Offers not received in duplicate may be ignored. The duplicate copy of the offer should be carbon copy of original tender and it must telly in all respects with the original.

IMPORTANT INSTRUCTIONS OF TENDER NOTICE

1. Please quote the name of the manufacturer and also mention. Trade/Brand name of your products.2. Please quote your rates only if you are manufacturer/authorized

distributor/dealer of item to be quoted by you.

3. Certificate from original manufacturer to this effect may be attached that the “Rates charged by you are not higher than the rates being charged from any other Government/Semi Government/Autonomous bodies DGS&D, New Delhi.”

4. Tenders received late will not be considered.

10

5. Rates quoted should be F.O.R. U.H.S., Rohtak6. Earnest money of each group is @2% of the estimated cost of each group of Tender.7. Tenders not accompanied with requisite earnest money/tender fee will be rejected.8. Earnest money already deposited against any previous tender will not be considered.9. Quantity can be increased/decreased.10. All cutting/over-writing in the tender should be attested by the tender with his signature.11. Literature/Catalogue for all the quoted items/equipments should be attached with

the tender.

Page 277: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

12. Properly sealed samples should be submitted to the Store Officer, Postgraduate Institute of Dental Sciences, Rohtak against proper receipt. The tenders without required samples will be ignored.13. The successful tenderers shall be required to deposit security @10% of the cost of the equipment towards PBG for the guarantee/warranty period of 5 years & extendable

further for CMC Period after the expiry of warranty period of 5 years in the form of call deposit Receipt pledged in favour of Principal, Postgraduate Institute of Dental Sciences, Rohtak.

14. Cost of installation and commissioning charges, if any, may be mentioned. The firm should also mentioned whether any infrastructural facilities are required for installation of their equipment e.g. Water, 3 phase electricity, AC or any P.W.D. work etc.

15. The firm should give year wise rates of Comprehensive Maintenance Contract (CMC) for equipments costing more than Rs.10,000/- and should agree to provide such maintenance for ten year after expiry of Guarantee period.

16. The firm should give rates of spares/consumable which are likely to be used during next ten years.

17. The firm should submit a latest authority letter from the original manufacturer of equipment. Authority letter older than one year will not be considered.

18. For Medical equipment the firm should submit a list of user organizations and should submit a certificate of satisfactory performance and after sales service from such organizations.

19. Delivery period: Tenderers should quote earliest delivery period but not; exceeding 8-12

weeks. If delivery period is given more than 8-12 weeks than rates can be ignored.20. For imported equipments LOC will be open. Non manufacturing in India (NMI

certificate) and Custom Duty Exemption Certificate (CDEC) will be provided by this Institution. Rates quoted should be F.O.R, U.H.S, Rohtak and custom clearance will be got done by the firm at its own cost. In case of LOC, 100% LOC will be established for the total cost of imported equipments. 80% will be released against dispatch of documents and balance 20% will be released on satisfactory installation/handing over of the equipments to the department

21. Conditional tenders will not be accepted and rates quoted should valid upto 180 days from the date of opening of Tender. Withdrawal of rate, amendments/modifications during the validity period of rates shall be considered as unbusiness like behaviour which will result in forfeiture of earnest money and/or penal actions such debarring of firm for further business. Note: If these conditions are not fulfilled their/your tender is likely to be ignored.

Sd/-VICE CHANCELLOR

Page 278: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

DETAILED SPECIFICATIONS

POSTGRADUATE INSTITUTE OF DENTTAL SCIENCESTENDER NOTICE NO. 01/2013-2014 DUE ON 16/8/2013 AT 2:30 pm Group No.13 DETAILED SPECIFICATIONS OF Fabrication, finishing and supply, installations and tenting & commissioning of equipment for one Mobile Dental Van FOR PUBLIC HEALTH DENTISTRY DEPTTS OF PGIDS, ROHTAK.

Page 279: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Tender will only be accepted

Upto 16/8/20 13 AT 2:30 pm

Date of opening of Tender

16/8/20 13 AT 3:00 pm Sharp.

Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

Earnest money Rs.50,000/- in shape of Call Deposit Receipt in favour of the Principal, Postgraduate Institute of Dental Sciences Rohtak (Haryana)India

NOTE:1. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS

(marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER Notice No.01/2013-14 due on 16/8/2013

at 2:30 PM Fabrication, finishing and supply, installations and tenting & commissioning of equipment for one Mobile Dental Van.

2. All the tenderers to ensure that the supplies have to be completed within 30 days from the date of receipt of supply order.

3. In case Indenting deptt. desires, the samples to check the quality before comparison of rates, the same will have to be supplied at the earliest. Live demonstration of Machinery/Equipment will have to be provided within stipulated period otherwise the rates will be ignored for comparison straightway and no further opportunity will be given.

4. Cost of Accessories, Consumables and Preventive Maintenance Kit should be given separately.

SPECIFICATIONS FOR MOBILE DENTAL CLINIC

Essential Qualifying Criteria ( EQC) 1. The company participating in the tender should be registered under the Companies Act, 1956,

showing main business of manufacturing Mobile Dental Units / Mobile Medical Unit/Ambulance. 2. The agency must have adequate in-house infrastructure for fabrication, and fitment of medical

and other equipments. In this regard the Agency will have to submit an Affidavit on non-judicial Stamp paper of Rs 100 to this effect.

3. Copy of Sales Tax/VAT & PAN Registration Number. 4. An affidavit on non-judicial Stamp paper of Rs 100 stating that the tenderer has not been

blacklisted in the past by any Govt./ Private institution of the country and there is no complaints made against the renderer in CVC /any other investigating agency, any court case pending against the firm/supplier or any investigation conducted by CVC in past.

5. The tenderer should be ISO 9001:2008 and ISO 14001:2004 certified showing the main activities as fabrication of Mobile Medical Units/ Mobile Dental Units/Ambulence.

6. The preference will be given to the company who has already supplied Mobile Dental Van/ Mobile Dental Units / Veterinary Mobile Dental Van to Government of Haryana/Government of India/any State Government. The performance report from the User of the vehicle should also be enclosed.

Annexure I/1 Special Terms & Conditions1. Inspection Principal/Constituted Committee, Post Gradutate Institute of Dental Science Rohtak shall carry out inspection at their fabrication unit before acceptance of the fully fabricated and equipped Mobile Dental Vans.Vice Chancellor Pt.B.D Sharma University of Health Science Rohtak or it’s nominated members shall be at liberty to carry out inspection of the facility of contractor at any time to see that the work of

Page 280: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

fabrication and fitment of the Equipments is going on as per schedule. The fabricator has to co operate and coordinate with the visits of the faculty.2. Mobile Dental Van Registration:The bidder will be responsible for the registration of Mobile Dental Van in the name of the consignee..3 Comprehensive Warranty: The following Guarantee / Warrantee Clause shall be applicable and binding on contractor.

a) Shall provide 1 (One) years comprehensive guarantee/ warranty on complete fabrication work including air-conditioning, electrical wirings, electrical systems, oxygen supply system, etc.

4 Correctness and Completeness of the Stores: The stores (Fabrication & Equipments) shall be correct and complete in every respect with all mounting fittings, fixtures, standard accessories which are normally supplied even though not specifically detailed to the specification.5 Rectification Clause: In the event of stores (Fabrication & Equipments) given back to the Contractor for rectification, Contractor should ensure that the defect is attended immediately without loss of time so that stores can be re-inspected. However, it should be noted that Contractor will not be entitled to dispose off that stores which is given for rectification/rejecting without prior permission of the inspection.6 Training:Contractor will provide 2 copies of the manual free of cost along with the equipment and shall also provide on site training to Medical and Technical staff. 7. Insurance:If the Chassis of the vehicle is provided by the PGIDS, ROHTAK then Contractor shall be responsible for any loss/damages, etc. including any third party claim(s), for the period during which Mobile Dental Vans will be under his custody. For this purpose, Contractor shall take comprehensive insurance for the vehicles supplied for carrying out the fabrication work. Contractor shall ensure the safety and security of the vehicles during transit as well as during the time it is with Contractor for carrying out the fabrication work and the fitment of the Medical equipments.8. Special Instructions

a) Prices are firm and fixed. Price includes all statutory taxes i.e. VAT, etc. Contractor shall furnish original test certificates b) Price should be split for all the items mentioned in technical specifications.

9 Rejection The offer received after due date and time, will not be considered and to be returned to the vendor in original without opening the same.10. AMCThe department will sign the AMC document with the renderer for seven years after the expiry of warranty of One year. The AMC charges should be mentioned separately in the commercial bid.

COMPONENTS TO BE FITTED IN THE APPROVED CHASSIS OF THE VEHICLE

Page 281: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Below stated Equipment/items also to be installed in the Dental Van:

S. No. List of Equipments to be provided with Dental Van Qty 1 Oxygen Cylinder 12 Bio Medical Waste bins 33 BP Apparatus (To be supplied by PGIDS, Rohtak) 24 Stethoscope (To be supplied by PGIDS, Rohtak) 25 Fire Extinguisher 26 wash Basin and fitment 17 Needle destroyer (To be supplied by PGIDS, Rohtak) 18 Water tank 150-200 lit and waste water tank (150-200) 19 Public Address system 110 Medicine Rack/ Steel cabinets/ instrument cabinets 111 Autoclave (To be supplied by PGIDS, Rohtak) 112 Exhaust Fans 1

13

Split air Conditioner/ Roof mounted air conditioner (To to functional both under running as well as static) ( To be approved after final design) 1

14 42” LCD TV 115 DVD Player (reputed make) 1

16

Extraction Instruments, Scaling Instruments, Restoration Instruments, Diagnostic Instruments, Prosthodontic Instruments. (To be provided by PGIDS)

17 Voltmeter 118 Stabilizer 119 UPS 1

DETAILED SPECIFICATION

The Mobile Dental Clinic would contain two components:

A. Technical specification for Chassis B. Technical Specifications for Body containing Dental Clinic TECHNICAL SPECIFICATION FOR CHASSIS

S.No Specifications of Items Quantity1. Dental Chair Units (Will be supplied by PGIDS ROHTAK ) 02

2. Dental Stool (Will be supplied by PGIDS ROHTAK ) 02

3. Compressor with Medical/Dental Grade compressed air (Will be supplied by PGIDS ROHTAK )

01

4. Autoclave (Will be supplied by PGIDS ROHTAK ) 01

5. X-ray Unit with high resolution sensor (Will be supplied by PGIDS ROHTAK )

01

6. Refrigerator (Mini-100L)) 017. Seating Arrangement for Patients/Doctors (8-10) (To be approved after

final design)8. LCD TV and DVD Player with Speakers 019. Generator (5KV and above)

Page 282: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

The chassis should be bus chassis and the length would be between 27-32 FEET (Inclusive of anterior overhang, wheel base and posterior overhang) and should be registered under the AMBULENCE category. The wheel base of the chassis should between 4800mm-5100mm. The Engine should be BS 4 compliant Diesel engine and should be registered at Regional transport office, Rohtak.

The Vehicle chassis may be of Ashok Leyland, Eicher, TATA,

IMPORTANT NOTE-

The quotation of the chassis and the fabrication of the mobile dental van should be separate. The fabricator should mention the cost of the chassis separately and the fabrication cost separately. The chassis can also be delivered by the Consignee through rate contract if situation permits.

Technical bid and the price bid should be submitted separately in a different envelope.

Note: The Driver’s cabin would be modified during fabrication for provision of storage space and seating as per design finalized. The driver cabin would provide space for at least 3 persons along with adequate storage area.

* Note: The drawings i.e. three dimensional diagrams (using Autocad software or any other) and “Center of Gravity” lay out plan based on the technical specifications should be enclosed. There should be adequate zoning of the compartments in the drawings with detailed locations of different components like Air conditioners, condensers, generator, water tank, seating areas, gangways etc.

The interior floor plan and exterior design would be finalised later.

A. TECHNICAL SPECIFICATIONS FOR CUBE BODY

The Technical specification for the Cube Body would be divided into

A. EXTERIOR WALL SPECIFICATIONS B. BODY STRUCTURE C. EXTERNAL BODY FRAMES: D. EXTERNAL AND INTERNAL SHEATHINGS: E. FLOOR SPECIFICATIONS F. ROOF SPECIFICATIONS G. INTERIOR PARTITION WALLS

H. CABINETS: I. DOORS & WINDOWS SPECIFICATIONS

a. DOORS b. HANDRAILS c. WINDOWS d. WIND SCREEN e. REAR VIEW MIRRORS

J. SEATING ARRANGEMENT DOCTORS K. UTILITY COMPARTMENT SPECIFICATIONS (Under body) (For generator, Compressor ) L. ELECTRICAL SYSTEM M. EXTERNAL POWER SOURCE (SHORE POWER) N. AC SUPPLY AND DC SUPPLY O. GENERATOR:

Page 283: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

P. AIR CONDITIONER: ( AC) Q. INTERIOR LIGHTING R. UPS, STABILIZER AND VOLTMETER WITH ADEQUATE EARTHING: S. WATER SYSTEMS

a. WASTE WATER SYSTEM (150-200 litre) Placed under carriage b. WATER FROM DENTAL CLINICS- SINKS & CUPSIDORS

T. REFRIGERATOR U. SPECIFICATION OF LCD TV ALONG WITH DVD PLAYER AND SPEAKERS V. PUBLIC ADDRESSING SYSTEM: W. TRAINING, MANUALS AND HAND BOOK OF INSTRUCTIONS X. MODIFICATION, INTEGRATION, TESTING & CERTIFICATION

1. CUBE BODY SPECIFICATIONS

The cube body would be divided into Doctors/Patient’s Seating area and Dental Clinic. The Doctors/Patient’s seating would include seating capacity of at least for 8 to 10 members other than the driver area (To be finalized after the approval of the final design). The Dental Clinic would be at approximately 20 feet in length and 6.5 to 7 feet in width.

A. EXTERIOR WALL SPECIFICATIONS

Exterior dimensions: As per the approved dimensions of Central Motor Vehicle Rules Act, 1989, as amended from time to time, on bus chassis with a wheelbase of 4800 to 5100 mm

Complying with the norms of the Regional Transport Office, Rohtak, Department of Transport, Government of Haryana.

B. BODY STRUCTURE: The bus body should be monocoque Construction means a type of bus body structure

where the body and base frame are joined together either by welding or by other methods to form an integral structure. These structural elements consist of pressed grid type of support elements and rectangular sections.

C. EXTERNAL BODY FRAMES: Should be made of Galvanised iron/steel duly treated for rust prevention. The welding to be

done with tungsten inert gas (TIG) technology/ Metal inert gas welding (MIG). The floor structure and the shell after fabrication should be cold phosphate and cleaned for derusting and degreasing. The phosphated and cleaned surface is painted in an airless spray painting process involving a primary coat and a top coat of standard material and quality. The standard under body coating to be provided.

The tubular superstructure should be extra reinforced for equipment fitting with passivated hardware and fasteners.

D. EXTERNAL AND INTERNAL SHEATHINGS: Exterior Sheathing: comprising good quality galvanized iron sheet of 18-20 SWG and will be painted with Poly Urethane colour after approval. Exterior Colour Shade and Graphics would be finalized later.

Interior 22 SWG GI sheet with at least 2 mm fire retardant as per IS-6746 of 1988 or latest. The complete interior should be edgeless and suitable for easy cleaning/ scientific fumigation/

treatment of disinfectants. All internal sheathings/surfaces should be of medical grade material.

Insulation: The insulation should be polyurethane foam (PUF) with minimum of 40 mm thickness between internal and external sheathings including the roof and floor.

E. FLOOR SPECIFICATIONS should be Internally Welded steel structure reinforcing wall to floor connection including:

Framing: Welded Steel Frame along with formed steel cross members.

Page 284: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Flooring will be made up of thick GI sheet of adequate thickness over which 20 mm thick fire retardant, Marine Grade Plywood will be placed and pasted with 2mm thick industrial grade, durable, non-slip waterproof Vinyl Flooring of superior quality.

Colour of vinyl flooring should be esthetically pleasing and to be as per the approved plan. Exterior aspect of flooring be coated for water proofing and adequate impervious under-coating

protection be provided

Floor shall have reinforcements for receiving and fastening of seats, storage compartments and inner framework. This will allow for installation of equipments such as dental chairs, X ray Unit etc..

F. ROOF SPECIFICATIONS Roof will be fabricated with minimum number of joints to avoid rain water leakage and gradient

for water runoff.

Paneling of 20 SWG sheets A roof ladder to be provided

Insulation- Solid Block Hi-Density Foam (PUF)

Interior: Aluminium composite panel (ACP) will be used

i. Roof Opening- (Optional) ii. Concealed Ceiling Channels for AC Ducts & Internal Electrical wiring iii. External Guttering: for Draining rain water, AC Condensation and Scope for Awning

attachments G. INTERIOR PARTITION WALLS:

The Internal partition wall between the passenger cabin and Dental Clinic cabin should be of either sliding type or door type with a glass window in centre. It should be tightly secured and should provide adequate insulation. Communication window between driver and passenger cabins should be possible. (After approval of the layout design)

Standard Walls with ACP on one side and PU paint on other side.

H. CABINETS:

The cabinets and storage compartments should be made of powder coated steel of min 18 gauge thickness of standard quality.

They should be lockable with self locking latch type system where ever possible and should not open during transport. The drawers should be of Medical grade Mobile drawers (telescopic)

All cabinets and storage compartments should be designed and colors should as per the interiors. All storage compartments shall be aesthetically pleasing.

All cabinet shall be firmly anchored to body structure. The surface should be easily cleaned and permit disinfection. The components of the cabinet should not move and there should be no noise upon movement.

The placement, size and the number of the cabinets will be as per the approved design. The table counter tops should be made of scratch resistant materials or stainless steel. The table

thickness should be adequate.I. DOORS & WINDOWS SPECIFICATIONS: All doors, windows and hatches shall not allow ingress of dust and rain water when in fully

closed position. ( when tested in accordance to BIS Standard Method for Water Proofing Test on Automobiles) Drain holes shall be provided in the window frame such that water shall flow outward and does not flow into the structure cavity or into the passenger compartment. The windows and the doors will be as per the approved plan.

a. DOORS - 1 driver side door and 1 conductor door of standard size and as per regulating norms.

Page 285: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

-Two ergonomically placed doors one for the 1 side entry door with window and 1 rear utility door with window. Rear door should be wide enough for entry of standard wheel chair with ramp 1 emergency exit as per the standard norms The doors should be securely lockable (from inside & outside) and latches provided Be properly sealed to avoid leakage of air, dust and rain.Manually operated steps to be provided. The steps should be of anti-skid material of standard quality b. HANDRAILS - One fixed handrail at each doors. Dimensions shall be such that the

passengers can grasp them easily and firmly. c. WINDOWS - The windows should be sliding type, and should have adequate rubber

bushes and channeling and also be equipped with a positive latch / lock that can be secured from inside of standard quality.

The size of the windows should be min 2ft wide by 1.5 ft high and of adequate number of windows to allow effective ventilation and outside vision for the van staff. The dimesion of the windows will be finalsed after approval and will be as per the the body design.

The windows should be clear toughened glass and their location i.e. height and width and number would be finalized as per design approved.

Adequate curtains/blinds matching the interiors of standard quality will be provided. There should be adequate provision for rainwater to run off and prevent any interior leakage. UV tinted within permissible limits of the transport norms. Windows in the driver cabin should provide sufficient ventilation.

d. WIND SCREEN UV tinted and conforming to the standards prescribed by the transport department of Haryana Wipers of standard quality with provision for water spray be provided for front windshield area.

e. REAR VIEW MIRRORS Good quality rear view mirrors on both sides of driver cabin, of adequate size & repute make

J. SEATING ARRANGEMENT DOCTORS The total number of seats would be for at least 8 to 10 members excluding the diver cabin. (Final

number of seats will be as per the design permits and after approval.) It should have adequate overhead storage space for luggage and portable stretcher and foldable panel for prescription writing and at least 04 no.s electrical points.

Seats should be made of High Density Moulded Polyurethane Foam of at least 40kg/m 3 with head rest and foldable arm rest and leg space.

The seating arrangement should be done in a separate cabin and should have communication between driver’s compartment and dental clinic area.

Note: This arrangement would be approved prior to fabrication from the Transport Department, Haryana.

K. UTILITY COMPARTMENT SPECIFICATIONS (Under body) (For generator, Compressor ) i. Full height & width exterior weather tight door and high strength & Security Locking

System ii. Fire retardant and insulated partition walls isolated from clinic interior

iii. Generator exhaust gas & heat vents will be provided on the genset cabin L. ELECTRICAL SYSTEM (As per Automative Industry Standards) It would include External Power

Source (Shore Power), Generator, Alternating Current Supply (AC), Direct Current Supply (DC)

All cables should be color coded and BIS/AIS marked having low smoke and fire retardant. Copper conductors with fire retardant PVC insulation and able to withstand working

Page 286: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

temperature up to 70 Degree Celsius and located such that no part contacts with any fuel line or exhaust system subjected to excess heat.

Fuse : Every electrical circuit shall be provided with fuse designed for the circuit. Suitable special insulation shall be provided where such electrical circuits are necessary. Non-

conductive insulated backing for all switch boards. Wires shall be of sufficient length to provide a loop at terminals so as to permit ample slack for

directional positioning. Adequate number of 6Amp and 15 Amp plug points along with switches with equivalent number

and of Standard quality (BIS). Location and number finalized as per design. Electrical layout plan should be submitted along with other drawings. Signed and verified Certifications of all concealed wires and electrical components Power Distribution Panel inside the Container will be located conveniently, isolated within a box

and used to transmit power from Power Entry Panel on the Container. Adequate provision for external power source in an accessible and well protected area from rain

etc should be provided. M. EXTERNAL POWER SOURCE (SHORE POWER)

Location: Rear Utility Compartment

Length: 25 meters

Male Plug: 3 prong with 5/15 Amp & 230 V AC

N. AC SUPPLY AND DC SUPPLY Appropriate AC supply and DC supply Location: Near Electric Panel by Main Entrance on the side. Distribution Panel: Double Pole Breakers with Square D and Individual Breakers for each

equipment item Selection interlock for External Power Source (Shore Power) or Generator

12V DC Distribution Panel:

Location: Near Electric Panel by Main Entrance on the side. Distribution Panel: Individual Breaker/ Switch for each equipment

Charging Indicator

Storage Batteries: 02 No.s each group with 24 Deep Cycle Voltmeter for each system

O. GENERATOR: Any standard with a minimum of Capacity: 5 KVA or more (i.e. as per demand of electrical

loading of equipments installed), Type: Petrol, 4 strokes, Water Cooled. The generator provides 5500W of power at peak and 5000W at normal load (power factor 1.0).

Should have corrosion resistant steel canopy protects both engine & alternator from the bumps and knocks of everyday site use & keeps noise levels down.- Max power output: 5.5KW at 50Hz- Rated power output: 5.0KW at 50Hz- AC Single Phase output type- 230V power- Frequency 50Hz- 300cc to 400 cc Petrol 4 stroke engine - Max output 13HP / 3600rpm- Direct injection ignition- Fan air-cooled - 12V 8.3A DC output - Oil capacity: 1.1L

Page 287: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

- Fuel capacity 20- 22L - Continuous operating 7- 8 hours at full load- Noise level 75db at 7mtrs - Electric start & Recoil start- Recommended fuel: Unleaded Petrol

Sound attenuated, vibration free enclosed space

Generator Controls along with remote interior panel should include Start, Stop & Hour meter display

Adequate Exhaust Provision should be made preferable roof stack exhaust or heat system riser above roof.

P. AIR CONDITIONER: ( AC) It should be high performance air conditioner and should run in static as well as during running conditions and should be reputed make providing excellent cooling.

The air-conditioner should run with shore power as well as generator power.

The air conditioner may be roof mounted AC or split AC (After final approval and as per design, feasibility and cost)

Zoned thermostatically controlled with high efficiency & Ultra quiet operation.

Fans: Minimum 6 fans (12 volts) (The number and location will be as per the design and after final approval).

Q. INTERIOR LIGHTING: Lighting Design Specifications: The light illumination in the drivers cabin, doctors seating area and the dental clinic will be according to BIS/ISO standard.

Adequate number of LED lights in all chambers of the vehicle to maintain quality intensity.

All lighting should be LED based for inside and outside. Each Dental Container will have minimum 3 Emergency Lighting Lamp installed to the wall of the Dental Container. Emergency Lighting Lamp will be automatically charged directly from Line Power or Generator. Lamps power will be minimum 8 W and will run minimum 4 hours. The total number and the intensity will be as per the design and after final approval.

R. UPS, STABILIZER AND VOLTMETER WITH ADEQUATE EARTHING: UPS: Dental Container will have electric network suitable for equipment contents. UPS of adequate capacity to function with the basic equipments and electrical requirements with a minimum back up time of at least 15-20 mins of standard quality and BIS marked. Waveform Type: Sine wave, Nominal Output Voltage 230V, Nominal Input Voltage 230V. Input Frequency at least 45Hz. Auto-restart when mains power is restored. Bypass on: when the machine is switched off, it automatically goes into bypass and battery charge mode Minimum load switch-off, Low battery warning. It should be BIS/ISO 9001 certified. The UPS is secured and kept in a closed vented compartment so that the battery is accessible for convenient service from the outside. Each cabin will have power entry panel. Panels will have heavy duty water proof connectors. Panels will contain appropriate fuses, and lighting protectors. Power Entry Panel will have 2 AC power entry and 1 DC power entry to use truck 12 or 24 VDC power. Power Distribution Panel inside the mobile dental van will be used to transmit power from Power Entry Panel.There will be cable raceways for computer network lines in each container. Distribution Panel will have the minimum specifications and functions given below.

Page 288: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

Main Power Switch/ UPS for equipments. Power Source-Line Power selection switch Interior lights switch A.C and D.C power Ampere meter, A.C and D.C power Voltmeter. A.C power Frequency meter, Circuit Breaker for Equipment and Environmental Conditioning Unit. Each Container will have its own grounding system. Grounding system will have grounding rods,

cables in appropriate quantities. Electrical conductors shall meet the requirement for flame resistance norms. Stabilizer and Voltmeter for adequate specifications matching the equipment on the mobile

clinic along with adequate earth leakage circuit breakers. S. WATER SYSTEMS

Fresh water storage of 150 to 200 litres placed on the roof to supply water to the washing areas and operating areas.

a) Capacity & Make: 150 to 200 L & made up of Stainless steel b) Fill: Easy to fill with Locking Sealed Cap c) Drain: Gravity Based System

WASTE WATER FROM DENTAL CLINICS- SINKS & CUPSIDORS

a. Placed under carriage (Atmosphere Vented or Collection Unit and appropriate Drainage with tap and outlet)

b. Capacity: up to 150-200 L c. The tank will made up of stainless steel d. Drain: Gravity Based System with OD shutter valve with adequate size e. Volume Level Indicator- monitored on interior display at 12V DC. f. The plumbing is high pressure, polybutylene tubing of adequate diameter for water

supply and for drainage. g. There should be preferably electronic monitoring and control system with alarm to

indicate the status of water in the tank. An auto shut off system should be there to prevent dry run or over flowing tanks.

Drinking water unit: It should have a provision for a drinking water unit with 20 litre to 25 litre capacity (Refillable tank) with tap and drainage system/ collection unit.

Washing Area: Integrated washbasin for washing hand is provided in the dental clinic. (1 or 2 number, as per the design and after final approval) The wash station is provided with mirror, soap dispenser, towel hanger/ring and. The sink should be made up of stainless steel. The tap should be made up of stainless steel with long handle (Elbow operation)

T. REFRIGERATOR (Mini-100L): should be incorporated into the design 1) Total Net Capacity (Litres)- 100L 2) Power Supply: 220-240V / 50Hz 3) Input Power (W)- 70 4) Temperature Range (C)- 0 – 10 5) Flat Back Design with Reversible Door 6) Storage Shelves — 03 7) 1 Mini Ice Tray — Releases ice cubes with a quick twist 8) Recessed Handles — Color-matched recessed door handles

U. SPECIFICATION OF LCD TV ALONG WITH DVD PLAYER AND SPEAKERS

The LCD TV will be mounted on one of the side walls or the rear wall (as per the design and final approval) It should have separate compartment which is air tight/dust resistant/water resistant. It

Page 289: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

should have an external door which can be opened outside and which be fastened. It should also have an high security lock. The dimensions of the LCD TV are 42 inch along with remote control and other attachment cords for external source like computer or pen drive and AC portals. The LCD TV should be of reputed quality and make.

The DVD Player should be compatible to the LCD TV and allow playing of IEC material along with 4-6 speakers.

V. PUBLIC ADDRESSING SYSTEM: Portable microphone with a cordless microphone of adequate output with both power supply cable along with provision for use of rechargeable batteries.

W. TRAINING, MANUALS AND HAND BOOK OF INSTRUCTIONS

The supplier shall be responsible for training of members involved in the mobile clinic. They should furnish one copy of reference handbook providing the instructions of operation, care and repair for all van related accessory, component equipment stated in this document. The handbook shall also contain all installation instructions, drawings, schematics wiring diagrams, illustrations and safety precautions to ensure proper management and maintenance. A permanent label shall be affixed on to the inverter storage box at a visible area and shall state the manufacturer’s name, address, phone number and warranty information

X. MODIFICATION, INTEGRATION, TESTING & CERTIFICATION i. Audio-Video Display Equipment

ii. Generator: Function Test & Break in iii. Body: Pressurized water leak test iv. AC/Heat: Temperature & Flow test v. Modification & Mounting of equipment for mobile applications based on patient needs

2. Equipment Mounting, Tie downs, padding & Bracing for Operational Transport. 3. Accessories, Exterior Graphic Design, Alarm System/siren to be finalized after approval. The

Exterior Graphic Design would be finalized by Principal, PGIDS ROHTAK.

Term & Conditions1 . Sealed technical bid and Price bid shall be submitted separately in one

sealed envelop as per Annexure ‘I’ &‘II’. Non-compliance will result in rejection of tender offer.

2. Tenders without earnest money and original tender form will be rejected and no opportunity will be given. No change in the tender rates will be accepted after opening of the tender.

3. Each paper of the tender offer should be serially numbered and duly signed by the Tenderer with the rubber stamp of the firm on each page.

4. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.5. Rates should be quoted in Figures as well as in words F.O.R. Pt.

B.D.Sharma, UHS, Rohtak/ Postgraduate Institute of Dental Sciences Rohtak (Haryana)India (as the case may be) inclusive of packing, forwarding, and all other charges, if any. The price/rates quoted shall remain valid for a period of one year from the date of opening of tender. The Institution may get the validity of the rates extended, if required.

6. Delivery period: The earliest delivery period within which the goods can be supplied be quoted in quotations.7. Quantity can be increased or decreased including complete withdrawl on administrative ground.8. The Tenderer must quote their rates strictly as per serial number of the

tender group on their letter head and should furnish the copy of the

Page 290: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

catalogue/drawing/leaflets/literature and samples of consumables where required, alongwith their offer. They will supply the list of the Institutions where such type of machinery and equipment have already supplied alongwith photocopy of the supply order and satisfactory performance report issued by the respective institute.

9. All cuttings, overwriting in the tender should be duly attested by the tenderer.10. Authority letter from principal company/manufacturer for supply of

machinery & equipment. ISO certificate and copy of manufacturing License for the supply of drugs should be given. The manufacturers/distributors/agents/stockists and suppliers should send copy of Registration Certificate of Manufacturer alongwith their offer or any documentary proof to the effect that they are manufacturer of the item as the case may be failing which offer will be rejected.

11. The earnest money of the tenderer will be forfeited to university accounts if they fail to make the complete supply/withdraw their offer/rates or modify the terms & conditions of the same during the validity of their offer.12. The rates should be quoted F.O.R. PGIDS Rohtak on the basis of following pattern:- a) Rates excluding taxes.b)Rates including taxes(Net rates i.e. mentioning Excise duty/CST/ST/VAT/service tax etc. clearly in percentage.

c) The words: ‘AS APPLICABLE’ will not be entertained) 13. The tendering firms must enclose latest copy of notification regarding

the applicability of taxes/duties for the time for which they are quoting rates with the offer.

14. In case of LOC for imported items, ‘Third Party Inspection Certificate’ for Quality Assurance shall be provided by the manufacturer/supplier/distributor at their own expanses otherwise item will be rejected.

15. In case of imported items , the goods will have to be got cleared from the

Customs Authorities by the supplier himself and the expenses borne by them. Customs Duty (counter veiling duty/special addl.customs duty)

etc., if any, levied by the Govt., will be borne by the firm. However, NMIC/CDEC

will be provided by this Institution on the request of the supplier (except

for imported goods/stores which come under the OGL policy of Govt. of

India). No Demurrage charges will be paid by this Institute on account of delay

in clearance.16. The Tenderer will quote their rates for AMC/CMC applicable after the

expiry of Guarantee/Warranty Period of 2 years or more. For AMC/CMC the successful tenderer shall have to furnish bank Guarantee equal to 2% of the cost of the equipment before issue of supply order. The terms and conditions for AMC/CMC shall be finalized separately.

17. Payment will be made against physical delivery of inspected/accepted goods duly supported with Satisfactory Inspection Note, satisfactory installation/working of the equipment at Consignee’s site.

18.In case of any dispute arises, the final decision of Vice-Chancellor Pt.B.D.Sharma University of Health Sciences Rohtak shall be final and

Page 291: Tender 15 July 2013.docx  · Web viewpt. b.d.sharma university of health sciences rohtak. postgraduate institute of dental sciences rohtak. tender notice no.01/2013-14. telephone:

binding on the Tenderers.19. All other terms & conditions as mentioned in the supply order will be applicable.

Professor I/c Purchase PGIDS, Rohtak.


Recommended