e-mail : [email protected] -andheri · odc, andheri (e), mumbai:-400 093 for cmc of the items....

14
ESI PGIMSR & MODEL HOSPITAL Cum O.D.C (An ISO 9001:2008 Certified Hospital) CENTRAL ROAD, MIDC, ANDHERI (E), MUMBAI 400093. Tel. 022-28367204 Telefax 022 28203266 E- mail : [email protected] www.esicmh-andheri.org No. Date: To, M/s__________________________ _____________________________ _____________________________ Subject: - Tender for supply of Medical Equipment Automated Analyzer to ESIC MODEL HOSPITAL ANDHERI (E) Mumbai. Sir, Sealed Tenders are invited from “Authorized manufacturers/dealers” by Medical Superintendent ESI Hospital & ODC, Andheri (E), Mumbai, for the supply of Medical Equipment Automated Analyzer to ESIC MODEL HOSPITAL ANDHERI (E) Mumbai Date & Time of Last Date & Time of Date & Time Of Opening of Issue of Tender Receipt Tender Prequalification & Technical Bid. 04/03/13 to 02/04/13 03/04/13 03/04/13 (11am to 3pm) Up to 1 pm 2 pm Note- In case it happens to be a declared holiday then tenders shall be opened on the next working day at the same time. The sealed envelope containing the quotation should be marked in capital letters “TENDER FOR MEDICAL Equipment Automated Analyzer " and same may be dropped in the tender box available in Administration Block. The envelope should also bear the sender‟s name and address. Medical Superintendent reserves the right to enhance or reduce the quantity or to decide not to purchase any tendered item, to accept any tender in full or in part, to reject any or all tenders at any time without assigning any reason thereof. Please note that Tender Form not accompanied with requisite earnest money will be rejected outright without assigning any reason or entertaining any correspondence. The earnest money of unsuccessful bidders will be refunded, without accrual of any interest, in due course of time, as per official convenience. Tender form along with List of Terms and Conditions is enclosed. Deputy Director (Admin)

Upload: others

Post on 05-Oct-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

ESI PGIMSR & MODEL HOSPITAL Cum O.D.C ( An IS O 90 01:20 08 Ce rtifi ed Hospit al) C ENTR A L R O AD, M IDC , AN D HER I (E), M UM B AI 400093 . T el . 0 2 2-2 83 6 72 04 T el ef ax 0 22 28 2 03 26 6

E-mail : [email protected]

www.es ic mh-a ndher i. org No. Date: To, M/s__________________________ _____________________________ _____________________________

Subject: - Tender for supply of Medical Equipment Automated Analyzer to ESIC MODEL HOSPITAL ANDHERI (E) Mumbai.

Sir,

Sealed Tenders are invited from “Authorized manufacturers/dealers” by Medical Superintendent ESI Hospital & ODC, Andheri (E), Mumbai, for the supply of Medical Equipment Automated Analyzer to ESIC MODEL HOSPITAL ANDHERI (E) Mumbai

Date & Ti me of Last Date & Time of Date & Ti me O f O pe ni n g of

Issue of Tender Rec eipt Te nder Pre qualificati on & Technical Bid.

04/03/13 to 02/04/13 03/04/13 03/04/13 (11a m to 3 pm) Up to 1 pm 2 pm

Note- In case it happens to be a declared holiday then tenders shall be opened on the next working day at the same time.

The sealed envelope containing the quotation should be marked in capital letters “TENDER FOR MEDICAL Equipment Automated Analyzer " and same may be dropped in the tender box available in Administration Block. The envelope should also bear the sender‟s name and address.

Medical Superintendent reserves the right to enhance or reduce the quantity or to decide not to purchase any tendered item, to accept any tender in full or in part, to reject any or all tenders at any time without assigning any reason thereof.

Please note that Tender Form not accompanied with requisite earnest money will be rejected outright without assigning any reason or entertaining any correspondence. The earnest money of unsuccessful bidders will be refunded, without accrual of any interest, in due course of time, as per official convenience.

Tender form along with List of Terms and Conditions is enclosed.

Deputy Director (Admin)

Page 2: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

ESI PGIMSR & MODEL HOSPITAL Cum O.D.C (An ISO 9001:2008 Certified Hospital)

CENTRAL ROAD, MIDC, ANDHERI (E), MUMBAI 400093. Tel. 022-28367204 Telefax 022 28203266

E-mail : [email protected] www.esicmh-andheri.org

COST OF TENDER FORM Rs. 500/- TENDER FORM

Sealed tenders are invited from “ Authorized Manufacturers / Dealers” for supply of Automated Analyzer for use in ESIC MODEL HOSPITAL ANDHERI (E) Mumbai by Medical Superintendent ESIC Model Hospital & ODC, Andheri (East), Mumbai-93 Earnest money deposit ; Rs.1,25,000/- QTY-01 TENDER EVALUATION Tenders evaluation will be done in three stages

1. Pre-qualification bid 2. Technical bid and 3. Price bid.

Each bid to be submitted in separate sealed envelopes super-scribed as “Pre-qualification Bid”, “Technical Bid” and “Price Bid” respectively. All these 3 envelopes should be put in another envelope marked as “Tender for Automated Analyzer” and sealed with sealing wax.

PRE QUALIFICATION BID: It should be enclosed in an envelope and sealed with sealing wax and super-scribed “Pre-qualification bid for “Tender for Automated Analyzer” along with Name and Address of Bidder. Documents to be attached with Pre-qualification Bid:-

1. Earnest Money Deposit in the form of Demand Draft / Pay Order in favour of ESI Fund Account No 1, ESIC MODEL HOSPITAL, ANDHERI, Payable at Mumbai.

2. Self attested photocopies of latest and valid STCC/VAT /TIN registration certificate and Proof of filing

income tax return, for assessment year 2011-2012 (financial year 10-11). Failure to submit the same

will render the tender invalid automatically. 3. PAN Card: Submit the self attested copy. 4. Undertaking as per Annexure- I 5. Criminal liability undertaking as per Annexure- II 6. Pre qualification check list in the prescribed form (Annexure – III).

7. Tender document duly signed by Authorized Signatory of the bidder (on each page) with rubber seal

of the firms in token of acceptance by the Bidder of all terms & conditions.

8. Bidders profile giving complete details about the firm including the period for which it is in this business.

9. Copy of partnership Deed in case of Partnership firm / Memorandum and Article of Association with

under taking and authorization for signing the Tender Documents. Tender found deficient in any of above shall be rejected outright.

Page 3: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

Technical bid of the bidders who qualify on the basis of Pre-qualification Bid will be opened on the same

day. Date of opening of the Price Bid in respect of bidders who qualify on basis of Technical Bid (after evaluation by Technical evaluation committee) will be displayed on notice board in administrative block. TECHNICAL BID: The firm should submit the technical bid in a sealed cover separately super-scribing “Technical Bid for Automated Analyzer” along with Name and address of the Bidder. Technical bid should contain:

a. The name of items with specification and makes/brands of the items, indigenous or imported with name of manufacturer & address must be enclosed.

b. Literature and catalogues in support of items quoted must be enclosed. c. Whether the items quoted is as per specification,, if not the statement of deviation (

Parameter wise ) from the tender technical specification must be enclosed. d. Details about the

I. Past experience (in years). ii. Spares & services after the sale of the equipment.

e. Performance certificate of equipments duly authenticated by other existing users of the equipment.

f. Current authorization letter- Bidders must get a valid letter of authorization from the manufacturer on letter head in case bid is submitted by authorized dealer as per Annexure IV.

g. Attested photocopy of latest Valid License for authorized stockist and distributorship as

applicable should be provided. h. Undertaking for providing CMC for 5 yrs after 2 years Warranty with no rates mentioned in

Technical Bid. i. Undertaking by manufacturer of equipment for servicing the equipment & supply of spare

parts whenever required at least for 5 yrs after completion of warranty/Guaranty. j. Name, Address, Phone & Fax No. of Service Centre at Mumbai.

The Committee constituted by the Medical Superintendent will technically evaluate the items on the

basis of specification as per Annexure V, make/brand quoted; literature enclosed, sample submitted

wherever asked, the authority from manufacturer for the item etc. The items accepted technically will only

be considered for price evaluation (price bid). Price should not be quoted with technical bid, otherwise the

tender will be rejected without any correspondence.

PRICE BID:

1. Should be submitted in a separate sealed envelope super-scribing the word “Price bid for Automated Analyzer” along with Name and address of the Bidder.

2. The price for each item should indicate all inclusive lump sum price offered for each item including

cost of the item, freight, insurance, transit insurance, packing, forwarding, sales tax, excise duty,

VAT, Octroi etc. and including charges for installation and commissioning with men and material

required for the same and including charges for the quoted warranty period. The all inclusive lump

sum price should be on F.O.R. The all inclusive lump sum prices may be accompanied by a

separate statement indicating a clear break up of lump sum prices, of the various components

constituting it along with values/amount indicated against each of the components adding to arrive

at all inclusive lump sum prices. No other charges in addition will be payable on any account over

and above the lump sum price quoted. Offers with price variation clause will not be accepted.

The rates quoted in ambiguous terms such as “Freight on actual basis” or “Taxes as applicable

extra” or “Packing forwarding extra” will render the bid liable for rejection irrespective of its gradation in respect of lump sum prices quoted.

Page 4: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

3. Bidders shall indicate the actual rate of Octroi, Excise duty, sales tax, VAT, etc. which will be payable since this hospital does not provide certificates like Octroi exemption, Form D or Form C etc.

4. No item should be quoted with price more than the M.R.P. or prevalent market rate. 5. Price quoted should be in Indian currency. 6. Bidders should quote their rates separately for each item in the format given below:

NAME OF ITEM LUMPSUM UNIT PRICE (RS.)

Sr. No

1 Automated Analyzer

Note:-Separate statement indicating a clear break up of lump sum prices, of the various components constituting it along with values/amount indicated against each of the components adding to arrive at all inclusive lump sum prices in respect of each item should be enclosed

7. The cost of the CMC for each item year wise for 05 yrs after 2 years Warranty should be given in

the Price Bid only. Comprehensive Maintenance Contract rates should be quoted inclusive of spares. The tender will not be considered without offer of CMC. Conditional CMC will not be accepted. For awarding of contract CMC cost will be considered.

8. Bidders should quote annual cost of the reagents & consumables etc. as per Annexure VI, which

will be considered for awarding the contract.

9. The cost of the reagents,controls,calibrators and other consumables will be freezed for TWO years.

TERMS AND CONDITIONS

1. The Firm should be a manufacturing firm and / or the dealer authorized by the manufacturing

firm is allowed to participate . One dealer cannot represent two manufacturers or quote on their behalf in a particular tender for particular item.

2. No Price should be quoted in Pre-Qualification Bid & Technical Bid. If any price is quoted in

these bids, the entire tender will be treated as invalid.

3. The successful Bidder will have to enter into agreement contract with ESIC Model Hospital & ODC, Andheri (E), Mumbai:-400 093 for CMC of the items.

4. Demonstration is essential before opening of price bid. Unsatisfactory performance at

demonstration will disqualify the bidder. The Demonstration should be done if possible at ESIC

Model Hospital & ODC, Andheri (E), Mumbai:-400 093. In case of heavy bulky equipment, the

demonstration may be arranged at a place where the equipment is already functioning as per

convenience of concerned technical evaluation committee at the cost of bidder in Mumbai within

One Week as and when asked for. Non-demonstration will form the ground for non acceptance

of bid.

5. The tender documents should be typed. Any cutting/overwriting must be signed by the Bidder, otherwise the rates in r/o that particular item may not be considered.

6. Each and every page of the tender must be numbered and signed by the Bidder along with seal of the firm.

7. Covering letter should clearly indicate the list of enclosures.

8. The tender will be kept open for acceptance for a minimum period of 120 days from the date of opening of the price bid.

9. Successful bidders will have to deposit Security Deposit @ 10% of bid value in the form of

Demand Draft within 15 days from the date of issue of the offer. The amount of EMD will be

refunded after receipt of security deposit. Security deposit will be released only after completion

Page 5: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

of warranty period without accrual of any interest. 10. Failure to pay the Security Deposit by the accepted bidders before the prescribed date would

be deemed as the non-acceptance of the offer made by this hospital and it will be cancelled

automatically without any further correspondence on the subject. In such an event the Earnest

Money Deposit paid by the bidders will be forfeited.

11. In the event of Non-acceptance of the offer by the successful bidders, EMD paid by the bidder will be forfeited.

12. Jurisdiction: All questions, disputes or differences arising under or out of or in connection with

the Tender, shall be settled by sole Arbitration of Medical Superintendent, ESIC Model Hospital

& ODC, Andheri (East), Mumbai-93 or a person appointed by him on his behalf.

13. EMD shall be released to unsuccessful bidders after completion of tender process, subject to compliance of all other terms & conditions of Tender. The EMD shall not carry any interest.

14. Guarantee/ Warranty & CMC: The bidder will give a comprehensive warranty for trouble free

functioning of 24 months including spares. After 2 years OF warranty, the firm has to provide CMC

for a minimum period of five years. The cost of CMC may be quoted along with taxes applicable on

the date of tender opening. The taxes to be paid extra, to be specifically stated. In absence of any

such stipulation, the cost will be taken inclusive of such taxes & no claim for the same will be

entertained later. During CMC period, the supplier should provide 4 preventive & breakdown calls as

and when required. Firms violating the warranty/ guarantee clause are liable for proceeding of black-

listing. The firm should ensure to keep the equipment in working order throughout the year

During the Warranty / Guarantee period in event of equipment remaining out of order for a period of

24 hrs of lodging the complaint without any acceptable reasons penalty to extent of 0.25% of the

purchase value of the equipment will be levied for each day of the equipment remaining non

functional beyond permissible limit.

In event of equipment covered under CMC going out of order the fault shall have to be attended to

within 24 hrs of lodging the complaint , in case the equipment is not restored in functional order within

a reasonable time without acceptable reasons, a penalty of 0.5% of total cost of CMC of the

equipment per day for the period of equipment remaining out of order will be levied during CMC.

CMC amount for each year will be paid in 2 equal installments, first after completion of warranty and

second after satisfactory completion of CMC service. If full year advance is required Bank

Guarantee for the same amount is required. If the equipment needs calibration, the firm shall be responsible for calibration as a part of CMC.

15. Bidder should have the Service Centre at Mumbai with 24 hours down time response. 16. CDEC = „„Custom Duty Exemption Certificate‟ will be issued by the hospital for imported

goods/stores. 17. THE RATES QUOTED WILL BE TAKEN AS FIRM AND FINAL. 18. The Quoted rates will be valid for a period of one year from the date of acceptance of the tender

Bid. 19. The Bidders are bound to supply the stores during the validity of tender at the approved rates. 20. Tender forms are not transferable. 21. Mere approval of the tenders shall not bind the Medical Superintendent to necessarily procure the

items. 22. The firms may be asked to deliver the goods in installments/fixed interval against the order of the

full year. In case firm fails to deliver the particular installments at its scheduled time, this office

reserves the right to procure the item in the open market and the excess expenditure incurred will

have to be borne by the company. 23. The bidder should quote their latest Model which either meet, come close or exceed the tender

specifications.

Page 6: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

TERMS AND CONDITIONS OF THE SUPPLY ORDERS 1. The delivery of the goods has to be made to the hospital strictly in accordance with the supply order

& with the approved specification. 2. The supplies have to be made within six weeks from the date of dispatch of the supply order, failing

which penalty will be imposed as per rule or cancellation of order and the Earnest Money will be

forfeited. However, in exceptional circumstances and on written request, the extension of the date of

supply may be considered at the discretion of Medical Superintendent. For imported

equipments/items the delivery period shall be up to 90 days. In case the items are urgently required,

the firms will have to supply the items on urgent basis. 3. Penalty Clause:

A) FOR DELAYED SUPPLY: A penalty of 5% of the value of order per week or a part of a week, will be imposed subject to maximum of 10% of the value of order. B) FOR NON -SUPPLY: EMD of the firm will be forfeited and necessary action will be initiated.

4. Supplier must ensure that challan is submitted to the hospital along with the supplies. The number

and date of delivery challan must be indicated in the bill. 5. Triplicate bills duly, pre receipted on appropriate revenue stamp affixed to be submitted in the

name of the Medical Superintendent. 6. The bill should be in printed form having printed bill number, VAT/CST/TIN Number as well as D.L.

No. (Where ever applicable). 7. Inspection and Rejection: The acceptance of the supplied items will be subject to the satisfaction

and verification report by the Technical Evaluation Committee which will inspect the items to

determine whether these are according to the specifications and sample approved by the

committee. The committee will have full authority to accept/reject any items based on their

evaluation.

8. In the event of the Technical Evaluation Committee feeling the necessity to conduct tests of the

supplied items, the Contractor shall pay all costs connected with such tests provided without extra

charges, all materials, tools labor and assistance of every kind which the Technical Evaluation

Committee may consider necessary for any test / examination other than special and independent

tests, which it shall require and shall pay all costs for these facilities (in regard to which the

Technical Evaluation Committee will be the sole judge) for making the tests, the contractor shall

also bear the cost of carrying out such tests elsewhere.

If the stores or material fail in test, and the consignment is rejected the quantity expended in test will be treated as not having been delivered.

9. If any items are rejected then without prejudice to the foregoing provision the Medical

Superintendent shall be at liberty to:

i) Allow the contractor to resubmit items in replacement of those rejected within time specified by the Medical Superintendent or the replacement without being entitled to any extra payment,

ii) Buy the quantity of the items rejected or others of similar nature elsewhere at the risk and cost of

the contractor without affecting the contractor’s liability as regards supply of any further consignments due under the contract.

iii) Terminate the contract and recover from the contractor the loss, the Medical Superintendent thereby incurs.

Page 7: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

10. Removal of rejections: Any stores submitted for inspection and rejected by the Technical

Evaluation Committee must be removed by the contractor within fourteen days from the date of

receipt of intimation of rejection and it shall be the duty of the contractor to remove them

accordingly. Such rejected stores shall be at the Contractors risk from the re-mentioned time, the

Medical Superintendent shall have the right either to return the rejected stores at the contractor‟s

risk in such mode of transport as the Medical Superintendent may select or to dispose off such

stores as he thinks fit at the contractor‟s risk and on his account and to retain such portion of the

proceeds as may be necessary to cover any loss or expenses incurred by or on the behalf of the

Medical Superintendent in connection with the said sale. Freight to destination shall be recoverable

from the contractor at the Public Tariff Rate.

11. Guarantee/Warranty Certificate must be provided, at the time of supply.

12. In case it is a computer-generated bill, it must have the seal of the firm affixed on it.

13. The bidder should install the equipment in the concerned department of the hospital, give

demonstration free of cost and train the staff of the department.

PAYMENTS Payments will be made only after the receipt of the items in good condition as per specification against the

supply order and satisfactory inspection, demonstration and functioning. No advance payment will be

made. Payment will be made in shape of ECS/RTGS directly into the bank Account of Tenderer Hence the

Tenderer is requested to submit the mandate form duly filled in and submit along with the bills.

EXCLUSIVE RIGHT OF MEDICAL SUPERINTENDENT Medical Superintendent ESIC Model Hospital & ODC, Andheri (East), Mumbai-93 has the full and exclusive

right to enhance or reduce the quantity or to decide not to purchase any tendered items, to accept any

tender in full or in part, to place order on one or more firms ,to reject any or all the tenders without assigning

any reasons thereof. No enquiries, verbal or written shall be entertained in respect of acceptance/ rejection

of the tender.

DEPUTY DIRECTOR (ADMIN)

Page 8: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

ANNEXURE – I FORMAT FOR UNDERTAKING

(TO BE SUBMITTED ON A NON-JUDICIAL STAMP PAPER OF Rs.100/-)

1. I, the undersigned certify that I have gone through the terms and conditions mentioned in the tender document and undertake to comply with them.

2. The rates quoted by me/us are valid and binding on me/us for acceptance for the period of one year from date of acceptance of tender bid.

I/We, hereby bind myself/ourselves to the Medical Superintendent ESIC Model Hospital & ODC, Andheri (East), Mumbai-93 For supply of various items for use in ESIC MODEL HOSPITAL ANDHERI (E) Mumbai. during the period of tender.

3. The items supplied by me/us, would be of the best quality and as per specifications. 4. Earnest money deposited by me/us, may be retained till the finalization of the tender.

5. Security deposit will be deposited by me/us and the same may be retained till the

warranty/guarantee period.

6. I/We hereby undertake to supply the items during the validity of the tender as per directions given in the supply order within the stipulated period.

7. If the hospital authorities think it necessary to change any item/items supplied by me/us found to be

defective/inferior quality, the same will be replaced by me/us at no extra cost. 8. Guarantee/Warrantee as asked for in the tender form is acceptable to us. If any item supplied by

me/us is found to be defective and beyond repair during the guarantee period, the same shall be replaced by me/us free of cost.

9. I/we undertake that I/we will be in position to provide comprehensive Maintenance Contract

(CMC) , for five years after completion of 2 yrs. guarantee/warranty period.I/we also undertake

to keep the equipment in functioning state throughout the year and in case of equipment

going out of order, the fault will be attended within 24 hours of lodging the complaint. In case the equipment is not restored in functional order within a reasonable time without acceptable

reasons a penalty of 0.5% of the total cost of the CMC of the equipment per day for the period

equip ment remains out of order be levied on me/us. During Guarantee/Warranty period in

event of equipment remaining out of order for a period exceeding 24 hrs. of lodging the

complaint without any acceptable reasons, penalty to extent of 0.25% of the purchase value

of the equipment be levied on me/us for each day of the equipment remaining non

functional beyond permissible limit.

10. I/We undertake to bear the cost of testing for quality of items supplied whenever decided to do test during contract period

11. I/We hereby undertake to recoup any loss/damages caused to health/life of patient or loss caused to the hospital authority through the use of defective materials supplied by me/us.

12. I/We hereby undertake to pay penalty as per terms and condition for delayed supplies/non supply

13. It is certified that rate quoted by me/us are not higher than the MRP/Prevailing market rate. 14. It is certified that the quoted items have not been and are not being supplied to any other

organization at a rate lower than being quoted here.

15. I/We agree to accept the bill to be paid by the purchaser after completion of all formalities and should any amount of bill found to have been overpaid, the amount shall be refunded by me/us.

16. There is no vigilance/CBI or court case pending against the firm. 17. I/we understand that Medical Superintendent, ESI Hospital Andheri, has the right toaccept or

reject any or all the tenders without assigning any reasons (s) thereof.

18. The decision of the Medical Superintendent ESIC Model Hospital & ODC, Andheri (East), Mumbai-

93 will be final and binding upon me/us.

Signature of Bidder

(Name of Bidder)

Place…………… With seal of firm

Page 9: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

Affirmation I pledge and solemnly affirm that the information submitted in tender documents is true to the best of my

knowledge and belief. I further pledge and solemnly affirm that nothing has been concealed by me and if

anything adverse comes to the notice of purchaser during the validity of tender period Medical

Superintendent ESIC Model Hospital & ODC, Andheri (East), Mumbai-93, will have full authority to take

appropriate action as he/she may deem fit. Place …………… Signature of Bidder Date……………… (Name of Bidder)

With seal of firm

Page 10: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

ANNEXURE – II

CRIMINAL LIABITY UNDERTAKING ON Rs. 100/- AFFIDAVIT I……………………………………….S/o……………………………………. Resident of …………………………………………………………………………………………... …………………………….. do solemnly pledge and affirm: -

1. That I am the proprietor /partner/authorized signatory of

M/s. ……………………………………………………

2. That my firm has not been declared defaulter by any govt. agency and that no case of any nature i.e. CBI, Criminal/Income Tax/ Sales Tax/ Blacklisting is pending against my firm.

Name

Signature

Rubber stamp

Affirmation/Verification

Page 11: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

ANNEXURE – III

PRE QUALIFICATION BID CHECK LIST

(CERTIFICATES/DOCUMENT TO BE SUBMITTED WITH PRE QUALIFICATION BID) Before submitting the tender, the tenderer should check the following enclosures (to be submitted with pre qualification bid)

S. No. PARTICULARS YES NO

1. Earnest Money Deposit in the form of Demand Draft / Pay Order in favor

of ESI Fund Account No 1, Payable at Mumbai.

2. Attested photocopy of latest VAT/STCC/TIN registration certificate.

3. Undertaking as per prescribed Performa on an affidavit of Rs. 100/-

marked as Annexure – I in the tender document.

4. Criminal liability undertaking on an affidavit of Rs. 100/- as per

prescribed form regarding CBI Case/Criminal Case/ Income Tax Case

VAT/Sales Tax Case/Black listing not pending against the bidder or

manufacturer, marked as Annexure II in Tender Document.

5. Tender Document duly signed by Authorized signatory of Bidder

6. Proof of filling Income Tax Return (Photocopy attested) for assessment

Year 2011-12 (financial year 10-11).

7. Attested copy of PAN card issued by Income Tax department.

8. Bidders profile giving complete details about the firm including the period

for which it is in this business.

9. Copy of partnership Deed in case of Partnership firm/Memorandum and

article of association with under taking and authorization for signing the

Tender Documents.

Please note that failure to submit any one of the above certificates/documents shall render the tender invalid.

Signature of Bidder with rubber seal (s) Name of the Bidder(s) Address of the Bidder(s)

Page 12: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

NAME, SIGNATURE AND ADDRESS OF THE MANUFACTURER WITH RUBBER STAMP Annexure-IV

AUTHORIZATION CERTIFICATE To, Medical Superintendent, ESIC Model Hospital, Andheri (E) Mumbai -93 Respected Sir, /Madam, Authority letter against Tender No. -------------------------------------------due on --------------------item quoted------------------ --------------------------------------------------------------------------------------------------------------------------- ---------------------------We,---------------------------------------------, who are established and reputed manufacturers of-----------------------------having factory at--------------------------------------------- and hereby authorize M/s-----------------------------------------------------------------------------(Name and address of dealer) to bid, negotiate and conclude the contract with your institution against above tender for the above goods manufactured by us. We hereby extend our full guarantee/warranty as per Clause at S. No. 14 of the Terms & Conditions of tender for the goods offered for supply against this invitation of bid from the above firm. We also confirm that the spares and any other miscellaneous items (As applicable) of the equipment quoted will be freely available for at least five years after expiry of 2 yrs of warranty/guarantee period and 5 yrs of CMC period. Our other responsibilities include: 1. Information regarding the name of new dealer, in case of change of dealer. 2. ------------------------------------ (Here specify in detail manufacturer‟s responsibil ities) The serv ices to b e rendered by M/s--------------------------------------------- are as under 1. --------------------------------------- 2. -------------------------------------- (Here specify the services to be rendered by the dealer) Yours faithfully, (Signature & Name of manufacturer) With address and seal NOTE: This letter of authorization should be on the letter head of the manufacturing concern and should be signed by a person competent and having the Authorization to issue said certificate on behalf of the manufacturing firm. The said certificate should also bear the signature of participating bidder as a witness.

Page 13: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

Annexure-V

Specification of Automated Analyzer � It should be fully automated random access clinical chemistry analyzer: open or closed and discrete, Floor/bench top model. � The system should run on the analytical principle of absorbance photometry, Turbidometry, Potentiometry. Should be able to perform end point. Rate and fixed point kinetics to run general range of blood biochemistries and proteins. � The system should have ISE to perform estimation of electrolytes. � It should have the facility to do the therapeutic drug monitoring (TDM) � Test throughput should be around 400 test/hour excluding electrolytes.

� Sample type: serum plasma, urine, CSF, Other body fluid. � Sample container types: primary tubes 5‐10 ml, sample cups, micro cups. � Sample volume: 2 ‐50ul. � Should be capable of carrying TRUE STAT samples in terms of loading of the sample, performing tests and providing reports. � Cuvette: Permanent/Disposable � Onboard laundry for washing of probes/cuvette, facility of sample pre dilution, auto dilution, blank correction. � Reagent volume: 50‐350ul. � At least 35 reagent position onboard. Reagent should be ready to use. � Should have Barcode reading facility for reagent identification also for sample identification

with mono and bidirectional interface facility. � Sample input: continuous loading more than 50 samples on board. � System should have wavelength grating photometer and wavelength should be between 340‐ 700 nm with halogen/xenon lamp. � Should have onboard refrigeration for reagent and calibrator control posit ions. � Should have separate probes for sample and reagent with liquid sensing, clot detection and probe crash facility, also with integrity for lipaemic, hemolytic and icteric analysis. Serum (Index) indices measurements (Lipemia, Hemolysis, Icteremia detection) to ensure quality of results � Should have Quality controlling with daily, monthly and cumulative statistics with LJ and west guard charts/rules. � Inventory management software should be on screen for operator information.

� Should be supplied with 2 auto pipettes (10—100ul variable and 500ul fixed), online UPS for at least half hour backup, computer with printer. � Any additional requirement like water consumption Quantity (per day or applicable) should be mentioned and arrangement of the same should be made by vendor like water plant etc. � Instrument should be CE marked with US FDA cleared. The relevant certificate to be attached in support. � Performance report and user list should be attached � There should be complete service support through company personnel based at Mumbai. � Hardware calibration of machine should be done 6 monthly and in case of breakdown. � Company should be able to provide factory calibration certificate and preventive maintenance

calibration certificate as per NABL/NABH requirement, if required. � Company should provide complete assistance for NABL accreditation. � Equipment should follow international safety regulation for personal and environmental safety. � In case of change of authorized bidder, the principal firm should undertake all the term and condition laid down in the bid.

Page 14: E-mail : ms-andheri@esic.nic.in -andheri · ODC, Andheri (E), Mumbai:-400 093 for CMC of the items. 4. Demonstration is essential before opening of price bid. Unsatisfactory performance

Annexure : VI

Sr.

NoPARAMETER

TESTS/

KIT

Pack

Size

LOAD

/MONTH

Annual

Workload

Annual QTY

of Kits req.

for annual

workload

Lump sum unit

cost of Kit

(inclusive

of all

taxes,octroi,etc.

)

Annual COST ( Rs

) for annual

workload

1 ALBUMIN BCG 1,500 18000

2 BIL-D 583 7000

3 BIL-TOTAL 583 7000

4 CALCIUM - o-Cresolphtalein 125 1500

5 CHOLESTEROL HiCo 500 6000

6 CREATININE 1,917 23000

7 GLUCOSE HK 4,417 53000

8 HDL-CHOLESTEROL 500 6000

9 LDL-CHOLESTEROL 500 6000

10 PHOSPHORUS 50 600

11 TOTAL PROTEIN 667 8000

12 TRIGLYCERIDES 500 6000

13 UREA 1,917 23000

14 URIC ACID 117 1400

15 ALP 1,500 18000

16 α AMYLASE 17 200

17 ALTL / SGPT 1,667 20000

18 AST / SGOT 1,667 20000

19 CK NAC 8 100

20 CK-MB 8 100

21 LDH 8 100

22 SODIUM ELECTRODE (Na+) 500 6000

23 POTASSIUM ELECTRODE (K+) 500 6000

24 CHLORIDE ELECTRODE (Cl-) 500 6000

Note:

1) All bidders has to provide list of all required calibrators, controls and consumables for above mentioned

parameters along with the cost.