esic dental college & hospital€¦ · gurgaon, haryana – 122015 note: payment will be...

14
1 ESIC DENTAL COLLEGE & HOSPITAL SECTOR -15, ROHINI, DELHI-110089 (Ministry of Labour & Employment, Govt. of India) Telefax: 27553099 TENDER NO: 115/U/16/30/DC/3 rd Year/Conservative Dentistry- Date.: 21-07-2017 E-Tender (Retender) Notice for purchase of Amalgam Separator & Spittoon Bowl and Place Selection Valve. Online tenders (Retender) are invited through e-procurement portal of ESIC: https://esictenders.eproc.in. under two bid system by the Dean, ESIC Dental College & Hospital Sector-15 Rohini, Delhi from the eligible manufactures / authorized dealers, for the supply of the following equipments. S.No. Name Of The Equipment Quantity E.M.D (Rs.) Last Date and time for online Submission of the Tender 1 Spittoon Bowl and Place Selection Valve 39 nos. Rs.2,14,500.00 23.08.2017 at 1.00 p.m. 2 Amalgam Separator 02 nos. Rs.67,000.00 23.08.2017 at 1.00 p.m. Tender Document along with all terms and conditions and procedure of e-tendering may be viewed online or downloaded, by the bidder from the website- www.esic.nic.in. at tenders, & https://esictenders.eproc.in. All bidders are requested to check further notifications/updates if any, on the above mentioned web sites. Tender Opening date and time: 23.08.2017 at 2.00 p.m. Dean

Upload: others

Post on 14-Jun-2020

8 views

Category:

Documents


0 download

TRANSCRIPT

1

ESIC DENTAL COLLEGE & HOSPITAL

SECTOR -15, ROHINI, DELHI-110089 (Ministry of Labour & Employment, Govt. of India)

Telefax: 27553099 TENDER NO: 115/U/16/30/DC/3rd Year/Conservative Dentistry- Date.: 21-07-2017

E-Tender (Retender) Notice for purchase of Amalgam Separator & Spittoon

Bowl and Place Selection Valve.

Online tenders (Retender) are invited through e-procurement portal of ESIC:

https://esictenders.eproc.in. under two bid system by the Dean, ESIC Dental College &

Hospital Sector-15 Rohini, Delhi from the eligible manufactures / authorized dealers, for the

supply of the following equipments.

S.No. Name Of The Equipment Quantity E.M.D (Rs.) Last Date and time for online Submission of the Tender

1

Spittoon Bowl and Place Selection Valve

39 nos. Rs.2,14,500.00 23.08.2017 at 1.00 p.m.

2 Amalgam Separator 02 nos. Rs.67,000.00 23.08.2017 at 1.00 p.m.

Tender Document along with all terms and conditions and procedure of e-tendering may be viewed

online or downloaded, by the bidder from the website- www.esic.nic.in. at tenders, &

https://esictenders.eproc.in. All bidders are requested to check further notifications/updates if any, on the above mentioned web sites.

Tender Opening date and time: 23.08.2017 at 2.00 p.m.

Dean

2

Important Instructions for Bidders All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both DSC Components i.e. Signing & Encryption to participate in the ETenders. Bidder should get Registered at https://esictenders.eproc.in. Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in the form of Demand Draft from any scheduled bank, in favour of M/s. C1 India Pvt. Ltd. payable at New Delhi for participating in the Tender. Bidders need to submit both online and manual tenders. Any document submitted in manual tender if not submitted online, will not be considered. Along with the Demand Draft, Bidder needs to send a covering Letter mentioning about the Payment Details, Company Name, Address, Payment towards ESIC Bid Processing Fees (Mention the Tender ID and Tender Title). The payment should reach at the below mentioned address, one day before the due date and time of Bid Submission: Kind Attn: Mr. Mohit Chauhan C1 India Pvt. Ltd. 301, Gulf Petro Chem Building, 1st Floor, Udyog Vihar, Phase – 2, Gurgaon, Haryana – 122015

Note: Payment will be Approved only after physical receipt of Demand Draft.

3

A. INTRODUCTION:

The ESIC Dental College & Hospital Rohini , Delhi is situated in North Delhi , run by ESI

corporation which comes under Ministry of Labour and Employment, Government of India.

The Dean wants to procure the following equipments for this institution and is inviting

technical as well as financial bids through e-procurement portal of ESIC :

https://esictenders.eproc.in.

S.No. Name Of The Equipment Quantity E.M.D (Rs.) Last Date and time for online Submission of bids

1

Spittoon Bowl and Place Selection Valve

39 nos. Rs.2,14,500.00 23.08.2017 at 1.00 p.m.

2 Amalgam Separator 02 nos. Rs.67,000.00 23.08.2017 at 1.00 p.m.

The initial pages of this tender document give the instructions about the e-tendering agency

and registration requirement.

All the technical details and financial bid has to be submitted online through same portal.

No bid in physical form will be accepted except the Draft of EMD as below. Scanned copies

of all the documents in PDF form has to be uploaded and technical evaluation will be done

from online submitted documents only.

B. ESSENTIAL QUALIFYING CONDITIONS FOR THE BIDDERS:

1. The EMD as mentioned above, in the form of Demand draft in favour of ‘ ESI FUND A/C

NO.1’ payable at DELHI , from any Nationalized or scheduled bank to be enclosed in an

sealed envelope with covering letter to Dean mentioning the details of the draft, personal

details of the bidder along with office address and contact details and should be dropped

in the tender box placed near or in the chamber of Medical Officer Incharge i.e.Room

No.319,3rd Floor, ESIC Dental College & Hospital Rohini before the bid submission time as

per tender notification. Write ‘EMD FOR TENDER TO PURCHASE --------------- with bidders

company name and address on the envelope.

No price bid is to be submitted in physical form. No bid will be accepted after bid submission

time as mentioned.

4

2. Either the Indian agent on behalf of the principal/OEM or principal/OEM itself can bid but both

cannot bid simultaneously for the same item/product in the same tender.

3. The bidder company has to submit the brochure/catalogue of the equipment indicating

all the make / model and specifications matching same to same with as mentioned in the

attached Equipment specifications pertaining to the demanded equipment. The

specification of the equipment to be supplied has to be attested by the authorised

signatory with his signature and company seal and uploaded with technical bid.

4. There must be an authorized service centre of the company in Delhi NCR itself for the

service and repair of the equipment. The address and contact details of the same has to be

uploaded.

5. The equipment should be FDA / CE approved for the purpose, it has been procured.

6. The same equipment of the company must have been installed in at least one hospital of

Delhi NCR region and copy of the supply order and installation report has to be uploaded

with the technical bid.

7. The followings are mandatory to be submitted regarding the bidder company:

(a) Company registration certificate / certificate of incorporation.

(b) PAN and GST number copy.

8. The manufacture/bidder has to provide minimum 2 years warranty for the equipment

after the date of installation.

9. The bidder has to ensure that he has quoted the lowest or the same rate for same

equipment in the present bid, compared to the bids quoted in last one year at other

institutions.( Affidavit needed)

10. Satisfactory performance of the equipment certificate: The bidder has to submit the

satisfactory performance certificate of at least two user institutions out of which one

should be Government/PSU where the quoted model of the equipment has already been

installed and is functional. This has to be uploaded with the technical bid. The details of the

issuing authority must be there for confirmation of the same.

11. The bidder has to submit an affidavit as per annexure –II of the tender document.

5

12. The list and price of consumables and spares for the equipments not covered under CMC

and rates valid for next five years is to be uploaded with price bid.

C. GENERAL INSTRUCTIONS FOR TENDERER -

Online bids are to be submitted under two bid system i.e. Technical bid and Price

bid. Technical Bid should contain all the technical details along with commercial Terms &

conditions & Price Bid should indicate the price of the item as per online Performa, along

with CMC rates for 5 years after warranty period .

EMD and covering letter in a sealed envelope duly super scribed. “EMD of Tender

for purchase of ---------------------- ” with personal details are to be dropped in the tender

box kept in the chamber of Medical Officer Incharge i.e.Room No.319,3rd Floor, ESIC

Dental College & Hospital Rohini, before tender closing time and date. Tender evaluation

will be done from the data submitted online.

If the EMD envelope is sent by post, it must reach the office of Dean well before tender

closing time and should be addressed to The Dean ESIC Dental College & Hospital, Sector-

15, Rohini , Delhi-110089 with the superscription as above. Bids received late will not be

considered and hospital will not be responsible for any postal delay. All the bids received

will be opened on the same date at 2.00 p.m.. Bidders or their authorized representative

may be present if they wish to attend. In case tender opening date is declared a holiday,

bids will be opened on the next working day at the same time & venue.

D. TERMS AND CONDITIONS :

1. EMD shall be refunded to the unsuccessful bidders without any interest after the finalization

of the tender.

2. Literature of the quoted item, with detailed specifications must be uploaded.

3. The quantity shown in the tender may be increased or decreased to any extent depending

upon the actual requirement.

4. Price Quoted should be for the supply destination of Central Store, ESIC Dental College &

Hospital, Sector-15, Rohini , Delhi-110089. No transportation charges will be given by the

hospital.

6

5. Validity of bid for acceptance should be for a minimum period of 360 days.

6. The rates quoted should not be higher than that quoted in case of any other organization/

Institution in last one year. (undertaking by the tenderer may be enclosed.)

7. The quoted rate of the equipment should include everything except the statuary taxes

expected to be paid by the purchaser like GST (Goods and Service Tax).

8. Demonstration of installed equipment: Tendered Equipment shall have to be demonstrated

before Technical evaluation committee on stipulated day and time whenever asked for.

Failure to demonstrate the equipment on the stipulated day without any genuine reason

(which is to be intimated in advance and should be acceptable to the hospital authorities)

will mean that the tenderer is not interested in supplying the equipment & the bid would be

liable for rejection. In case of genuine reason only two chances for demonstration will be

given. Technical evaluation committee is fully empowered to reject any bid if it is felt that

the equipment is of inferior quality, even if it is fulfilling the specifications and other

commercial terms.

9. CMC rates for 5 years after the Guarantee/warranty period of two years have to be quoted

separately along with the price of the Equipment. The CMC rates will be a factor and will be

included during evaluation of the price bid. Guarantee /Warranty period for

Equipment/Instrument must be minimum of two (02) years from the date of satisfactory

installation. The CMC rates shall cover maintenance of:

a. The Main equipment

b. All the accessories required to run the equipment and provided by the

company at the time of initial supply and installation like computer, printer,

UPS, Generators, RO plant or similar other things, manufactured by same

company or arranged from different company, have to be covered under

the same quoted CMC rates.

10. In case the equipment require, equipment specific consumables (closed system)/spare

parts not covered under CMC, the bidder has to attach the rates of all the consumables

required for the equipment. In case his equipment is purchased he is bound to supply the

consumables/spares on the same quoted rates, for minimum 5 years from the date of

installation. Any increase in submitted rates will be considered by the competent

authority as per market condition after 5 years only. The list and rates are to be uploaded

with price bid as scanned copy without which price bid will be considered incomplete.

7

11. Manufacturer’s Authorization Certificate: The bidder must upload a certificate of

authorization to bid on behalf of the company/manufacturer with period of validity and

details of issuing authority.

12. Either the Indian agent on behalf of the principal/OEM or principal/OEM itself can bid but both

cannot bid simultaneously for the same item/product in the same tender.

13. If an agent submits bid on behalf of the principal/OEM, the same agent shall not submit a bid on

behalf of another principal/OEM in the same tender for same item/product.

14. The successful bidder should strictly adhere to the mentioned delivery schedule.

15. Supply, installation and commissioning should be done within the prescribed period on the

supply order (60 days after issue date of Supply order). If the Successful Bidder fails to

deliver the equipment within this period a penalty of 0.5% of the cost of the equipment per

week will be imposed for the delayed period. Once the 10% Penalty is reached

Purchaser/Consignee may consider termination of the contract. The Dean has right to

recover the damages for breach of contract/order and may forfeit the Earnest Money. Dean

reserves the right to relax the penalty clause in case of unavoidable circumstances.

16. Performance security: In case of Equipments, on notification of award the successful bidder

has to deposit the 10% of total amount of the total cost of the equipment as the

performance security with Dean in the form of Banker’s cheque/demand draft/ bank

guaranty in favour of E.S.I Fund Account No.1 payable at Delhi which will be released 60

days after CMC (Comprehensive Maintenance Contract) is over and on receiving the

satisfactory performance certificate from the user department

17. Cost of the Equipment must be mentioned as a unit, including cost of the accessories as

mentioned in our specification, and nothing should be labelled as optional with separately

quoted rates.

18. The payment of equipment will be released after demonstration of satisfactory

performance by the user department for the supplied equipment after its installation.

19. Compliance of the specification of the equipment mentioned should be given on a

separate sheet and all the Documents must be serially numbered, stamped & signed by the

Authorized Signatory before uploading.

20. Only appropriate model/s as per specification should be quoted.

21. Penalty clause. In the event of equipment going out of order the fault shall have to be

attended within 24 hours of lodging the complaint. During the warranty / guarantee/CMC

8

period in the event of equipment remaining out of order beyond a period of 7 days of

lodging the complaint a penalty to extent of 0.1% of purchase value of the equipment shall

be levied for each week of the equipment, remaining non functional.

22. If the equipment needs calibration, the firm shall be responsible for calibration

as a part of CMC.

23. In case any fact has been concealed or any information is found incorrect at anytime the

tender application of such bidder will be not be considered and the contract will be

cancelled even if it has been awarded.

24. Dean reserves the right to cancel / reject tenders or modify the terms and conditions

without assigning any reason thereof. The corrigendum will be issued in this regard at the e-

procurement sites as mentioned earlier.

E. LEGAL:

1. Force Majeure will be applicable to both parties. A party claiming Force Majeure

shall exercise reasonable diligence to seek overcome the Force Majeure event and to

mitigate the chances of non-performance of its obligation under the tender.

2. Any medico-legal issues arising in the course of transport, installation or due to

malfunctioning of equipment will be the sole responsibility of Service Provider. The

Service Provider will keep the Dental College/administration/Dean dully indemnified.

3. In the event of any dispute or difference arising out and/ or in relation to the

implementation hereof, the same shall be resolved initially by mutual discussion and

conciliation. But in the event of failure thereof, the same shall be referred to sole

arbitration of the Director General of the Employee State Insurance Corporation

(ESIC) or his nominee. The decision of the Sole Arbitrator shall be final and binding

upon the parties. The place of the arbitration will be at Delhi The arbitrator shall

conduct the arbitration proceedings in English in accordance with the provisions of

“The Arbitration and Conciliation Act, 1996. Both the parties know that sole

Arbitrator might have dealt with the contract agreement in question and is an

employee or officer of Employee State Insurance Corporation (ESIC) but the same

shall also not disqualify him in any manner from acting as a sole Arbitrator. In this

9

clause the expression of Director General “Employee State Insurance Corporation”

shall also include any person who is for the time being the administrative head of

Employee State Insurance Corporation.

4. All the applicable Laws of land like deposition of statuary taxes pertaining to

equipment shall be the responsibility of Service Provider.

5. ESIC reserves the right to reject any application(s) if any of the following happens:-

a) At any time, a material misrepresentation is made or uncovered.

b) The Service Provider does not provide within the time specified by ESIC, the

supplemental information sought by ESIC for evaluation of the application (s).

Such misrepresentation/ improper response shall lead to the disqualification

of the Service Provider.

c) Bidder’s Service Provider’s failure to submit sufficient and complete details

for evaluation of bid within the prescribed time. No bid will be accepted after

due date and time.

d) Bids received without pre-qualification documents as required.

e) Bidders not meeting the pre-qualification criteria stipulated in the tender.

f) Bidders not agreeing to furnish required security deposit.

g) Bids/quotations not received though the procedure channel and manner

presented.

h) The decision of ESIC to accept or reject any or all of application(s) shall be

final and binding and shall not be subject to any review or revision by any

judicial or quasi-judicial authority.

** Comparative Price evaluation of the above said equipment (s) will be

done on the basis of Rate per unit+ CMC rates (Two years warranty +

Five years CMC).

10

SPECIFICATIONS OF THE EQUIPMENT

(S.No.1) Specifications for Spittoon Bowl and Place Selection Valve.

Specifications of Spittoon Bowl Valve.

1. CE approved, size should be H=13-16 cm, W=8 -10 cm & D=10 -15 cm, easy to click

out without dismantling the whole valve for flushing drain at regular intervals.

2. Electronic box can be installed in a radius of approximately 25 cm around the valve

as an external key.

3. It should be compatible to thedental chair connectionsand the attachment points.

4. It should control the input of waste water into the aspiration pipes,Prevent loss of

aspiration performance and prevent noise of aspiration at the spittoon

Valve.Measuring device of aspiration performance should be present.

5. Max. rate of flow of spittoon drain should be 3.5 l/min

6. Safety low voltage V (AC/DC) 24 (±10% eff.) 7. Should be Medical Product of class 1 with Fuse type of IP 20. 8. Filtration grade of solenoid valve should be 3-6 μm 9. Maximum negative vacuum 200 m bar. 10. Maximum weight should be 300 grams. 11. Minimum Warranty of 02 years.

Specification for Placement Selection Valve.

1. Should be compatible with dental chairs 2. Should be easy to install, should come with 24V AC/DC and plug clamps for electical

connection. 3. Max. Negative Pressure should be 200 mbar

4. Should have CE approved rinsing unit designed to provide suction pipe with

continuous supply of water while working of suction unit

Spittoon Bowl Valve & Placement Selection Valve with Rinsing Unit to keep the pipeline wet

should be in a housing for smoother installation. Any other Installation and Housing for

connecting Spittoon with centralized suction system to be provided by the tenderer.Should

include all hoses, connectors, electric connections to connect existing dental chair spittoon

and suction to the housing and drain of housing to the existing centralized suction pipe line.

Minimum Warranty of 02 years.

(S.No.2) Specification for Amalgam Separator.

1. Should be inline centralized amalgam separator

2. Degree/Efficiency of separation should be more than or equal to 95%

3. Should be centrifugal type with rpm >2500 rpm.

4. Should be CE approved and compatible with V 12000 (built in circuit).

11

5. Should have cover/ housing, standard connections and a remote indicator element

along with amalgam collector with replacement cartridge.

6. Maximum flow rate of drain output should be 16 l/min.

7. Volume of collection container should be maximum 600cm3

8. Should have Indicator or software for reminder of pending content of amalgam

separated

9. Frequency should be 50 Hz compatible with Indian condition.

10. Voltage – 220-240 V, compatible with Indian condition.

11. Noise level should not exceed 60 dB without cover.

12. Equipment should be Z:64.1-22 compliant or EN ISO 1680 & ISO11143 compliant.

13. Minimum Warranty of 02 years.

12

Annexure I

TENDER APPLICATION FORM FOR THE SUPPLY OF___________________

1. Name of the Bidder firm:- 2.

3. Full Postal Address:- 4.

5. Telephone No:- 6.

7. Fax No. 8.

9. PAN and GST Number : 10.

11. Name of the authorised signatory: 12.

13. Pan No. 14.

15. Cell Phone No. 16.

Submit all the following details related to the equipment manufacturer company:

17.

a. Name of the company:

b.. Full postal address

c. Email ID

d. Telephone numbers:

e. Fax number:

Address of the local service centre with telephone, email and fax No.:

18.

Particulars of the bank account for ECS /RTGS payments.:

19.

It is certified that the above mentioned particulars are up to the best of my knowledge and belief and no fact has been concealed.

Name and signature of authorized signatory with seal

13

Annexure II

AFFIDAVIT

(To be submitted on Rs. 100/ non judicial stamp paper)

1. I------------------ (Authorized signatory) certify that I have gone though all the terms & conditions mentioned in the tender document and undertake to comply with them. 2. It is certified that rate quoted by me are the lowest quoted in last one year for any institution/Hospital in India for the equipment under consideration. 3. Earnest money deposited by me viz Rs._________________ in the form of Demand Draft/Banker’s Cheque No. dated drawn at in favour of ESI Fund Account No.1 payable at Delhi is attached herewith and shall remain in custody of the Dean, ESIC Dental College & Hospital, Sector-15, Rohini, Delhi-110089. I give the right to Dean, ESIC Dental College & Hospital, Sector-15, Rohini, Delhi-110089 to forfeit the EMD deposited by me if any delay occur on my part or I fail to supply the equipment at the appointed place and time and of the desired specifications. 4. I undertake that I will be in position to provide Spare Parts, and consumables for 10 years after completion of guarantee/ warranty period. I also undertake to keep the equipment in running order throughout the year under warranty /CMC period and in case of equipment going out of order, the fault will be attended within 24 hours of lodging the complaint. The firm shall ensure the machine is set right within 7 days of intimation otherwise the penalty clause mentioned in the terms and condition is acceptable to us. I will arrange similar equipment as a standby at my own cost and risk, in case the repair of the machine is going to take time beyond one week. 5. There is no vigilance/ CBI case or criminal court case pending against our firm. My firm has never been blacklisted by any Government organization. 6. On Inspection if any article is found not as per supply order and specifications, it shall be replaced by me in time as asked for, at my own expenses. 7. I hereby undertake to supply the items as per specifications and directions given in supply order within the stipulated period. 8. I undertake to provide guarantee/warranty/ CMC as mentioned in the tender document from the date of satisfactory installation of the equipment and issue of the certificate from the user department concerned on the subject. I also undertake that I will maintain the equipment during this period and replace the defected parts free of cost, if necessary. 9. I undertake to provide all the consumables and spare parts not covered under CMC needed for the supplied equipment, at the quoted rates for next five years, regularly and thereafter on the reviewed rates as decided mutually by the Dean, ESIC Dental College & Hospital, Sector-15, Rohini, Delhi-110089 and the company. 10. I understand that Dean, ESIC Dental College & Hospital, Sector-15, Rohini, Delhi-110089 has the full right to accept or reject the tender without assigning any reasons(s) thereof.

Authorised Signatory

Name

SEAL of the company with name and address

14

Annexure III

PROFORMA OF PRICE BID

NAME OF THE EQUIPMENT:

PRICE QUOTED : Rs. ----------------------

In words:__________________________________________

CMC RATES FOR 5 YEARS AFTER 2 YEARS OF WARANTY PERIOD:

S.No. Years Amount in INR

1 1st Year CMC

2 2nd Year CMC

3 3rd Year CMC

4 4th Year CMC

5 5th Year CMC

Attach rates of Consumables /Spares not covered under CMC for the equipment to be

supplied valid for 5 years (Upload signed and scanned copies of the same)