tender eye

Upload: vj1998

Post on 14-Apr-2018

221 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/27/2019 Tender Eye

    1/6

    GOVERNMENT OF NATIONAL CAPITAL TERRITORY OF DELHI

    JAG PRAVESH CHANDRA HOSPITALSHASTRI PARK, DELHI- 110053

    Ph. 22184453, 22184454 Fax: 22184455

    [email protected]

    http://health.delhigovt.nic.in

    Tender for Repair of Equipment of Ophthalmology Department

    The Medical Superintendent, Jag Pravesh Chandra Hospital Shastri Park Delhi 110053 invites Tenders from

    reputed firms/ manufacturers or their authorized agents for Repair OF EQUIPMENTS OF Ophthalmology

    Department on As is where is basis in Jag Pravesh Chandra Hospital Shastri Park Delhi 110053.

    Tender to be submitted in two parts: i.e. Fee cum Pre Qualification Bid and Price Bid

    (i) Pre qualification Bid: Documents to be submitted in pre qualification bid are as follows:a) Self-attested copy valid permanent income tax number (PAN card)b) Self-attested copy of latest VAT Return for Financial Year 2012-13.c) Service Tax Registration number/Service Tax Code and accounting code.d) Original or self attested copies of Two years of satisfactory performance certificate for

    medical equipment repairs, issued by an authorized person from Central/ State Govt.

    e) An Undertaking: (as per Annexure 5): Submit an undertaking on a non-judicial stamp paper ofRs. 100/- to abide by the terms and conditions of tender, duly signed and stamped by the

    Bidder.

    f) Tender Form: (as per Annexure 2): Duly filled in and signed with recent photograph of thebidder.

    (ii) Price Bid Price Bid to be submitted in a separate sealed envelope. Rates should be mentionedin Indian Currency only (INR), as per prescribed Performa in Annexure- 3, both in words and

    figures separately without cutting / overwriting.

    INSTRUCTIONS TO THE BIDDERS

    1. Each of the above bids should be submitted in a separate envelope and all two envelopes should beenclosed in Sealed Outer Envelope.

    2. Tender document should be dropped into the tender box available in R&M Section of JPCH on orbefore 1 PM on 04.07.2013.

    3. Please quote Subject of tender, date of opening and tender reference no. on the top of your sealedenvelope.

    4. The tenders will be opened on 04.07.2013 at 2:30pm In the presence of attending bidders or theirrepresentatives.

    5. The Equipments to be repaired may be inspected on any working day from 10 AM to 1 PMfrom 24.06.2013 till 29.06.2013 in the Department of Ophthalmology with prior intimation

    to In charge Ophthalmology.

  • 7/27/2019 Tender Eye

    2/6

    General Terms and Conditions

    1. The bid should not be conditional.2. The firm will repair the Equipments on as is where is basis and restore it to normal by carrying out repairs and

    replacements if necessary.

    3. The Equipments for repair may be inspected on any working day from 10 AM to 1 PM from 24.06.2013 till29.06.-2013 in the Department of Ophthalmology with prior intimation to In-charge of the department ofRadiology; List of Equipments is placed at ANNEXURE -III.

    4. Rate for repair of each equipment are to be quoted separately; L-1 shall be decided for each equipmentseparately.

    5. Preference will be given to authorized service provider of the equipment in case of joint L1.6. The rates quoted should be inclusive of repair charges, charges for replacement of defective parts, calibration,

    transportation charges & visiting charges, exclusive of VAT only. The price quoted should be as is where is

    basis.

    7. Repair of particular equipment / machine shall be awarded only if tender evaluation committee considers therates for repairs to be reasonable with respect to the cost of the equipment, age of equipment and post repaired

    utility of the equipment.

    8. Agency should have at least 02 years of experience repair of same/similar equipment in a Central/State Govt.hospital. Experience certificate of satisfactory performance issued from appropriate authority should beattached.

    9. Authority letter from manufacturer/authorized service provider certificate is to be provided in case the bid issubmitted by authorized agent.

    10. After repairs, machine should be made fully functional otherwise no payment in respect of replaced parts orotherwise shall be made.All defective/replaced parts shall be handed over to Department after repair.

    11. As far as possible all efforts should be made to make the machine/ equipment functional in the hospital itself.In case the machine/ equipment cannot be repaired in the hospital it can be repaired outside with due consent of

    user department along with submission of a certificate to this effect and approval of competent authority. No

    additional charges shall be paid for the same.

    12. After repair, machine / equipment shall be kept under the observation for a period of at least two weeks beforeissue of satisfactory work performance certificate from the user department.

    13. The contractor shall be responsible for all repairs during observation period and no payment in this regard shallbe made.

    14. The spare parts required as replacement should be compatible with the equipment and of standard quality.15. If there is a resultant damage to the equipment due faulty repair work or use of inferior quality spares, the

    agency will replace /provide new equipment at its own cost.

    16. After repair, a certificate to the effect that the equipment is in working order and safe for patient care and non-hazardous for the handlers shall be submitted by the firm.

    17. Firm has to provide warranty /guaranty on replaced spare for at least 6 (six) months.18. Lowest rate certificate should be submitted by the firm in respect to repair cost as well as spares rate too.19. Photocopy of service Tax NO and PAN NO should also be enclosed with the technical bid documents.20. The work order should be executed by the successful bidder within Seven days from the date of receiving the

    same.

    21. The firm has also to submit a certificate to the effect that it has not been blacklisted by any of the DelhiGovernment Organizations.

    22. MS has right to cancel the tender without assigning any reason at any stage.23. In case any dispute or difference, the award of the Arbitrator appointed by the Lt. Governor of Delhi will be final

    and binding on both parties and the court at Delhi / New Delhi shall only have the jurisdiction over the same.

    Medical Superintendent

    JPCH

  • 7/27/2019 Tender Eye

    3/6

    ANNEXURE -1

    GOVERNMENT OF NATIONAL CAPITAL TERRITORY OF DELHI

    JAG PRAVESH CHANDRA HOSPITALSHASTRI PARK, DELHI- 110053

    Ph. 22184453, 22184454 Fax: 22184455

    [email protected]

    http://health.delhigovt.nic.in

    Tender for Repair of Equipment of Radiology Department

    PRE-QUALIFICATION CHECK LIST

    S.N. Details of documents Yes/No

    1 Self attested copy of valid permanent income tax number (PAN card).

    2 Value Added Tax. (VAT): Submit self attested copy of VAT no. along with copies of latest

    VAT Return (current financial year).

    3 Service Tax Registration number/Service Tax Code and accounting code

    4 Two years of Satisfactory performance certificate for equipment repairs of bidding firm :

    issued by an authorized person, from any Central/ State Govt.

    5 An Undertaking: (as per Annexure 4) only on a non-judicial stamp paper of `100/- to

    abide by the terms and conditions of tender, duly signed and stamped by the bidder

    6 Tender Form: as per annexure 2

    (Signature of Tenderer)

    Name

    Address

    Phone Office

    Residence

    Mobile

    Seal

  • 7/27/2019 Tender Eye

    4/6

    ANNEXURE -2

    GOVERNMENT OF NATIONAL CAPITAL TERRITORY OF DELHI

    JAG PRAVESH CHANDRA HOSPITALSHASTRI PARK, DELHI- 110053

    Ph. 22184453, 22184454 Fax: 22184455

    [email protected]

    http://health.delhigovt.nic.in

    TENDER FORM

    Paste Recent Photo graph

    Tender for Repair of Equipment of Ophthalmology Department

    Name, address of Firm/ Agency and Telephone No ..

    ..

    ..

    Registration number of the Firm/ agency

    Please specify as to whether Tenderer is a sole Proprietor/ Partnership

    Firm Name, Address and Telephone No. of Director/ Partner also be specified

    A . B...

    C. . D.

    PAN No. allotted by Income Tax Department

    Details of experience

    ..

    Any other Information: - .

    Declaration by Tenderer: -This is to certify that I/ We, before signing this tender have read and fully understood

    all the terms and conditions and instructions contained herein and undertake myself/ ourselves abide by them.

    (Signature of Tenderer)

    Name

    Address

    Phone Office & Residence & Mobile

    Seal

  • 7/27/2019 Tender Eye

    5/6

    ANNEXURE -3

    GOVERNMENT OF NATIONAL CAPITAL TERRITORY OF DELHI

    JAG PRAVESH CHANDRA HOSPITALSHASTRI PARK, DELHI- 110053

    Ph. 22184453, 22184454 Fax: 22184455

    [email protected]

    http://health.delhigovt.nic.in

    Tender for Repair of Equipment of Ophthalmology Department

    Price Bid

    Rate/ Equipment Quoted for CMC(Rs.)S No. Name of Equipment Number of

    Equipment

    In figure In words

    1. Distance Vision Drum with Remote Control 03

    2. Operating Microscope 02

    3. Slit Lamp 03

    4. Autoclave Machine 02

    5. In-direct ophthalmoscope 02

    6. High Speed Sterilizer 01

    SIGNATURE and STAMP of the BIDDER

  • 7/27/2019 Tender Eye

    6/6

    ANNEXURE -4

    To be submitted on Non Judicial Stamp Paper of Rs. 100/-

    Tender for Repair of Equipment of Ophthalmology Department

    Format for Undertaking

    Before

    The Medical Superintendent

    Jag Pravesh Chandra Hospital

    Shastri Park

    Delhi 110053

    I, the undersigned certify that:

    1. I have gone through the terms and conditions mentioned in the tender document and undertake tocomply with them during the validity of the tender.

    2. The rates quoted by me are valid and binding on me during the period of validity of the tender.3. The service and items supplied by me would be of the best quality as per specifications of the

    equipments. In case a mishap occur due to failure to maintain the quality, the undersigned will be fully

    responsible for that.

    4. If the hospital authorities think it necessary to change any item/items supplied by me that is found tobe defective/inferior quality, the same will be replaced by me at no extra cost.

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

    6. I hereby undertake to pay penalty as per terms and condition for delayed in providing service.7. I agree to accept the bill to be paid by the hospital after completion of all codal formalities and should

    any amount of bill found to have been overpaid, the amount shall be refunded by me /us.

    8. There is no vigilance/CBI or court case pending against the firm.9. The firm has never been convicted / blacklisted by a Government institution.10.The decision of the Medical Superintendent will be final and binding upon me.

    Signature of the Tenderer with seal

    Name s/o

    Address

    Name of Firm with seal