Tender For Ultrasound Machine (USG 3D-4D Color Doppler) Tender No. BMHRCPURRE2016-1726 (3rd Call)

Download as pdf or txt
Download as pdf or txt
You are on page 1of 28

BHOPAL MEMORIAL HOSPITAL & RESEARCH CENTRE

Department of Health Research, Ministry of Health & Family Welfare, Govt. of India
Raisen By Pass Road, Karond Bhopal -462038 (M.P.)
Ph. 2742212 -16 Fax: 2748309 Website: www. bmhrc.org

NOTICE INVITING TENDER


Tender No. BMHRC/PUR/RE/2016-17/26 (3rd Call)
Ultrasound Machine (USG 3D-4D Color Doppler)

The Director, Bhopal Memorial Hospital & Research Centre (BMHRC), Bhopal invites sealed tender in two bid
system for Ultrasound Machine (USG 3D-4D Color Doppler) for Supply, Installation & Commissioning on
Turn-Key basis from original Manufacturers (Principal company) or authorized distributors for imported
equipment if there is no marketing office of Principal Companies in India.

The Tender form will be issued from 22.06.2017 to 19.07.2017. during the office hours. Last date of
Submission of Tender is 20.07.2017 up to 11.00 AM. The Tenders (Technical Bid) will be opened on
20.07.2017 at 12.00 Noon before the tenderers i.e. original Manufacturers (Principal firms) or authorized
distributors for imported equipments .The bids should in the form of:

(1) TECHNICAL BID providing detailed specifications and detailed technical proposal as per required
specifications at Annexure 'A' together with manufacturer’s original data-sheets supporting the specifications
in sealed cover and Earnest Money & tender fee Deposits in separate sealed cover.
(2) PRICE BID for supply installation, additional warranty/AMC and commissioning of the following
equipments:.

S. No. Name of Equipment Quantity required E.M.D.


1 Ultrasound Machine (USG 3D-4D Color 1 Nos. Rs. 160000/-
Doppler)

Detailed tender documents (Non-transferable) can be downloaded or purchased from Purchase Department
in any working day (Monday to Friday during 10.00 AM to 5.00 PM) and (Saturday up to 2.00PM) on
submission of written request clearly mentioning the name of equipment with payment (Cash/DD) of Rs.
500.00 (Rs Five Hundred Rupees Only) (Non-refundable) as a cost of tender form for each item or can be
downloaded from the website of BMHRC http://www.bmhrc.org or website of http://www.eprocure.gov.in
No tender fee is applicable, if tender document is downloaded by the bidders

For more details please refer to website of BMHRC http://www.bmhrc.org or website of DHR, New Delhi
www.dhr.gov.in.

Note:
1. If the date of submission is declared as holiday than the date of submission would be next working day
and accordingly it would be opened on the date of closure at the same time.
2. If any corrigendum is issued after pre bid meeting. It would be uploaded on the website of BMHRC,
Bhopal only. For any amendments bidders are requested to see website of BMHRC, Bhopal.

Director,
BMHRC, Bhopal

1|Page
Tender Document

Contents:

S. Particulars Whether fulfill Remarks


No. or not
1. Tender Notice
2. Instruction to Bidders
3. General Terms & Conditions
4. Terms & Conditions for Indigenous Offers
5. Terms & Conditions for imported Offers
6. Requirement Specification Annexure-‘A’
7. Format of technical compliance of specifications Annexure ‘B’
8. Deviation statement form-Annexure ‘C’
9. Part of Price Bid- Annexure ‘D’
10. After Sales Service Support Details-Annexure ‘E’
11. Warranty Certificate-Annexure ‘F’
12. Bid security/Earnest Money Deposit form-Annexure ‘G’
13. Check List to be furnished by the bidder Annexure ‘H’

14. List of Users-Annexure ‘I’


15. Format of Performance Bank Guarantee Annexure ‘J’
16. Under taking Annexure “K”
17. General Information Annexure “L”

2|Page
TENDER NOTICE

1. The Director, Bhopal Memorial Hospital & Research Centre, Bhopal invites Sealed Tenders in Two BID
SYSTEM from original Manufacturers (Principal firms) or authorized distributors for imported equipments if
there is no marketing office of Principal Companies in India .The bids should in the form of

(1) TECHNICAL BID providing detailed specifications and detailed technical proposal as per required
specifications at Annexure 'A' together with manufacturer’s original data-sheets supporting the specifications
in sealed cover and Earnest Money& tender fee Deposits in separate sealed cover and

(2) PRICE BID for Supply, Training, Installation, additional Warranty/AMC and Commissioning of equipment.

3. The tender documents can be obtained (in person) by depositing a non-refundable amount of Rs.
500.00 (Five Hundred Rupees Only) in the shape of a Banker’s Cheque/Demand Draft, drawn in favour
of “Director, Bhopal Memorial Hospital & Research Centre”, payable at Bhopal or cash along with
written application from the office of Purchase Department, BMHRC, Bhopal . The above can be
downloaded from BMHRC, Bhopal web site at http://www.bmhrc.org and http://eprocure.gov.in No
tender fee is applicable, if tender document is downloaded by the bidders

3. IMPORTANT POINTS TO BE NOTED:

Opening and closing dates and time of issue of 22.06.2017 (Opening) to 19.07.2017 (Closing)
tender documents
Last date and time of submission of tender 20.07.2017 up to 11.00 AM
Opening dates and time of Technical bids 20.07.2017 at 12.00 Noon
Pre Bid Meeting Date & Time 06.07.2017 at 12.00 Noon
Address for issue and submission of tender Director
documents Bhopal Memorial Hospital & Research Centre, Raisen
By pass Road , Bhopal - 462038
Non-refundable fee for tender document for each  Rs. 500.00 by Demand Draft/Banker Cheque in the
item/instrument favour of Director BMHRC payable at Bhopal or
purchase from the Purchase Dept. through Cash
Deposit of Rs. 500/- in account section. No tender fee
is applicable, if tender document is downloaded by
the bidders
Tender documents will also be available at website http://www.bmhrc.org and www.dhr.gov.in.
Earnest Money Deposit (EMD) (Interest-free, Amount of Rs. 160000/- on account of EMD is required
refundable) (to be sent with the Technical Bid) to be deposited by Demand Draft/ Banker cheque in
the favour of Director BMHRC, Bhopal payable at
Bhopal or by submitting “Bid Security /Earnest Money
Deposit Form”. The bid security normally to remain
valid for period of forty five days beyond the final bid
validity period as per Annexure G, duly certified by the
Bank (Along with Technical Bid in a separate envelope)
compulsory.

3|Page
4. Eligibility Criteria:
1) Original Equipment Manufacturers with Sales and service support facilities in India through their
branch office / authorized representative in India.
2) The minimum turnover of the participated bidders or manufacturers during last three years should be
Rs. 10.00 Crores per annum. Bidders or manufacturers should be submit the Audited Balance Sheets
(Financial Statement) of last three years i.e. 2013-14, 2014-15 and 2015-16 as a proof or statement of
annual turnover certified by Chartered Accountant (CA), otherwise tender will not be considered.
3) Indian agent with extensive sales (Minimum 3 years) and service support in India preferably in MP,
representing foreign principals, Original Equipment manufacturers, Firms/companies with either of
the above eligibility criteria, are eligible to quote for the equipment. The Indian agency
/dealership/reseller ship certificate with details of sales and service support & balance sheet of last
three years as above should be submitted with the technical bid by the Indian agent.
4) Submission of Earnest Deposit Money (EMD) of Rs. 160000/- only.
5) Submission of an Undertaking as mentioned in Annexure – K.

5. Pre Bid Meeting:


1. Pre Bid Meeting will be conducted on 06.07.2017 at 12.00 Noon in Conference Room Administrative
Block, BMHRC Bhopal.
2. Any bidder who wishes to participate in the Pre-Bid meeting has to submit the points for consideration of
the Pre Bid Committee 3 days in advance of the meeting i.e. 06.07.2017 through email (scanned copy of
letters with sign & seal of authorized person) or hard copy of letter through courier besides this the copy
of the document in MS-Word format is to be mailed to [email protected] or [email protected]
with the tender no in the subject line of the email.

6. Instructions to Bidders
1. Scope of Work -
The scope includes Supply of complete equipment, Installation, Testing, commissioning on basis.
The installation which includes satisfactory demonstration, required Training Obtaining final acceptance
certificate from the user department, Providing warranty for five years free of cost for Equipment and
thereafter maintenance or five years (payable extra) after expiry of Warranty as CMC/AMC.
2. Formats for Bids: Tender should be submitted in two parts viz.

2.1. Part I – (Technical Bid) (without Price) in sealed envelope and separate sealed envelope of EMD & tender
fee:
1) A detailed technical proposal supported by pictures, diagrams, design as per the specification at
'Annexure A'.
2) A Technical Compliance Statement for each parameter required for equipment ‘Annexure B’ exactly in
the order as mentioned in the tender document. (Point wise must)
3) The Deviation statement ‘Annexure C’ if any Tender specifications, terms and conditions are deviated
by the bidder. If there is no Deviation then the bidder should record ‘No Deviation ’ in the Deviation
Statement
4) After Sales support details must be in the format ‘Annexure E’.
5) The warranty certificate to be given by the Manufacturer / vendor should be as per ‘Annexure F.
6) If the bidder is furnishing EMD by Bank guarantee then the format given in Annexure G is to be used.
7) Check list as per Annexure H’ and enclose with the Technical Bid.
8) List of Users for a period during 3 years preceding this tender (If possible similar equipment)-
‘Annexure I’

4|Page
9) Performance Bank Guarantee as per format given as ‘Annexure J’ (to be submitted by selected
company/vendor only)
10) Undertaking to be submitted by manufacturer as per format given as “Annexure K “.
11) Multi option quotations for desired equipment will be summarized rejected without any information
to bidder.

2.2 Part II – (Price Bid: The Price Bid offer should be submitted in the format as mentioned in the Tender
Document (Annexure- D) and kept in another separate sealed envelope. The all sealed envelopes should
be kept in large envelope & sealed with wax. The tenderers are requested to give detailed quotation.
Particulars of price bid offer must be given as per ‘Annexure D’. CMC/AMC cost should be quoted in
Rupees not in percentage.

2.3 Technical Evaluation: -

1) The technical bid shall be opened at the scheduled Date & Time in presence of tenderers.
2) The technical bid of the qualified tenderers shall be examined, on the basis of information/documents
submitted by the Bidder with the Technical bid and professional recommendations of the Technical
Evaluation Committee (TEC).

3. Tender Document Fee: - In case of purchase of tender document from BMHRC original money receipt
should be submitted along with Technical bid. No tender fee is applicable, if tender document is
downloaded by the bidders.

4. Earnest Money Deposit:-


a) The Technical Bid (Part-1) should be accompanied by Earnest Money Deposit of Rs. 160000/- (One
Lakh Sixty Thousand Rupees Only) in the form of Demand Draft/Bankers Cheque, Bank Guarantee The
bid security (Format as per Annexure G) normally to remain valid for period of forty five days beyond
the final bid validity offer period issued from any commercial bank drawn in favour of Director,
Bhopal Memorial Hospital & Research Centre, Bhopal. Tenders not accompanied with EMD in the
Technical bid will be summarily rejected. The EMD will carry no interest. EMD will be refunded after
finalization of bid to the unsuccessful tenderers. The EMD is liable to be forfeited, if the bidder
withdraws or amends, impairing or derogates from the tender in any respect.
b) Earnest Money Deposit (EMD) of the successful tenderers will be refunded only after completing all
the tendering procedures in all respect i.e. submission of Performance Bank Guarantee and other
required formalities as committed by the tenderers in their bid and/ or during negotiation/discussion
etc., if tenderer fails to complete their promises/ words within the stipulated period, EMD will be
liable to be forfeited in favour of BMHRC.

5. Exemption from payment of EMD: - Firms registered with the Central Purchase Organization (e.g. DGS&D)
and NSIC who are exempted from payment of EMD are also allowed for exemption from payment of EMD
if the product being quoted is actually manufactured by them and the product is registered with these
agencies. Firms registered with these agencies which are selling products of other companies and not
manufacturing the products being quoted by them are not allowed exemption from payment of EMD. To
avail EMD exemption, the firms should submit a legible photocopy of valid Registration Certificate of the
products manufactured and registered with DGS&D or NSIC in a separate envelope along with the
technical bid.

5|Page
6. Exemption from Turnover of Eligibility Criteria: Small Scale Industries are exempted from providing the
minimum turnover criteria as per guidelines laid down by Govt. of India for SSI Units to ensure there is no
discrimination against them.

7. Bid Submission:- Completed Tender Document (all envelops sealed in a envelop) should be signed by the
bidder on each page at the bottom, super scripting the Tender Reference Number and Closing date and
name of the equipment on envelop and sent to following address:

The Director,
Bhopal Memorial Hospital & Research Centre
Dept. Health Research, Ministry of Health & Family Welfare,
Govt. of India, Raisen By Pass Road, Bhopal-462038 (MP)

8. Each Tender sent by Post/Courier/Dropped in tender drop box is to be enclosed in Double Cover. The
inner cover should be SEALED WITH WAX AND SUPERSCRIBED as “Tender for “(write name of equipment)
………” Tender Reference No. ………………….. Dated ……… Date of Opening ……………” etc. The Separate
covers containing the Technical Bid and Price Bid for each item should be clearly superscripted as
“Technical Bid” and “Price Bid” respectively with quoted equipment name and both these sealed covers
are to be put in a larger cover which should also be sealed and duly superscripted name of bidder firms
address and name of equipment. Quotations delivered personally should be put in the Tender Box kept at
BMHRC, Bhopal. The tenderers themselves should ensure that their tenders with all requirements reach
this office within the stipulated date and time. No late-tenders or delayed-tenders will be accepted.
BMHRC, Bhopal will not be responsible for non-receipt / postal delays.
9. Bid Submission: - The submission of bid at schedule date and time. Late bids (i.e. bids received after the
specified date and time for receipt of bids) should not be considered.
10. Technical Bid Opening: -The technical bid of the vendors whose tenders have been received at BMHRC,
Bhopal before the closing date and time will be opened at scheduled date and time. Vendors or their
representatives who wish to be present at the time of opening of Technical bid may present.
11. Price Bid Opening: - Only those bids, which meet our technical requirement & recommended by Technical
Evaluation Committee (TEC) will be considered for opening of Price Bid. Those vendors who qualify in the
technical evaluation will be permitted to be present at the time of price bid opening. The date and time of
price bid opening will be intimated to all technically responsive bidders through email.
12. Price Reasonability Certificate: Please quote the best minimum prices. A certificate regarding the quoted
rates must be given by the bidders to this effect that they have never quoted not sold/ supplied the same
item to any other customer at lesser rates than those offered to BMHRC, Bhopal.
13. Language of Bid: - The draft bid submitted by the bidder, the technical brochures and all correspondence
relating to the bid shall be written in English language only.
14. Validity of offer: - Offer shall valid for 1 year from the date of opening of technical bids at BMHRC,
Bhopal. An Offer valid for a shorter period may be rejected as non responsive by BMHRC, Bhopal. In
exceptional circumstances BMHRC, Bhopal may solicit the vendor’s consent to an extension of the period
of validity. The vendor accepting the request for extension will not be permitted to modify the bid.
15. INTERIM CORRESPONDENCE WILL NOT BE ENTERTAINED.
16. Tender Documents are not transferable under any circumstances.
17. The bid should be complete in all respects otherwise liable to be rejected. Tender should be duly signed.
Incomplete and unsigned bids will not be considered.
18. Quotations must be clearly written or typed without any overwriting. The person signing the bid must
attest all corrections / over writings if any.

6|Page
19. All rates / prices in Price bid should be given in figures and in words. If there is any discrepancy between
the Prices given in figures and words the amount quoted in words shall be taken for our comparison.
20. Installation of Equipments: Equipments will be installed at BMHRC, Bhopal.
21. Director BMHRC, Bhopal reserves the right to defer the above dates or cancel the Tender in part or whole
without assigning any reason what so ever.
22. All terms and conditions of the tender/quotation will be dealt as per instructions guideline of Central
Vigilance Commission.

7. GENERAL TERMS AND CONDITIONS


1. Printed terms and conditions of the firms sent along with offer, if any, shall not be binding on us, if they
are in full or in part are not consistent with the terms and conditions specified in this Tender.
2. Installation& Commissioning means Supply, installation, and commissioning and satisfactory
demonstration & training to staff to operate of the whole system as per the specification ordered for.
3. Liability for Late delivery & installation - If the Vendor delays in supply, installation & commissioning
with all respect beyond stipulated period mentioned in purchase order, a sum equivalent to 1 (one)
percent of the Order Value for each week of delay will be deducted from the Contract Value, as liquidated
damages, subject to maximum deduction of 10 percent of the Order Value.
4. In case the supplier/agent defaults in the installation & commissioning including supply as per the order
placed by Bhopal Memorial Hospital & Research Centre, Bhopal (MP), India fails to time period within the
stipulated time as indicated in the Purchase order or even within the extended delivery date, the
purchase order lying with the tenderer should stand automatically cancelled and BMHRC, Bhopal shall be
at liberty to get work done from other available sources at the risk and cost of the defaulting tenderer .
The additional expenditure so incurred for work done shall be borne by the defaulting tenderer and this
amount will be limited to amount of Performance security and tenderer will be blacklisted for five years.
5. Inspection: - BMHRC, Bhopal may decide to inspect the equipments in the following modes.
a. Pre shipment inspection may be done by the Personnel of BMHRC, Bhopal.
b. Pre shipment inspection may also be done by any reputed Inspection agency.
6. BMHRC, Bhopal shall inspect and test and where necessary reject the equipments after its arrival at
BMHRC, Bhopal in addition to Pre shipment inspection if any. The Pre shipment inspection shall in no way
be limited or waived by reason of the equipments having been inspected, tested and passed by BMHRC,
Bhopal or the inspection agency prior to shipment.
7. Packing: - The Supplier shall provide such packing of the Goods as is required to prevent their damage or
deterioration during transit to their final destination as indicated in the Contract. The packing shall be
sufficient to withstand, without limitation, rough handling during transit and exposure to extreme
temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall
take into consideration, where appropriate, the remoteness of the Goods' final destination and the
absence of heavy handling facilities at all points in transit. Suppliers will have to make good the shortages,
if any, which are revealed after opening the packages. The stores which are spoiled / damaged during
transit due to faulty packing will have to be replaced by the suppliers.
8. Force Majeure clause:- The vendor shall not be liable for forfeiture of its bid security, performance
security, liquidated damages or termination for default, if and to the extent that, its delay in performance
or other failure to perform its obligations under the contract is the result of an event of Force Majeure.
Force Majeure means an event beyond the control of the supplier and not involving the vendor’s fault or
negligence and not foreseeable. Such events may include, but are not limited to, acts of the vendor either
in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions and freight embargoes. If a Force Majeure situation arises the Vendor shall forthwith notify
BMHRC, Bhopal in writing of such conditions and cause thereof. Unless otherwise directed by BMHRC,
Bhopal in writing, the vendor shall continue to perform its obligations under the contract as far as is

7|Page
reasonably practical, and shall seek all alternative means for performance not prevented by the Force
Majeure event.
9. Dimensions and weight:-The dimensions of the equipment, the net weight and gross weight of the
equipment should be clearly mentioned in the technical bid.
10. Applicable Law:- This tender documents and contract is subject to the Indian law and Indian Contracts Act
as applicable &amended from time to time
11. Jurisdiction: - All disputes are subject to the courts within Bhopal, India jurisdiction only.
12. Full and complete set of documentation manuals, Operation manuals and service / Maintenance manuals
to be provided in English.
13. Arbitration:
i. All dispute or difference of any kind shall arise between the purchaser and the supplier in connection
with or relating to the contract, contained herein, shall be mutually discussed and settled between the
parties.
ii. However, disputes which cannot be settled shall be finally decided and resolved by arbitration in
accordance to the provisions of the arbitration and conciliation act 1996 and any subsequent
amendments thereto. The matter requiring arbitration will be referred to a sole arbitrator to be
appointed by the Director, BMHRC only. The proceedings of the arbitration shall be conducted in
English and shall be constructed as domestic arbitration under applicable laws.
iii. All the disputes/issues arising out of this transaction will be subjected to the exclusive jurisdiction of
courts at Bhopal.

14. Language of contract: - The contract / Purchase Order and all correspondence relating to the contract /
Purchase order shall be written in English language only.

15. Notices and communications:- For all purposes of all notices, the following address shall be used by the
Bidder / Vendor:-

The Director,
Bhopal Memorial Hospital & Research Centre
Department of Health Research, Ministry of Health & Family Welfare,
Govt. of India, Raisen By pass Road, Karond, Bhopal – 462038 (MP), India

16. Termination for default:- BMHRC, Bhopal may, without prejudice to any other remedy for breach of
contract, by written notice of default to the Vendor, terminate the contract in whole
1. If the vendor fails to execute work as purchase order or within any extension thereof granted by
BMHRC, Bhopal.
2. If the vendor fails to perform any other obligation under the order.
3. If the vendor in the judgment of BMHRC, Bhopal has engaged in corrupt of fraudulent practices in
competing for or in executing the order.
4. If the vendor is declared insolvent / bankrupt in a court of law or such proceedings are
contemplated by BMHRC, Bhopal.
5. If the vendor goes into dissolution or liquidation or transfers substantial part of its business or
assets.
17. Termination for Cause: - BMHRC, Bhopal may at any time terminate the purchase order in giving written
notice to the vendor, without compensation to the vendor.
18. Intellectual Property Rights: - The Vendor shall indemnify BMHRC, Bhopal against all third party claims of
infringement of Patent, Trademark, Copy Rights or Industrial Design rights arising from the use of the
equipment / goods or any part thereof in India.

8|Page
19. Training clause: - Tenderer shall provide free on-site training.
20. Pre installation requirements: - The Technical Bid must contain details with specification of items
required for installation (PRE-INSTALLATION REQUIREMENTS (AIR / WATER) ELECTRICAL POWER /
TEMPERATURE & HUMIDITY CONTROL / FOUNDATION / SPACE and any other requirements to complete
work /project at BMHRC, Bhopal.
21. Order acknowledgment:- Within 15 days from the date of Purchase order/work order / Contract the
Order / Contract should be acknowledged by the Vendor (Indian OEM / Foreign Principal) failing which it
will be deemed that the vendor is not interested in the contract / purchase order and the bid security will
be forfeited without any further recourse.
22. Performance Bank Guarantee: - The successful vendor shall furnish a Performance Bank Guarantee of
10% of the order value from any commercial bank in India. The Bank guarantee should cover the warranty
period.
23. Responsibility: - The responsibility lies with the successful bidder, if any damage or loss to the property of
the Institute occurs while executing the order. Liability of the Vendor on this account will be limit to the
Performance Bank Guarantee.
24. Guarantee/Warranty, Defects & Liability Period:- The Warranty should be valid up to 5 years
Comprehensive warranty from the date of completion of satisfactory installation and demonstration as
certified by BMHRC, Bhopal and 5 years Non comprehensive services or Comprehensive for equipment
on payment basis as per quoted rate in Annexure - D .

1) Down Time: the vendor shall ensure that down time on any occasions will not be more than 7 working
days, desirable < 72hrs. However all calls should be attended within < 72 hours , desirable < 24 Hrs.
Failing which warranty/CMC/AMC shall be extended by two times that of breakdown period after
seven days.
2) Bidder/firm should provide rates list of spare parts & related consumables to maintain the equipment
up to 10 years (5 years warranty & beyond the warranty period in case of AMC for five years). Rate list
of all the parts and related consumables should be provided at least upto 5 years beyond the period of
5 years warranty. During warranty / CMC/AMC of equipment, there should be at least 4 preventive
visit (one, every Ninety Days) and unlimited breakdown visit/services in a year.
3) If there is delay in providing preventive maintenance, the period of warranty/CMC/AMC shall be
extended by same nos. of days of the delay in preventive maintenance.
4) Transportation:If any equipment or part of equipment is required to send to company service centre
during warranty/CMC/AMC period then complete transportation charges shall be borne by company
/bidder.
25. User List: - A signed list of similar equipment / stores supplied by the bidder (or the OEM) to the Other
ICMR, CSIR labs, other medical Institutions like Government or private Hospitals or any State and Central
Govt. Departments, Undertakings in India during last three years, should be furnished, indicating capacity,
model, type of equipment, cost etc. and address of the parties to whom supplied.
26. The acceptance of the tender/quotation will rest with the Director BMHRC, Bhopal who does not bind
him/herself to accept the lowest quotation and reserves the right to him/herself to reject, or accept any
or all the quotations received, without assigning any reason. The quotations are liable to be rejected, if
any of the conditions are not complied with.
27. The bidder shall supply the following documents at the time of Acceptance Test:
1. Complete set of Technical/Operation and Maintenance Manual.
2. Comprehensive inventory with list of accessories delivered.
3. Node & connectivity details (if applicable).
4. System diagram.

9|Page
28. Firm which will not fulfill the conditions accepted by them in their tender may be declared “black listed”
and in that case all type of future business with that firm may also be stopped for five years.
29. There should be numbering on each and every page of tender documents and list of enclosures should
also be mentioned at first page of tender where details for tender is written along with the number of
pages of enclosures to avoid any un-happening /confusion etc.
30. If quoted equipment or model is discontinued by the firm/mfg. after quoting the item prior to finalization
of tender then the firm will inform to the office and after getting acceptance from BMHRC , the firm will
have to supply the equivalent or higher version of the same make at the same price, other terms and
conditions of the tender will remain un-changed.
31. 8. TERMS & CONDITIONS FOR INDIGENOUS OFFERS
1) Prices: - Prices in the Price Bid should be quoted on F.O.R. at BMHRC, Bhopal basis. If it is Ex-works
then the packing and forwarding charges, Insurance (from ware house to warehouse with all risks
covered on 110% of the value) charges, Freight charges by road (any reputed transporter) / Courier
(any reputed courier) on door delivery basis must be clearly mentioned. Quotations without these
details will be summarily rejected.
2) Taxes: - In the case of indigenous item, the RATE OF SALES TAX / Value Added Tax should be clearly
indicated wherever, chargeable. “C’ or “D” form shall not be issued by Hospital.
3) Packing and Forwarding: - The packing and forwarding charges should be included in the Unit rate
4) Banker’s address: - Our banker is State Bank of India, BMHRC Branch Bhopal. All cheques / demand
drafts will be crossed account payee only.
5) Registration Numbers: - The following certified copies should be attached with the technical bid.
a. Sales tax / Value Added Tax Registration Number
b. Service tax registration number
c. Current Income tax clearance & PAN
6) Service support: - The post installation warranty support is required to be provided by your Bhopal/
nearest place service centre. Hence mention the contact address, with name of contact person and
telephone numbers.
7) Payment terms: - No advance payment shall be made. 100% Payment will be released within 45 days
after successful installation of the equipment at BMHRC, Bhopal and on submission of performance
Bank Guarantee of 10% value of the order price, valid till the expiry of the comprehensive warranty
period( Five Years) and additional three months thereafter by the bidder.
8) Payment For CMC / AMC: The payment for CMC/AMC after 5 years on 3 monthly basis after
satisfactory completion of said period. And on receipt of bank guarantee for an amount equivalent to
2.5% of the price of the equipment as per contract in the prescribed format valid till three months of
expiry of entire CMC/ AMC period.

9. TERMS & CONDITIONS FOR IMPORTED OFFERS


1) Cost: - Ex-Works Price showing separately Indian Agent’s Commission (if any) is to be clearly indicated in
the Price Bid. The Indian agent’s commission if any will be subtracted from the Ex-works Price in the

10 | P a g e
Purchase Order. FOB Charges up to the nearest gateway International airport to be indicated in the Price
bid.
2) Export License: -If the required equipment is subject to Vendor procuring an export license from the
designated government agency / Country from where the goods are shipped / sold, the vendor has to
mention the name, address of the government agency / authority. The vendor must also mention the time
period within which the license will be granted in normal course.
3) Customs duty: - The BMHRC is exempted from customs duty under notification no.148/94-Cus dated
13.07.1994 as amended by notification No. 173/94-Cu, dated 6.10.1994. However the tenderer must
indicate separately the customs duty (percentage & amount) and excise Duty (percentage & amount) if
applicable. BMHRC shall provide the Custom Duty Exemption Certificate (CDEC) with purchase order.
4) Banking charges outside India for opening of LC shall be borne by bidder.
5) Custom clearing activities will be done by company/tenderer on their cost & required documents should
be provided by BMHRC Bhopal on request by them & ship the equipment /instruments up to Bhopal (
BMHRC store) free of cost by Company/ Tenderer.
6) INDIAN AGENT’S COMMISSION, if any: If you have any Agents in India, please show specifically whether
the amount of commission payable to them is included in the Ex-works Price. Please note that under the
Government of India regulations, Commission to Indian Agents is payable only in Indian Currency. The role
played by the Indian Agents in rendering assistance to BMHRC, Bhopal must also be specified and copy of
authorization letter enclosed in technical bid.
7) COUNTRY OF ORIGIN: Please specify PLACE / Country of Origin and the Place / country from which goods
will be finally shipped. These particulars are very important for establishment of L/C, arranging insurance
etc.
8) Inspection: - The Indian agent / Indian branch Office will be intimated immediately after the receipt of the
consignment at BMHRC, Bhopal Stores. The consignment will be jointly inspected by the Stores personnel,
Technical Personnel of BMHRC, Bhopal and the representative of Indian agent within 24 hours after
receipt. The consignment will be compared with the work order and packing list. Any excess supply,
shortage, wrong supply and any damage will be noted immediately and intimated to the vendor. Damaged
and unaccepted supply for work will be returned to you at your risk and cost. The vendor should make
good the shortage and replace the damaged / wrong shipment at no cost to BMHRC, Bhopal.
9) Installation and commissioning:- After opening of L/C The successful tenderer shall supply, undertake all
site works, install, commission, demonstrate satisfactory performance and hand over the equipments with
all respect either within 12 weeks or as quoted by bidder, otherwise penalty should be imposed
accordingly .Time shall be the essence of contract.
10) Service: - The Indian agent / Indian branch office of the foreign principal should support the equipment
fully during the warranty. If BMHRC, BHOPAL requires AMC during the post warranty period the Indian
agent / Indian branch office must fully offer full support.
11) Merger and Acquisition: - Any merger and acquisition of the foreign principal by other companies / firms
must be intimated to BMHRC, Bhopal immediately.
12) Change of Indian Agent: - If there is any change of Indian agent during the warranty period / post
warranty period the foreign principal must intimate BMHRC, Bhopal immediately with the new
company’s name and address.
13) Insurance: - If the contract requires the foreign principal to insure the goods, the vendor unless otherwise
agreed on the face hereof, insure the goods.
a. For a value equal to one hundred and ten percent (110%) of the FOB amount of the contract on
warehouse to warehouse basis.
b. On the basis of All Risks (Institute Cargo clauses) or on equivalent terms.
c. With underwriter (s) or insurance company (ies) of good repute.

11 | P a g e
d. Any additional insurance coverage shall be arranged by vendor upon the special request and on
the account of BMHRC, Bhopal.

14) Import Payment: - Letter of Credit (L/C) will be established for 100%. Payment will be released in two
parts:
a. 80% payment after presentation of original documents after dispatch of the item ordered and
furnishing 10% Performance Bank Guarantee from any commercial Bank in India by Foreign
Principal / Indian Agent valid till the expiry of the comprehensive warranty period and additional
three months thereafter and all other promises committed by the tenderer in their tender and/ or
during the negotiation/discussion.
b. 20% payment after satisfactory supply, installation, commissioning and demonstration of the item
ordered.

15) If the Letter of Credit is required to be extended / reinstated for reasons not attributable to BMHRC,
Bhopal the Bank Charges thereof shall be charged to the beneficiary’s account.
16) Documents: - The following documents are required by us at the time of negotiation of documents for
Letter of Credit within 48 hours of shipment.
17) Commercial invoice – 3 copies (original)
18) Packing list – 2 copies
19) Country of Origin – 1 copy
20) Master Airway Bill/ Bill of lading – 2 copies
21) Warranty certificate – 2 copies

12 | P a g e
Annexure A
Technical Specification of 3D – 4D Doppler High Resolution USG Machine

1. The system should be State of the art with full Digital Technology with Broadband beam former & should
be for Whole Body applications including Abdominal, Ob/Gyn, Cardiac, Cerebrovascular, Peripheral
Vascular, Musculoskeletal, Transcranial & Small Parts Imaging such as Breast, Thyroid, Testes,
Intracavitary applications like Transvaginal & Transrectal, & Intraoperative applications. System should
have the capability of Elastrography and contrast imaging.
2. The broadband beamformer should be capable of simultaneously processing ultrasound signals from 1
MHz to 17 MHz.
3. The system should incorporate facility for High-resolution 2D. M Mode, PW, CW, Colour Flow Imaging,
Power Doppler Angio, Duplex, Triplex, Imaging modes. Should be capable of Dual Live display of grayscale
reference image with colour Doppler image.
4. The equipment should have minimum 50,000 Digital Channels or more, and should be upgradable on the
site to higher number of Channels. Higher Number of Channels is preferred
5. The system should employ the state of the art Transmit Real Time Compound Imaging Technology with
Multiple Transmitted lines of sight of at least 9 lines. Wherein Multiple Coplanar Images from different
viewing angles are obtained and combined into a single compound Image at real-time frame rates for
Improved visualization & better image quality in Abdominal & Vascular Imaging & to virtually clean up
the image of artifacts.
6. System should have advanced Image Processing algorithms to analyze between targets and artifacts so as
to sharpen target anatomy and reduce the speckle & artifacts for improved Image quality.
7. The system should have 256 Greyshades or more
8. The system should offer a scan depth up to 30 cm
9. The system shall have at least three universal transducer ports with electronic switching capability
allowing any transducer to be connected to any port.
10. The system should support Convex, Linear, Sector, Volume, Matrix Array and static transducers. It should
support volume imaging by freehand , mechanical, and electronic methods
11. The system should support multiple fully sampled live Volume Imaging, for both adult and paediatric
imaging
12. All transducers should have Broad Bandwidth technology for extreme High Resolution 2D Imaging. The
system should be able to capture all frequencies in a single Probe, without the need for user selection
13. The system should have a high dynamic range of 160 Db or more
14. The system should have facility for zoom (real-time and frozen image ) and manipulation of Image through
pre processing and post processing with Cine loop viewing of Images of all modes
15. System should have Cineloop review facility in individual and mixed modes with memory upto minimum
of 2000 images and 100 seconds of M Mode data.
16. The system should offer a very high frame rate upto 500 frames per second. The system shall be able to
perform mechanical 4D acquisitions at 30 Volumes per second. Please specify
17. There should not be any reduction or change in pulsed Doppler PRF/scale when moving between duplex
pulsed wave Doppler and simultaneous/triple modes. Also, system should offer automatic single button
optimization of Doppler baseline and scale.
18. The system should have Harmonic Imaging for Tissues for hard to image patients. The system shall support
Tissue Harmonic imaging capability on phased, linear, 3D and curved array transducers. Tissue Harmonic
Imaging should be available in colour flow imaging, M-Mode and 3D rendering modes.
19. System should be able to work in combined mode of Harmonic Imaging and Real time Compound Imaging
to get excellent Image quality. The system shall offer Tissue Harmonic Imaging in Power Doppler
imaging mode for improved sensitivity and specificity in differentiating blood / agent from tissue
13 | P a g e
20. The system should have Contrast Harmonic Imaging and should have optimization settings to detect the
Contrast Agents. Please specify other advanced Technologies to perform better Contrast Harmonic
Imaging
21. System should offer real time extended field of view Imaging (Panoramic imaging) up to 100 cm with
curved and linear transducers. All grayscale imaging must be capable of real time spatial Compounding
during the panoramic imaging
22. The system shall quantitatively calibrate panoramic images, allowing the user to perform area,
circumference, distance and curved-linear distance measurements.
23. The system shall support simultaneous display of volume and multiplanar reconstructed (MPR) views.
24. The system should have the in-built software tool for imaging MPR. Thick Slice, and slice plane views
25. The system shall support full screen display of all 3D views including individual X, Y, Z MPR views and
simultaneous display of thumbnail views on the same system display monitor.
26. Full Trim capability must be support: Oblique and linear trimming in the MPRs: Freehand trimming of the
volume
27. The system should support a utility for the creation of user defined general imaging protocols and the
editing of default general imaging protocols
1) Preset controls shall include abdominal, carotid, lower extremity venous and gynaecological exam
guides that following industry and accreditation guidelines.
2) The system should have automatic real time quantification of Doppler parameters like velocity,
frequency, time, heart rate, slope, flow volume, pulsatility index, resistivity index, peak velocity,
average value, point value, area and diameter flow volume, etc

28. The system should provide extensive measurement, calculation and analysis packages for abdominal
(General Vascular, Renal), small parts (Thyroid, Testicle, Breast). Ob/Gyn. Cardiology etc.
1) The system should support Intima Media Thickness (IMT) Quantification with automatic or user
assisted tracing of Intima-media complex and the calculation and display of mean and standard
deviation IMT based spatial average of Intima-media distances from each scan line.
2) The system should provide automated. Real-time analysis of peak and mean Doppler spectral
waveforms.
3) The system should have a flicker free high resolution TFT Flat panel display of a minimum of 20 inch
with four way articulation with a provision to adjust the height.

29. System should have Fully Articulating control panel including Height, swivel & slide Adjustments. Should
have full alphanumeric keyboard with illuminated keys and status display.
1) The system should have a fast Boot up time of less than 150 seconds, which switched on from ‘OFF’
position, and also less than 60 seconds from ‘STANDBY’ position.
2) The system should have digital storage ( atleast 1 TB built in hard disc) and retrieval of B/w & colour
image data (both frozen and cine loops) on built in as well as removable media (CD, DVD & Magneto
optical Disk). System must be able to export JPG and AVI file formats.
30. The system should be DICOM 3.0 ready with a facility for structured reporting for OB. GYN. and vascular
data.

31. ELASTOGRAPHY
1) System shall be equipped to perform elasticity imaging using latest available technology in a variety of
application (liver, breast, prostate) and on a variety of transducers (convex, linear and endo-cavitary)
accompanied by necessary quantification package software.

14 | P a g e
2) One touch entry into elastographymode. Elastogram applied as a region of interest box with user
control of size and location through entire field of view. Realtime indicator for elastogram quality.
Single screen 2D with elastogram and side-by-side display of 2D image and 2D with elastogram.
3) Shadow duplication and measurement capability in side-by-side display. Distance and area tools.
Acquisition rate control for elastogram optimization setting to optimize to different tissue
compositions.
4) The System should be capable of FUSION IMAGING i.e. Fusion of Ultrasound image with CT, MRI, PET,
CT with Needle tracking system, Auto Registration, Motion artifact Eliminator.

32. Equipment with above features to be offered with the following board bandwidth probes
1) Broadband Convex Array Transducer 2-5 MHz without need for frequency switching
2) Broadband Transducer 5-17MHz without need for frequency switching
3) Broadband Transvaginal / Transrectal probe with frequency range between 5 to 9 MHz
4) Broadband Volume Transducer 2-6 MHz without need for frequency switching for 4D Applications.
33. The system should have the following Documentation Devices:
1) Black & White Thermal Printer with 10 printer rolls.
2) On-Line UPS of appropriate rating from a reputed brand
3) Colour Laser Printer
4) Latest computer system with at least 1 Tb hard disc and 2 GB RAM for image storage/Transfer and
reporting. 1000 DVDs data storage.
34. WARRANTY :
1) The complete system including the machine, equipments & all accessories including computer system,
AC to be under warranty for 5 years. There after a comprehensive maintenance contract (including
repair/replacement of the parts) of the complete system. All accessories, computers and printers and
all other items supplied / installed should be offered for 5 years.
2) During warranty/ AMC period all breakdowns must be attended to within 24 hours and repairs
completed within 72 hours of reporting

35. DOWN TIME


a. Maximum acceptable down time of equipment during the warranty period/AMC should not
exceed five percent, calculated separately for each year.
b. If the down line exceeds the level, then the warranty period / AMC to be extended by twice the
period of downtime exceeding 5%

36. RESPONSIBILITES:
During the period of warranty comprehensive maintenance contract the following will be the
responsibilities of the firm.
a. Maintenance and replacement of the batteries of the UPS as and when necessary.
b. To provide/refill/ replace cartridge used for the printer supplied.
c. Up-gradation of software of main equipment, workstation, servers and supplied computers

37. TECHNICALLY QUALIFIES

15 | P a g e
Annexure B

TECHNICAL COMPLIANCE OF SPECIFICATIONS AS PER ANNEX A


(Must attached point wise)

Signature & seal of bidder

 If the bidder fails to enclose the compliance Statement, his bid is likely to be rejected.

16 | P a g e
Annexure C

Deviation Statement Form


Following are the Technical deviations and variations from the Technical specifications and scope of work.

Sl. No. Item Description Statement of Deviations/ Variations

The Following are the particulars of the deviations from the requirements of the Tender document terms and
conditions:

SL. No. Clause in the terms and conditions Deviation Justification for the deviation

These deviations and variations are exhaustive. Except these deviations and variations, the entire work shall
be performed as per your specifications and documents.

Signature of bidder
Date

17 | P a g e
Annexure D
(Part of price bid)

Cost of the Equipment, parts and Accessories and Other details Offered as per the suggested mandatory
components (Must be enclosed in the Price Bid)

Price per unit in Rs. / in Foreign currency (as applicable)


Incidenta
l Services
Cust (includin
Quan
oms Excis Sales g
tity
Ba Freig Duty e /Tax/ Installati
(Nos.
Brief sic ht / [%ag Duty CST / on &
) (if
Descri Pri Insur e& VAT/ Commissi Unit Price Total
ption ce ance amo any) CENV Inland oning (at Price Price
of unt] [%ag Transpor
e& AT Supervisi Consignee for Consi
Goods, tation
amo (if on, Site) basis Buy – gnee
Make,
unt] any) Demonst (a+b+c+d+e back Site
Model,
[%ag ration +f+g+h) Equip basis
&
e& and which ever ment (10-
Countr
amo Training) is 11)
y of (g)
unt] at applicable
Origin
the
Consigne
(b) ©
(f) e’s
(a) (e) site
(d)
(h)
1 2 3 4 5 6 7 8 9 10 11 12

Total Tender price in Foreign Exchange (if any) & Indian Rupees (In words): ___
Note: -
1. If there is a discrepancy between the unit price and total price. The unit price shall prevail.
2. The tenderer must indicate separately the customs duty (percentage & amount), Excise duty (percentage &
amount) and CST / VAT (percentage & amount) if applicable.
3. The foreign exchange component (if any) & the Indian rupee component shall also be shown separately.
4. The charges for Annual CMC/AMC after warranty shall be quoted separately.
5. Above quoted price will be inclusive of 5 years comprehensive warranty

Signature of Tenderer________________________
Name________________________
Business Address________________________
Seal of the Tenderer________________________
Place: ________________________

18 | P a g e
Annexure D

PRICE SCHEDULE FOR AMC AND CMC


AFTER WARRANTY PERIOD
1 2 3 4
Name of Brief Applicable Annual Comprehensive Maintenance Contract /Annual
Equipment description of Taxes Maintenance Contract Cost for Each Unit year wise*.
Services 6th,7th,8th,9th &10th
6th 7th 8th 9th 10th
A B C D E
CMC
AMC

After completion of Warranty period


NOTE: -
1. The Comprehensive Maintenance Contract (CMC) shall include preventive maintenance including
testing & calibration as per technical/ service /operational manual, labour & parts, for complete
equipment and its allied items.
2. The tenderer must indicate separately the component of taxes in the cost of AMC / CMC as applicable
on the date of Tender. The taxes to be paid extra, to be specifically stated. In the absence of any such
stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained
later.
3. All software updates should be provided free of cost during AMC / CMC period.
4. The supplier shall keep sufficient stock of spares required during AMC / CMC period.
5. In case the spares are required to be imported, it would be the responsibility of the supplier to import
and get them custom cleared and pay all necessary duties.
6. These charges will be added to the price at the time of evaluation of tender.

Signature of Tenderer
Place: ___________________________
Date: ____________________________
Business address___________________________________
Seal of the Tenderer_________________________________

19 | P a g e
Annexure E

After Sales Service Support Details

Sl. No. Local Address, Telephone Number of engineers / Nature of training imparted to the
numbers, Fax numbers and email service personnel who service personnel especially at the
address of the agent who will are stationed at the principal’s company
provide after sales support local address

The bidder should clearly indicate in which cases it would be essential for the equipment to be sent to
foreign principal for servicing or in which cases it will be essential for service personnel to come from
foreign principal.

Signature & seal of bidder

20 | P a g e
Annexure F

WARRANTY CERTIFICATE

We Warrant that everything to be supplied by us hereunder shall be brand new, free from all defects
and faults in materials, workmanship and manufacture and shall be of the highest grade and quality and
consistent with the established and generally accepted standards for material of the type ordered shall
be in full conformity with the specification, drawing, or samples, and operate properly. We shall be fully
responsible for its efficient operation. This Warranty shall survive inspection of any payment or and
acceptance of the goods but shall expire after (expect in respect of complaints of which the contractor
has been notified prior to such date) 60 months Comprehensive warranty after their successful
installation, commissioning and acceptance by BMHRC, Bhopal.

The obligations under the Warranty expressed above shall include all costs relating to labor, spares,
maintenance (preventive and unscheduled) and transport charges from site to the manufacturers work
and back and free repair/adjustment or replacement at site or any parts of the equipment which under
normal and proper use and maintenance proves defective in design, material or workmanship or fails to
conform to the specifications previously given by the BMHRC Bhopal to the contractor.

Signature & seal of bidder

Note: It should be provided in the letter head of the firm / company.

21 | P a g e
Annexure G

BID SECURITY/EARNEST MONEY DEPOSIT FORM


Whereas ...................……….......1 (hereinafter called “the Bidder”) has submitted its bid dated......................
(Date of submission of bid) for the supply of............................. (Name and/or description of the goods) (Here
in after called “the Bid”).

KNOW ALL PEOPLE by these presents that WE..................... (Name of bank) of.................. (Name of country),
having our registered office at ...............……….(address of bank) (here in after called “the Bank”), are bound
unto ............................. (Name of Purchaser) (Hereinafter called “the Purchaser”) in the sum of
_______________________ for which payment well and truly to be made to the said Purchaser, the Bank
binds itself, its successors, and assigns by these presents.
Sealed with the Common Seal of the said Bank this ____ day of _________ 20
__________THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid
validity:
1) a) fails or refuses to execute the Contract Form if required; or

(b) Fails or refuses to furnish the performance security, in accordance with the Instruction to Bidders.

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without
the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the
amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the
occurred condition or conditions.
This guarantee shall remain in force up to and including forty five (45) days after the period of the bid validity,
and any demand in respect thereof should reach the Bank not later than the above date.
...................................

(Signature of the Bank)


_______________________

_____________________
1 Name of Bidder

22 | P a g e
Annexure H
Check List to be furnished by the bidder

S. No. Particulars Compliance Page


(Yes/No) No.
1. When Tender is filled by Indian Agent / Dealer / Distributor for a foreign
Principal Company have you enclosed the Letter of Authorization / Agency
certificate in the Techno Commercial Bid
2 Tender Fees in form of Demand Draft for purchase of tender document is
enclosed along with the Techno commercial bid
3. EMD in form of DD/BG is enclosed along with the Techno commercial bid
4.. In case the firm is exempted from payment of EMD (Like SSIs registered with
NSIC, firms registered under DGS & D) – Whether Valid Permanent
Enlistment Certificate of NSIC / Valid DGS & D Rate Contract copy is
enclosed in the Techno Commercial Bid
5. Whether the proof of Annual Turnover is enclosed (Audited Balance Sheet
Profit & Loss) & PAN No.
6. Copy of Income Tax Return Acknowledgement of March 2014
7. Copy of Sales Tax Registration Certificate (Now called as VAT) is enclosed
8. Technical Compliance Statement in Annexure B is enclosed with Techno
Commercial Bid
9. Deviation Statement in Annexure C is enclosed with Techno Commercial Bid
10. The Price Bid is submit as per Annexure D in separate envelop
11. Details of After sales support in Annexure E and is enclosed with Techno
Commercial Bid
12. Warranty Certificate as per Annexure F is enclosed with Techno Commercial
Bid
13. List of Users as per Annexure I is enclosed with Techno Commercial Bid
14. Under taking certificate submitted by the manufacturer on Rs. 100 stamp
paper as per Annexure K
15. Pre-installation Requirements is given with Techno Commercial bid (If
Applicable)
16. General Information as per Annexure – L should be enclosed
17. Tender documents and relevant documents should be submitted with
sealed & sign of authorized person on each page
18 A copy of above mentioned tender with sealed & sing on each page by
authorized person should also be submitted in Technical Bid

Signature & seal of bidder

Note: Checklist should be furnished by bidder with page number and it should be enclosed starting of the
Techno Commercial Bid

23 | P a g e
Annexure I

List of Users for a period of 3 years preceding this tender ( If possible similar equipment)

Sl. Order for similar Purchase Description, Price Charged Date of Reasons if any,
No. equipment Order model and Important: completion of for delay in
placed by (full Number and quantity (Rates to be blacked delivery as per delivery,
address of Date ordered out in the technical contract and Date installation and
purchaser with bid. The Price bid of of installation / commissioning
contact person, bidder must contain commissioning as
telephone the price Charged) per contract
number)

Signature & seal of bidder

24 | P a g e
Annexure- J

(To be typed on 100 rupees Stamp Paper)


Performance Bank Guarantee
Bank Guarantee No.:__________________
Amount of Guarantee: Rs. _____________ Valid Up to : ________________
Guarantee Cover from : _________ to __________

The Director,
Bhopal Memorial Hospital & Research Centre
(Indian Council of Medical Research)
Ministry of Health, Govt. of India
Raisen bypass Road, Bhopal – 462038(M.P.)

This deed of guarantee executed by (Name of Bank) ………………………………………. Constituted under the (Bank
Act) ……………………… having its Corporate Centre at …………………………… and amongst other places a Branch,
…………………………………………. ……………………………………………. (Hereinafter referred to as “the Bank”) in favour of
Bhopal Memorial Hospital & Research Centre, Bhopal (hereinafter referred to as “the Beneficiary”) for an
amount not exceeding Rs. …………………….. (Rupees ……………………………………………………………………………..) at the
request of (Name of Firm) ……………………………………………………………………………. (Hereinafter referred to as “the
Contractors”).

This Guarantee is issued subject to the condition that the liability of the Bank under this Guarantee is limited
to a maximum of Rs. ……………………. (Rupees ……………………………………. …………………………………..) and the
Guarantee shall remain in full force upto ………………….. and cannot be invoked otherwise than by a written
demand or claim under this Guarantee served on the bank on or before ………………………….

Whereas you have entered in to a contract reference No. ………………. P.O. No. …………………….. ---------- Dt:
…………………. With (Name of Firm) ……………………………………………………………………………………..……………………… for
the supply of ………………………………. …………………………………………………………………… which is hereinafter referred
to as “the said contract” and whereas (Name of Firm) ……………………………………………. has undertaken to
produce Bank Guarantee for the 10% of the contract price amounting to Rs. …………………… (Rupees ……………
………………………………………………………………) to secure its obligations Bhopal Memorial Hospital & Research
Centre, Bhopal for the warranty of the equipment supplied.

We, (Name of Bank) ……………………………………………………………. Hereby expressly irrevocably and unreservedly


undertake and guarantee as Principal obliges on behalf of (Name of Firm)
………………………….…………………………………………….……….. that in the event Bhopal Memorial Hospital & Research
Centre, Bhopal declares to us through you that (Name of Firm) …………………………………………… has not fulfilled
the warranty/other obligations according to the contractual warranty obligations under the said contract to
pay you on demand without any reference to M/s ………………………… …………………………………………….. an amount
of Rs. ………………………. (Rupees ………………………. ………………………………………………..) Notwithstanding any
right/disputes raised by (Name of Firm) …………………………………….…………. ………………………………………………… or
any said or proceedings pending in any competent Indian Court or before any arbitration tribunal, your
written demand shall be conclusive evidence to us that such payment is payable under the terms of the said
contract and shall be binding in all respect on us.

We shall not be discharged or released from the aforesaid undertaking and guarantee by any arrangements,
variations made between you and (Name of Firm) …………………………………………… indulgence to (Name of Firm)
…………………………………………………………………. by you with or without our consent and knowledge or by
alterations in the obligations of (Name of Firm) ………………………………………………………………..…. by any
forbearance whether as to payment time performance or otherwise.

25 | P a g e
We further agree and undertake not to revoke this guarantee before the same is discharged in writing by you.

This guarantee shall remain valid until …………………………

1) Notwithstanding anything contained herein.


2) Our liability under this guarantee is restricted to Rs. ……………………….. (Rupees ……
………………………………………….)
3) This Bank Guarantee shall be valid up to …………………………
4) We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only if
your serve upon us a written claim or demand and received by us or before ………………………. i.e. the
date of expiry of this bank guarantee.
5) The Bank Guarantee should be returned to us after the expiry date for cancellation purpose, even if
the original guarantee is not returned, our liability on this guarantee ceased to exist.

Dated at ………………….. At this ………………… Day of ……………………

Dated: _____________
Place: ______________

(Signature of authorized Officer of the Bank)

Witness (Name, Address & Signature)

1.

2.

26 | P a g e
Annexure K

Undertaking (To be submitted by the manufacturer on Rs. 100 stamp paper)

1. I undersigned certifies that I have gone though the Terms & conditions mentioned in the tender document
including annexure and undertake to comply with them. The rates quoted by me/us are valid and binding
on me/us for acceptance for the period of one year from date of opening of tender.
2. It is certified that rate quoted are the lowest quoted for any institution/Hospital in India.
3. Earnest money deposited by me/us viz Rs._______ in the form of Demand Draft /Banker’s Cheque in
favour of Director BMHRC, Bhopal is attached herewith and shall remain in custody of the Director
BMHRC, Bhopal as per terms and conditions.
4. I/We give the rights to Director, BMHRC, Bhopal to forfeit the EMD deposited by me/us if any delay
occur on my/agent’s part or fails to supply the article at the appointed place and time and of the desired
specification.

5. There is no vigilance/CBI case or court case pending against the firm/supplier.

6. On Inspection if any article is found not as per supply order, it shall be replaced by me/us in time as asked
for, to prevent any inconvenience at my /our own expenses.

7. I/we hereby undertake to supply the items as per specifications and directions given in supply order within
the stipulated period.
8. I/we undertake in case down time of the equipment is more than 3 working days, the period of
warranty/CMC/AMC shall be extended by two time of the total breakdown period unless stand by
arrangements are made. Also undertake to supply all spares for optimal up keep of equipment for at least
10 years after handing over the unit to the institute.
9. I/we undertake to provide guarantee/warranty/ AMC/CMC as mentioned in specifications for ten years
from the date of satisfactory installation and inspection. I also undertake that I will maintain the
equipment during this period and replace the defected parts free of cost, if necessary.

10. I/we understand that Director, BMHRC, Bhopal has the right to accept or reject any or all the tenders
without assigning any reasons (s) thereof.

Name, Signature & Address of the tenderer


With rubber stamp

Note: Undertaking can be submitted by the authorized distributor for imported products if there is no
marketing office of principal companies in India.

27 | P a g e
Annexure - L

GENERAL INFORMATION

(PROFORMA TO BE FILLED BY THE TENDERER)

1. Name of the Bidder/Firm :-


2. Address & Telephone No :-
3. Whether the firm is Indian / Multi- national :-
4. Name Person responsible for tender:-
5. Mobile No of person/ authorized signatory to be contacted for this tender:-
6. Faxes No: -
7. E- Mail Address: -
8. Address for Communication:-

28 | P a g e

You might also like