tender details - gujarat · 1 tender notice tender notice no. 26/2016-17 date of issue: tender...

143
1 TENDER NOTICE Tender Notice No.26/2016-17 Date of Issue: Tender Brief Tenders are invited online forMedical Equipment / Instruments Surgical items & other Miscellaneous Industrial Products (through internet) from reputed manufacturers of Medical Equipments. For imported component (Equipment – materials) Authorized representative / dealerappointed either by parent manufacturer or its subsidiarycompany should submit their offer. Tender Details GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking) Regd. Office: Block No. 14 Ist Floor Dr. Jivraj Mehta Bhavan Sector – 10 Gandhinagar. 079-232-50767. 50766 57696 E –TENDER NOTICE NO. 26/2016-17 Tenders are invited online for Medical Equipments /Instruments Surgical items & other Miscellaneous Industrial Products (through internet) from reputed manufacturers. For imported materials Authorized representative / dealer appointed either by parent manufacturer or its subsidiary company should submit their offer. Interested bidders are requested to submit the tender through e-tender process. All tender documents canbe downloaded free from web sitehttp://gmscl.nprocure.com between 10/10/2016 to 09/11/2016 upto 15.55 Hrs.Detail Tender Notice is available on website: https://gmscl.nprocure.com / http://gmscl.gujarat.gov.in and this office notice board. Sr. No. TenderNo. Name of Item Qty. TenderDo cument Fee (Rs.) E.M.D. (Rs.) Total Estimated Value (Rs.) (1) GMSCL/EQUIPMENT PURCHASE/F-380/2016-17 Pediatric Fiberoptic Bronchoscope 1 No. 1,500/- 30,000/- 10,00,000/- (2) GMSCL/EQUIPMENT PURCHASE/F-395/2016-17 Monocular Microscope 80 Nos. 1,500/- 36,000/- 12,00,000/- (3) GMSCL/EQUIPMENT PURCHASE/F-398/RI-E-358/ 2016-17 Microscope (Monocular+Binocular) 25 Nos. 1,500/- 26,250/- 8,75,000/- (4) GMSCL/EQUIPMENT PURCHASE/F-401/RI-F-67/ 2016-17 Laboratory Micromotor 24 Nos. 1,500/- 18,000/- 6,00,000/- (5) GMSCL/EQUIPMENT PURCHASE/F-402/RI-F-41/ 2016-17 Ultrasonic Instrument Cleaner 38 Nos. 1,500/- 57,000/- 19,00,000/- (6) GMSCL/EQUIPMENT PURCHASE/F-405/RI-E-215/ 2016-17 Neonatal Digital Weighing Scale 35 Nos. 1,500/- 15,750/- 5,25,000/- (7) GMSCL/EQUIPMENT PURCHASE/F-406/RI-F-266/ 2016-17 Manikins for CVS / RS /Bowel Sound Trainer 2 Nos. 1,500/- 18,000/- 6,00,000/- (8) GMSCL/EQUIPMENT PURCHASE/F-407/RI-F-267/ 2016-17 Dermatoscope (Hand End) With Video Photography 05 Nos. 1,500/- 30,000/- 10,00,000/- (9) GMSCL/EQUIPMENT PURCHASE/F-408/RI-F-268/ 2016-17 Intense Pulse Light 2 Nos. 1,500/- 30000/- 10,00,000/- (10) GMSCL/EQUIPMENT PURCHASE/F-409/RI-F-269/ 2016-17 Fully Body Manikin for CPR with feedback 2 Nos. 1,500/- 30,000/- 10,00,000/- (11) GMSCL/EQUIPMENT PURCHASE/F-410/RI-F-270/ 2016-17 Mesopen 04 Nos. 1,500/- 24,000/- 8,00,000/- (12) GMSCL/EQUIPMENT PURCHASE/F-411/RI-F-271/ Derma Chair with Derma Stool 04 Nos. 1,500/- 18,000/- 6,00,000/-

Upload: lytuyen

Post on 06-May-2018

230 views

Category:

Documents


5 download

TRANSCRIPT

1

TENDER NOTICE Tender Notice No.26/2016-17 Date of Issue: Tender Brief Tenders are invited online forMedical Equipment / Instruments Surgical items & other Miscellaneous Industrial Products (through internet) from reputed manufacturers of Medical Equipments. For imported component (Equipment – materials) Authorized representative / dealerappointed either by parent manufacturer or its subsidiarycompany should submit their offer.

Tender Details GUJARAT MEDICAL SERVICES CORPORATION LIMITED

(A Government of Gujarat Undertaking) Regd. Office: Block No. 14 Ist Floor Dr. Jivraj Mehta Bhavan

Sector – 10 Gandhinagar. 079-232-50767. 50766 57696 E –TENDER NOTICE NO. 26/2016-17

Tenders are invited online for Medical Equipments /Instruments Surgical items & other Miscellaneous Industrial Products (through internet) from reputed manufacturers. For imported materials Authorized representative / dealer appointed either by parent manufacturer or its subsidiary company should submit their offer. Interested bidders are requested to submit the tender through e-tender process. All tender documents canbe downloaded free from web sitehttp://gmscl.nprocure.com between 10/10/2016 to 09/11/2016 upto 15.55 Hrs.Detail Tender Notice is available on website: https://gmscl.nprocure.com / http://gmscl.gujarat.gov.inand this office notice board.

Sr. No. TenderNo. Name of Item Qty.

TenderDocument Fee (Rs.)

E.M.D. (Rs.)

Total Estimated Value (Rs.)

(1) GMSCL/EQUIPMENT PURCHASE/F-380/2016-17

Pediatric Fiberoptic Bronchoscope 1 No. 1,500/- 30,000/- 10,00,000/-

(2) GMSCL/EQUIPMENT PURCHASE/F-395/2016-17 Monocular Microscope 80 Nos. 1,500/- 36,000/- 12,00,000/-

(3) GMSCL/EQUIPMENT PURCHASE/F-398/RI-E-358/ 2016-17

Microscope (Monocular+Binocular) 25 Nos. 1,500/- 26,250/- 8,75,000/-

(4) GMSCL/EQUIPMENT PURCHASE/F-401/RI-F-67/ 2016-17

Laboratory Micromotor 24 Nos. 1,500/- 18,000/- 6,00,000/-

(5) GMSCL/EQUIPMENT PURCHASE/F-402/RI-F-41/ 2016-17

Ultrasonic Instrument Cleaner 38 Nos. 1,500/- 57,000/- 19,00,000/-

(6) GMSCL/EQUIPMENT PURCHASE/F-405/RI-E-215/ 2016-17

Neonatal Digital Weighing Scale 35 Nos. 1,500/- 15,750/- 5,25,000/-

(7) GMSCL/EQUIPMENT PURCHASE/F-406/RI-F-266/ 2016-17

Manikins for CVS / RS /Bowel Sound Trainer 2 Nos. 1,500/- 18,000/- 6,00,000/-

(8) GMSCL/EQUIPMENT PURCHASE/F-407/RI-F-267/ 2016-17

Dermatoscope (Hand End) With Video

Photography 05 Nos. 1,500/- 30,000/- 10,00,000/-

(9) GMSCL/EQUIPMENT PURCHASE/F-408/RI-F-268/ 2016-17

Intense Pulse Light 2 Nos. 1,500/- 30000/- 10,00,000/-

(10) GMSCL/EQUIPMENT PURCHASE/F-409/RI-F-269/ 2016-17

Fully Body Manikin for CPR with feedback 2 Nos. 1,500/- 30,000/- 10,00,000/-

(11) GMSCL/EQUIPMENT PURCHASE/F-410/RI-F-270/ 2016-17

Mesopen 04 Nos. 1,500/- 24,000/- 8,00,000/-

(12) GMSCL/EQUIPMENT PURCHASE/F-411/RI-F-271/

Derma Chair with Derma Stool 04 Nos. 1,500/- 18,000/- 6,00,000/-

2

2016-17

(13) GMSCL/EQUIPMENT PURCHASE/F-433/RI-E-213/2016-17

Operative Microscope 01 No. 1,500/- 24,000/- 8,00,000/-

(14) GMSCL/EQUIPMENT PURCHASE/E-449/2015-16

Microsurgical Instrument set 2 Nos. 1,500/- 54,000/- 18,00,000/-

(15) GMSCL/EQUIPMENT PURCHASE/F-466/RI-F-93/2016-17

Perimeter 01 Nos. 1,500/- 22,800/- 7,60,000/-

(16) GMSCL/EQUIPMENT PURCHASE/F-495/RI-F-360/2016-17

Paediatric CPR Mannequin 12 Nos. 1,500/- 36,000/- 12,00,000/-

(17) GMSCL/EQUIPMENT PURCHASE/F-496/RI-F-361/2016-17

Airway Management Trainer 9 Nos. 1,500/- 36,450/- 12,15,000/-

(18) GMSCL/EQUIPMENT PURCHASE/F-497/RI-F-362/2016-17

Retinoscope

45 Nos. 1,500/- 27,000/- 9,00,000/-

(19) GMSCL/EQUIPMENT PURCHASE/F-498/RI-F-370/2016-17

Operating Microscope (Obs. and Gyn.) 13 Nos. 1,500/- 58500/- 19,50,000/-

(20) GMSCL/ADM/ Hydraulic Trolley/2016-17

Hydraulic Trolley 24 Nos. 1,500/- 11,160/- 3,72,000/-

(21) GMSCL/ADM/ Strapping Machine /2016-17

Semi Automatic Strapping Machine 28 Nos. 1,500/- 46,800 /- 15,60,000/-

(22) GMSCL/EQUIPMENT PURCHASE/ADM/ Corrugated Boxes/2016-17

Corrugated BoxLarge Size : L45 x W30 x H30

cms.

21000 Boxes 1,500/- 22,680=00 7,56,000=00

Corrugated BoxSmall Size : L30 x W25 x H25

cms.

6000 Boxes 1,500/- 4,140=00 1,38,000=00

3

INSTRUCTION TO BIDDERS FOR ONLINE TENDER PARTICIPATION

1- All tender documents canbe downloaded freefrom the website https://gmscl.nprocure.com 2- All bids should be submitted online from the website https://gmscl.nprocure.com 3- All bids should be digitally signed for details regarding digital signaturecertificate and

relatedtraining involved the below mentionedaddress should be contacted (n)Code solutions A division of GNFC

301 GNFC InfotowerBodakdev Ahmedabad- 380 054 ( India ) Tel : +91 79 26857316/17/18 Fax: +91 79 26857321.

www.ncodesolutions.com 4- The user can get a copy of instructions to online participationfrom the

website https://gmscl.nprocure.com 5- The suppliers should register on the website though the “New Supplier” link provided at the

home page the registration on the site should not be taken as registration or empanelment or any other form of registration with the tendering authority

6- The applicationfortraining and issue of digital signature certificates should be made at least 72 hours in advanceto the due date and time of tender submission.

7- For all queries regarding use of digital signaturecertificate should be addressed topersonnel in M/s (n) Code Solutions.

8- For all queries regarding tender specifications and any other clauses included in tender document should beaddressed topersonnel in tendering office address provided below

CONTACT DETAILS Managing Director Gujarat Medical Services Corporation Limited (A Government of Gujarat Undertaking) Regd. Office: Block No. 14 Ist Floor Dr. Jivraj Mehta Bhavan Sector – 10 Gandhinagar. Tel: 079-232-50767. 50766 57696Fax : 079-23257586

KEY DATES Duration of Downloading TenderDocument (On Line) : 10/10/2016 to 09/11/2016 upto 15.55 hrs. Due date and Time of Submission (On Line) : 09/11/201616.00 hrs. Date and Time of TechnicalbidOpening (On Line) : 11/11/201612.30 hrs. Envelopes containing the “Technical Supporting Documents” inclusive of the “Document Fee” “EMD Fee” tobe submitted physically on or before 10/11/2016 12.00 hrs. at the below mentioned address:

VENUE: https://gmscl.nprocure.com Managing Director Gujarat Medical Services Corporation Limited (A Government of Gujarat Undertaking) Regd. Office: Block No. 14 Ist Floor Dr. Jivraj Mehta BhavanSector – 10 Gandhinagar.

Key Value DocumentFee&Earnest Money Depot (EMD): Aspermentioned above in Tender Notice.

4

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No. 14/1 Dr. Jivraj Mehta Bhavan Sector-10 Gandhinagar

079-23250767 23250766 23257696 E - TENDER NOTICE:26/2016-17

Tenders are invited online for Medical Equipment /Instruments Surgical items & other Miscellaneous Industrial Products (through internet) from reputed manufacturers. For imported materials Authorized representative / dealer appointed either by parent manufacturer or its subsidiary company should submit their offer. Interested bidders are requested to submit the tender through e-tender process. All tender documents can be downloaded free from web site http://gmscl.nprocure.com Detail Tender Notice is available on website: https://gmscl.nprocure.com / http://gmscl.gujarat.gov.in and this office notice board. Sr. No. Name of item

1 Pediatric Fiberoptic Bronchoscope 2 Monocular Microscope 3 Microscope (Monocular+Binocular) 4 Laboratory Micromotor 5 Ultrasonic Instrument Cleaner 6 Neonatal Digital Weighing Scale 7 Manikins for CVS / RS /Bowel Sound Trainer 8 Dermatoscope (Hand End) With Video Photography 9 Intense Pulse Light

10 Fully Body Manikin for CPR with feedback 11 Mesopen 12 Derma Chair with Derma Stool 13 Operative Microscope 14 Microsurgical Instrument set 15 Perimeter 16 Paediatric CPR Mannequin 17 Airway Management Trainer 18 Retinoscope 19 Operating Microscope (Obs. and Gyn.) 20 Hydraulic Trolley 21 Semi Automatic Strapping Machine 22 Corrugated Box

Duration of Downloading Tender (online) : 10/10/2016 to 09/11/2016 up to 15.55 hrs. Last date for Submission (online) : 09/11/2016 upto 16.00hrs. Last date for Physical Submission on : 10/11/2016upto 12.00 hrs. Due date of opening of Technical Bid (online): 11/11/2016 on 12.30 hrs. Note: Please see Revised Terms & Condition of Tender which is also available on GMSCL website. INF – MANAGING DIRECTOR

5

U]HZFT D[0LS, ;lJ";L; SM5M"Z[XG ,LDL8[04 UF\WLGUZ a,MS G\P !$q!4 0F"P HLJZFH DC[TF EJG4 UF\WLGUZP

_*)vZ#Z5*&)& .v8[g0Z GM8L; G\P Z&qZ_!&v!*

GLR[ NXF"J[, TALAL ;FWGM q .g:8=]D[g8; q ;HL"S, VF.8DM DF8[ HF6LTF pt5FNSM 5F;[YL VMG,F.G s.g8ZG[8 DFZOT[f 8[g0ZM D\UFJJFDF\ VFJ[ K[P lJN[XYL VFIFT YTF ;FWGMqVF.8DM DF8[ T[GF pt5FNS äFZFVlWS'T SZ[, 5|lTlGlW q 0L,Z VYJF D]/ pt5FNSGL ;A;L0ZL S\5GL 8[g0Z ZH] SZL XSX[P Z; WZFJTF 8[g0ZZMG[ T[VMG]\ 8[g0Z .v8[g0Z 5|lS|IF äFZF EZJF H6FJJFDF\ VFJ[ K[P 8[g0Z 0MSI]D[g8 J[A;F.8 http://gmscl.nprocure.com5ZYL lJGFD]<I[ 0FpG,M0 SZL XSFX[P lJ:T]T 8[g0Z GM8L; SR[ZLGF GM8L; AM0" 5Z TYF J[A;F.8 http://gmscl.nprocure.comhttp://gmscl.gujrat.gov.in 5Z p5,aW K[P S|D VF.8DG]\ GFD ! 5L0LIF8=LS OF.AZ VM%8LS A|MgSM:SM5 Z DMGMSI],Z DF.S|M:SM5 # DF.S|M:SM5 sDMGMSI],Z + AF.GMSI],Zf $ ,[AMZ[8ZL DF.S|MDM8Z 5 V<8=F;MGLS .g:8=]D[g8 S,LGZ & lGVMG[8, 0LhL8, J[.gU:S[, * D[GLSLg; OMZ ;LJLV[; q VFZV[; q AFp, ;Fpg0 8=[.GZ ( 0D["8M:SM5 sC[g0 V[g0f JLY JL0LIM OM8MU|FOL ) .g8[g; 5<; ,F.8

!_ O]<,L AM0L D[GLSLg; OMZ ;L5LVFZ JLY OL0A[S !! D[;M5[G !Z 0DF" R[Z JLY 0DF" :8], !# VM5Z[8LJ DF.S|M:SM5 !$ DF.S|M;HL"S, .g:8]D[g8 ;[8 !5 5[ZLDL8Z !& 5L0LIF8=LS; ;L5LVFZ D[GLSLG !* V[ZJ[ D[G[HD[g8 8=[.GZ !( Z[8LGM:SM5 !) VM5Z[8L\U DF.S|M:SM5 sVMa;P V[g0 UFIPf Z_ CF.0=M,LS 8=M,L Z! ;[DL VM8MD[8LS :8=[5L\U DXLG ZZ SM~U[8[0 AM1FL; 8[g0Z OMD" 0FpG,M0GL TFZLB sVMG,F.Gf o !_q!_q!& YL _)q!!q!&4 !5o55 S,FS ;]WL 8[g0Z :JLSFZJFGL K[<,L TFZLB sVMG,F.Gf o _)q!!q!&4 !&o__ S,FS ;]WL 8[g0Z :JLSFZJFGL K[<,L TFZLB sOLhLS,f o !_q!!q!&4 !Zo__ S,FS ;]WL 8[SGLS, AL0 BM,JFGL TFZLB sVMG,F.Gf o !!q!!q!&4 !Zo#_ S,FS GM\W o 8[g0ZGL ;]WFZ[ 8d;" V[g0 Sg0LXG HLPV[DPV[;P;LPV[, GL J[A;F.8 p5Z 56 HMJF

lJG\TL K[P DFlCTL v D[G[HL\U 0LZ[S8Z

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

1 SIGNATURE & STAMP OF TENDERER

Tender Document for

Medical Equipments, Surgical items,

Hospital Furniture & Other

Miscellaneous Items

Gujarat Medical Services Corporation Limited

Reg. office: Block No. 14/1, Dr. Jivraj Mehta Bhavan,

Sector-10, Gandhinagar- 382 010.

Tel: 079-232-50767, Fax: 079-23257586 https://gmscl.gujarat.gov.in https:/gmscl.nprocure.com

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

2 SIGNATURE & STAMP OF TENDERER

Table of Contents

SR. NO. SECTION DESCRIPTION PAGE NO.

i. Section 1 Inviting Tender 4

ii. Section 2 Instruction to Bidders 5

iii. Section 3 Eligibility Criteria for Bidders 6

iv. Section 4 Contents of Bidding Documents 8

v. Section 5 Technical & Commercial offers (Part I & II)

11

vi. Section 6 General Terms and Conditions 16

vii. Section 7 Terms of Contract 24

viii. Section 8 Appendix-List of Abbreviation 38

ix. Section 9 Annexures (A to Y) 39

x. - Primary Scrutiny Sheet 79-80

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

3 SIGNATURE & STAMP OF TENDERER

LIST OF ANNEXURES

S NO. DESCRIPTION PAGE NO.

1. ANNEXURE-A Verification, undertaking, check list & documents 39

2. ANNEXURE-B Schedule of documents attached 41

3. ANNEXURE-C Bidding schedules 44

4. ANNEXURE-D EMD FORM 45

5. ANNEXURE-E Declaration of ownership 46

6. ANNEXURE-F Declaration of I.S.O. Marked goods 47

7. ANNEXURE-G Higher Price / Lower Price Certificate 48

8. ANNEXURE-H Commercial bid for indigenous articles 49

9. ANNEXURE-I Commercial bid for imported articles 50

10. ANNEXURE-J Commercial bid for comprehensive maintenance

contract

51

11. ANNEXURE-K Authorization latter for imported equipment 52

12. ANNEXURE-L Manufacturing Experience Certificate for last Three

Years

54

13. ANNEXURE-M Annual Turnover Statement for Last Two Years 55

14. ANNEXURE-N Affidavit for quoting other manufacturer’s

accessories

56

15. ANNEXURE-O BANK GUARANTEE FORM 57

16. ANNEXURE-P SD AGREEMENT 60

17. ANNEXURE-Q CMC AGREEMENT FORM 63

18. ANNEXURE-R Govt. of Gujarat, Finance Dept. GR on SD / EMD 71

19. ANNEXURE-S Important Point to be verified before submission of

tender

72

20. ANNEXURE-T Common deficiency observed in the Primary

Scrutiny of the Tender document

73

21. ANNEXURE-U Format for Declaration by the Bidder regarding

Qualification.

74

22. ANNEXURE-V Production Capacity Declaration and Undertaking 75

23. ANNEXURE-W Format for Statement of Plant & Machinery 76

24. ANNEXURE-X Format for List and rates consumables 77

25. ANNEXURE-Y Bank Details for RTGS 78

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

4 SIGNATURE & STAMP OF TENDERER

Section - 1

1. Inviting Tender

Gujarat Medical Services Corporation Limited (GMSCL),

Reg. office : Block No. “14”, 1st Floor,

Dr. Jivraj Mehta Bhavan,

Sector No. 10, Gandhinagar-382 010

https://gmscl.gujarat.gov.in https://gmscl.nprocure.com

1.1 TENDER ENQUIRY NO.: 26/2016-17

GMSCL on behalf of Government of Gujarat invites tender online for Supply of

Medical Equipments, Hospital furniture, Surgical Items & Other miscellaneous

items mentioned below on rate contract or quantity basis as detail mentioned in

the tender details as stated in Section-5 from reputed manufacturers / direct

importers or subsidiary of original foreign manufacturer.

S.

No Name of item(s)

Total

Quantity

Tender

Tender Fee in

Rs.

EMD Amount

in Rs.

(1) Pediatric Fiberoptic

Bronchoscope 1 No. 1,500/- 30,000/-

(2) Monocular Microscope 80 Nos. 1,500/- 36,000/-

(3) Microscope

(Monocular+Binocular) 25 Nos. 1,500/- 26,250/-

(4) Laboratory Micromotor 24 Nos. 1,500/- 18,000/-

(5) Ultrasonic Instrument Cleaner 38 Nos. 1,500/- 57,000/-

(6) Neonatal Digital Weighing

Scale 35 Nos. 1,500/- 15,750/-

(7) Manikins for CVS / RS /Bowel

Sound Trainer 2 Nos. 1,500/- 18,000/-

(8) Dermatoscope (Hand End)

With Video Photography 05 Nos. 1,500/- 30,000/-

(9) Intense Pulse Light 2 Nos. 1,500/- 30000/-

(10) Fully Body Manikin for CPR

with feedback 2 Nos. 1,500/- 30,000/-

(11) Mesopen 04 Nos. 1,500/- 24,000/-

(12) Derma Chair with Derma Stool 04 Nos. 1,500/- 18,000/-

(13) Operative Microscope 01 No. 1,500/- 24,000/-

(14) Microsurgical Instrument set 2 Nos. 1,500/- 54,000/-

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

5 SIGNATURE & STAMP OF TENDERER

(15) Perimeter 01 Nos. 1,500/- 22,800/-

(16) Paediatric CPR Mannequin 12 Nos. 1,500/- 36,000/-

(17) Airway Management Trainer 9 Nos. 1,500/- 36,450/-

(18)

Retinoscope

45 Nos. 1,500/- 27,000/-

(19) Operating Microscope (Obs.

and Gyn.) 13 Nos. 1,500/- 58500/-

(20) Hydraulic Trolley

24 Nos. 1,500/- 11,160/-

(21) Semi Automatic Strapping

Machine 28 Nos. 1,500/- 46,800 /-

(22)

Corrugated Box Large

Size : L45 x W30 x H30 cms.

21000

Boxes 1,500/- 22,680/-

Corrugated Box Small

Size : L30 x W25 x H25 cms.

6000

Boxes 1,500/- 4,140/-

1.2 Key Dates

Sr. No. Description Schedule i. Downloading Tender Document (On Line) From 10/10/2016 to

09/11/2016 upto 15.55 hrs.

ii. Pre bid Meeting dated on -- iii. Due date and Time of Submission (On Line) 09/11/2016 16.00 hrs. iv. Envelopes containing the “Technical

Supporting Documents”, inclusive of the “Tender Fee”, “EMD Fee” to be submitted physically

on or before 10/11/2016 12.00 Hrs at office

address

v. Date and Time of Technical bid Opening (On Line)

11/11/2016 12.30 hrs.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

6 SIGNATURE & STAMP OF TENDERER

Section - 2

2. Instruction to Bidders for Online Tender Participation

2.1 All tender documents can be downloaded free from the website

https://gmscl.gujarat.gov.in and https://gmscl.nprocure.com

2.2 All bids should be submitted online on the website

https://gmscl.nprocure.com

2.3 All bids should be digitally signed, for details regarding digital signature

certificate and related training involved the below mentioned address should

be contacted

(n)Code solutions

A division of GNFC

301, GNFC Infotower, Bodakdev,

Ahmedabad- 380 054 ( India )

Tel : +91 79 26857316/17/18

Fax: +91 79 26857321.

www.ncodesolutions.com

2.4 The user can get a copy of instructions to online participation from the

website https://gmscl.nprocure.com

2.5 The suppliers should register on the website though the “New Supplier” link

provided at the home page, the registration on the site should not be taken as

registration or empanelment or any other form of registration with the

tendering authority

2.6 The application for training and issue of digital signature certificates should

be made at least 72 hours in advance to the due date and time of tender

submission.

2.7 For all queries regarding use of digital signature certificate should be

addressed to personnel in M/s (n) Code Solutions.

2.8 For all queries regarding tender specifications and any other clauses included

in tender document should be addressed to personnel in tendering office at

GMSCL, Gandhinagar.

2.9 The tenderer should invariably submit his tender in three sealed covers

separately namely [1] Tender Fee, [2] E.M.D. covers [3] Technical Supporting

Documents Cover.

2.10 The scanned copy of complete Bid document filled and signed on each

page as per tender terms & condition and other requirements shall have

to be electronically uploaded on website https://www.nprocurement.com

as well as submit physically within the prescribed Bid submission period.

All online uploaded documents must be same as that are physically

submitted.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

7 SIGNATURE & STAMP OF TENDERER

Note:

The tenderer should read this document very carefully and comply with

the instructions / terms / conditions therein. Any tender which does not

confirm with the instruction / terms / conditions therein is liable to be

rejected without any reference.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

8 SIGNATURE & STAMP OF TENDERER

Section - 3

3. Eligibility Criteria for Bidders

Supply of Medical Equipments, Hospital furniture, Surgical Items & Other

miscellaneous items on rate contract or Quantity basis as mentioned in the tender

details section is invited online (internet). Following being the eligibility criteria:

3.1 Tenderer must be an Indian Manufacturer or Authorized Distributor for

imported item or Subsidiary of original foreign manufacturer.

3.2 (a) The Indian manufacture should have experience of manufacturing and

selling of quoted product for three financial years preceding the date of

opening of technical bid. For this purpose, they have to submit Chartered

Accountant’s certificate in original, showing year wise production and sales

for quoted product for last three years. (Format at Annexure-L)

(b) The tender should be submitted only by manufacturers. However, their

authorized dealer shall be allowed delivery of stores. Submission of tender /

billing by authorized distributor / dealer will not be considered.

3.3 In case of imported component (equipment – materials), the authorized

representative or dealer shall be allowed to quote the tender. But such

authorized representative or dealer should be a regular supplier of products

of that manufacturer for last three years preceding the date of Technical Bid.

And also the notarized authority letter should be submitted by original

manufacturer duly filled in prescribed format (As per Annexure-K) with

tender documents otherwise tender will be ignored.

In connection with above (3.3), in cases where authorized distributor / dealer

participates in the tender, following additional terms will be applicable and its

supporting documents must be submitted;

3.3.1 Notarized copy of the agreement between manufacturer and bidder

authorizing the bidder to be the authorized distributor of the

manufacturer.

P.S.: The bidder would have to submit notarized copy of the initial

agreement with the manufacturer wherein he was made an authorized

dealer of the company. Also, he would be required to submit notarized

copy of extension of agreement (if any) to prove that he is authorized

agent at the time of submitting tender papers.

3.3.2 Notarized copies of at least 3 supply orders and satisfaction reports from

the users for any of the product of the manufacturer company (whose

product has been quoted) supplied by the bidder during immediate past 3

years preceding the last date of tender.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

9 SIGNATURE & STAMP OF TENDERER

3.3.3 Notarized authorization from the manufacturer that the bidder is

authorized to provide after sales services and spare parts / consumable

support for the entire duration of the contract including Warranty and

CMC of the product.

3.3.4 Notarized certificate from manufacturer that particular division of its

subsidiary dealing with the product in question is not participating

directly in any tender across the country since immediate past one year

(at least) prior to the last date of this tender or if subsidiary company

does not exist in India, notarized certificate from manufacturer that it

does not have subsidiary company in India.

3.3.5 If the bidder is the exclusive entity in India floated by the foreign

manufacturer to trade in the product manufactured by it, a notarized

certificate from manufacturer regarding the same would suffice and

documents pertaining to authorized distributor or subsidiary company

can be dispensed with. The bidder will however, have to produce

documents mentioned in clause 3.3.2, 3.3.3

3.4 In case a subsidiary company of a foreign manufacturer is participating in

tender process, it will have to produce documents that they are 100%

subsidiary company of their foreign manufacturer whose item / instrument

is quoted.

3.5 Indian/Foreign manufacturer should have manufacturing license. For Indian

manufacturer, Industrial license / I.S.I. Certificate / Factory Inspectors

license / Product permission {if applicable}/ Registration certificate with

C.S.P.O./ S.S.I./ K.V.I.C./ N.S.I.C./ D.G.S.&D {whichever is applicable} of quoted

product should be provided.

3.6 Tenderers who have been blacklisted/ debarred by tender inviting authority

or by any other State Government or Central Government department/

Organization shall not be allowed to participate in the tender process during

the period of blacklisting / debarment.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

10 SIGNATURE & STAMP OF TENDERER

Section - 4

4. Contents of Bidding Documents

4.1 Tender Fee and EMD Cover

4.1.1 Payment should be made by Demand Draft (DD) or Bank Guarantee (BG),

payable at Gandhinagar or Ahmedabad at any Nationalized / schedule

bank.

4.1.2 EMD should be paid in form of Demand Draft in favor of Managing

Director, GMSCL, Gandhinagar drawn on any bank in Gandhinagar OR

irrevocable Bank Guarantee issued by Nationalized Bank including the

Public Sector Bank / Private Sector Bank / Regional Rural Bank of

Gujarat / Co-operative Bank of Gujarat mentioned in G.R.No.

EMD/10/2015/508/DMO, Dt. 27/04/2016 of Finance Department, Govt.

of Gujarat as amended from time to time will be followed. The DD/BG

should be issued by bank after the date of advertisement of tender

enquiry.

4.1.3 Bank Guarantee will be accepted in case, where amount of EMD exceeds

Rs. 5000/- B.G. should be valid up to 6 month from the date of its

issuance. E.M.D. in any other form will not be accepted.

4.1.4 Payment should be made in favor of "Managing Director, Gujarat

Medical Services Corporation Limited" Gandhinagar, Gujarat, India.

4.1.5 Payment made toward Tender Fee will not be refunded

4.1.6 Non-payment of the Tender Fee will make the tenderer liable for

disqualifications.

4.1.7 EMD would be refundable under following conditions:

a) Tender is closed at any stage of procurement

b) Rejection of bid at primary or technical scrutiny level

c) After issuance of A.T. or RC

4.1.8 Non- payment of the EMD will make the tenderer liable for

disqualifications.

4.1.9 Those tenderers who are exempted for payment of Tender Fee and EMD

must enclose necessary documents like SSI Registration [of Gujarat State]

along with NSIC / DGS&D / CSPO Registration for item under tender

enquiry.

(a) The bidder belonging to SSI (Small, Tiny and Cottage industry as per

GR No. SPO/102015/691093/CH, dated 03/06/2016 issued by

Industries & Mines Department, Govt. of Gujarat and as may be

amended from time to time) category desirous of availing benefits of

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

11 SIGNATURE & STAMP OF TENDERER

price preference / price matching as well as EMD, Tender fee

exemption and other such benefits being SSI as per Government of

Gujarat Policy, shall have to submit notarized copy of their valid Small

Scale Industry Registration as well as submit certificate from

Practicing Chartered Accountant or Practicing Company Secretary

that the unit / bidder still continues to be Small Scale, Tiny / Cottage

Industry as on last date of submission of bid, along with latest audited

annual balance sheet and investment in plant and machinery to be

certified by the same professional.

(b) For getting exemption from paying EMD, tenderers have to furnish

valid and certified documents along with tender. Otherwise tender

will be rejected.

4.1.10 Those firms registered under small scale industries of Gujarat State and

holding subsequent registration with CSPO/NSIC for the item under

tender will be eligible for exemption from payment of Tender Fee and

EMD on submission of attested copies of their SSI & CSPO / NSIC /

DGS&D registration certificates. Participants not covered under this

category shall have to pay Tender Fee and EMD compulsorily as

prescribed, failing to which the tender will be treated as rejected at the

time of opening of Bid. In such cases, Technical Bid as well as Commercial

Bid will be ignored. Any basic document with regards to Tender Fee and

EMD will not be acceptable after closing time of tender.

4.1.11 Wrong / Fraudulent data submission may lead to disqualification /

debarment. Please ensure that you furnish correct data.

4.2 Technical Bid Submission

4.2.1 The envelope should be marked as "Technical Supporting Documents". It

should be noted that no physical submission of commercial bid should be

done.

4.2.2 If the tenderer fail to submit the supporting documents offline within the

stipulated time limit, the tenderer is liable for immediate disqualification.

4.2.3 The bids should be submitted on or before the time stipulated in Tender

notice at the website https://gmscl.nprocure.com

4.2.4 The physical submission of technical supporting documents may be done

at the following address:

Gujarat Medical Services Corporation Limited,

Ground Floor, Block No. 14,

Dr. Jivraj Mehta Bhavan, Sector-10, Gandhinagar-382 010

Tel: 079-232-50767, 57696, Fax: 079-23257586

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

12 SIGNATURE & STAMP OF TENDERER

4.3 Commercial Bid Submission

4.3.1 The commercial bid submission should be done on the website only

https://gmscl.nprocure.com

4.3.2 The bids should be submitted on or before the time stipulated in tender

notice at the website https://gmscl.nprocure.com

4.3.3 Any type of price (EXCEPT PRICE OF CONSUMMABLES ETC.

SPECIFICALLY ASKED FOR IN THE TENDER AND WHICH ARE NOT TO

BE USED FOR THE PURPOSE OF TENDER EVALUATION/ PRICE

COMPARISON) should not be disclosed in physical documents otherwise

bid will be rejected.

Note:

No tender will be accepted after prescribed closing time for submission

of the same. The delay will not be condoned for any reason whatsoever

including postal/transit delay. However, if the last date of submission of

tenders is declared as a holiday by the Government, the last date of

submission of tenders will be extended to the next working day.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

13 SIGNATURE & STAMP OF TENDERER

Section - 5

5. TECHNICAL & COMMERCIAL OFFERS (PART- I & II)

5.1 Technical Bid (Part-I)

5.1.1 No modification should be done by the tenderer in the name of item, and

in the specifications / grade / quality / packing of the item given in the

enquiry document. In Part-I (Technical Bid) all information asked /

required including specification available in offered models should be

mentioned clearly. Additional specifications / features if any available in

the offered models shall be provided in additional sheet. In Part-II, the

rates, with break up shown in the formats provided with the tender

documents to be quoted. For INDIGENOUS ARTICLES rates to be quoted

in prescribed format of Commercial Bid Part-II (A) and for IMPORTED

ARTICLES rates to be quoted in prescribed format of Commercial Bid

Part-II (B). Nothing else should be written or filled in either Part I/II.

5.1.2 In Technical Bid (Part-I) document required and relevant information

including specification available in offered models should be mentioned

clearly. Additional specifications / features (if any) available in the

offered models shall be provided in additional sheet.

5.1.3 In case any item is required as an essential accessory for operating the

equipment, it must be mentioned clearly in technical bid (Part-I) and its

rate must be included in the rates for the equipment in commercial bid

(Part-II). If no mention of such essential accessories is made in technical

bid (Part-I), it will be presumed that the cost of essential accessories is

included in commercial bid (Part-II) and no separate payment for the

same will be made thereafter under any circumstances.

5.1.4 If any accessory is demanded as mandatory in the tender enquiry, under

no circumstances it should be shown as an optional accessory and

quoted separately. The offered product price must include the

accessories required for operation of the instrument and no separate

payment will be made even if such an accessory is not included in the

quotation.

5.1.5 Only those accessories which are specifically recommended by the

manufacturer of the instrument / equipment should be offered as part of

the equipment and under no circumstances a cheaper variety of an

accessory not approved / recommended by the manufacturer should be

offered.

5.1.6 The detailed required specifications of the equipment to be purchased

are shown in Technical Bid. The tenderer should either confirm whether

the items offered are conforming to these specifications clearly OR

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

14 SIGNATURE & STAMP OF TENDERER

specifications available in offered product should show against each

specification along with name of manufacturer, Brand / Model only in the

format provided in technical bid. Please note that tenderer should not

write 'As per Literature enclosed'. In such a case, offer shall not be

considered. Offers with minor deviation in non-critical specification shall

be considered subject to overall acceptability of products in terms of its

utility, but offer which does not comply to critical specifications shall not

be considered.

5.1.7 The Tenderer should arrange for demonstration of equipment offered as

and when desired at their expense failing which tender shall liable to be

ignored. In case where samples are required to be submitted, it should be

kept ready and submitted as and when demanded in duly sealed pack

superscribed with details of tender enquiry No, due Date, Name and

address of tenderer, make/Model etc. failing which offer shall liable to be

rejected. In case the tender value of Rs. 50.00 lac and above, it will be

mandatory to have demonstration. If the equipment is not installed

anywhere in the State of Gujarat and the tenderer requests on arranging

for the demonstration in other state of India, the Managing Director

GMSCL shall have the authority to decide on demonstration considering

opinion of the experts.

5.1.8 No conditional offer / quotation will be accepted. Quotations with errors

will be, rejected. No variation in the terms and conditions of the tender,

including major deviation from standards / specifications / terms of

supply will be accepted.

5.1.9 If during Technical scrutiny, it comes to the notice of experts' committee

that the literature submitted by the bidders does not reflect one or more

parameters sought in specifications, the committee shall resort to

following course of action:

5.1.9.1 The bidder would have to demonstrate the said product before

the expert committee including each and every aspect of

specifications and particularly the specifications sought which are

not reflected in literature. The said demonstration would be

videographed. A Soft copy of the said videography should be

sealed and signed by the expert committee and submitted to

GMSCL along with TS/Demo report. The cost of such videography

would be borne by the bidder.

5.1.9.2 The bidder would have to submit undertaking in form of affidavit

that quoted product contain specifications sought in totality and

all parameters of specifications would be available in the quoted

model to be supplied, if his product will be accepted.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

15 SIGNATURE & STAMP OF TENDERER

5.1.9.3 Failing above, the Technical Scrutiny committee can reject the said

bid.

5.1.10 The legible and certified copies of the following Technical supporting

documents must be submitted physically.

i. Manufacturing license.

ii. Copy of the Partnership deed (if manufacturer) / Memorandum of

Articles {whichever is applicable}.

iii. I.S.O. certificate along with the declaration of manufacture of the item in

the location certified by I.S.O. in the prescribed format {I.S.O. Certificate

& Declaration is mandatory if asked in Technical Specification}. Format

at Annexure –F

iv. Original Product literature / Photograph mentioning all technical

specifications & service Manual if the unit price exceeds Rs.10,000/-

v. I.S.I. Certificate (mandatory if asked in Technical Specification)

vi. Affidavit of Higher / Lower Price Certificate on Non Judicial Stamp paper

worth Rs.50/- (Format at Annexure - G)

vii. Valid Tax clearance certificate or returns of last 4 quarters.

viii. List of Installations / Users / Customers with Copies of invoices,

delivery challan and satisfaction report from at least 2 healthcare

institute in India must be provided for the quoted product.

ix. List of essential accessories required to operate the equipment.

x. Chartered Accountant’s certificate in original for showing year wise

production and sales for quoted product for last three years preceding

of opening of technical bid. {Please refer to condition-6.1} Format at

Annexure-L

xi. Notarized authority letter in prescribed format for imported

components and supporting document. {Please refer Condition No. 3.3.1

to 3.3.5}

xii. Turnover Certificate: Bidder firm has to submit Turnover certificate of

CA for last three years [i.e. (i) 2012-13, 2013-14, 2014-15 for tender

floated on or before 30th September, 2016 and (ii) 2013-14, 2014-15,

2015-16 for tender floated after 30th September, 2016] Format at

Annexure-M

xiii. Affidavit for other manufacturer’s accessories / attachment. Format at

Annexure-N

xiv. IEC Certificate for imported items.

xv. (a) Notarized copy of valid Small Scale Industry Registration.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

16 SIGNATURE & STAMP OF TENDERER

(b) Notarized copy of Certificate from Practicing Chartered

Accountant or Practicing company Secretary that the unit / bidder

still continues to be Small Scale, Tiny/ Cottage Industry as on last

date of submission of bid.

(c) Notarized copy of latest audited annual balance sheet and

investment in plant and machinery to be certified by the same

professional. Format for Statement of Plant & Machinery is attached

at Annexure – W

(d) Certificate / documents mentioned in above {xvi} – (b & c) should

be from same professional.

xvi. Format for Declaration by the Bidder regarding Qualification is attached

at Annexure – U.

xvii. Format for Production Capacity Declaration is attached at Annexure –V

xviii. All photocopies must be submitted as duly notarized.

Note : If these certificates are submitted but in a format different than that

mentioned in respective Annexures, they are liable to be rejected without

further reference. Documents shown at {i}, {ii}, {iii}-{certificate part}, {v}, {vi}

and {vii} above should be in the format prescribed by the concerned authorities

competent to issue these certificate.

5.2 Commercial Bid (Part-II)

5.2.1 In Part-II, the rates, with detailed break up should be quoted as per the

prescribed format of the tender documents. For INDIGENOUS ARTICLES

rates to be quoted in prescribed format of Commercial Bid Part-II (A) and

for IMPORTED ARTICLES rates to be quoted in prescribed format of

Commercial Bid Part-II (B). Nothing else should be written or filled in

either Part I/II.

5.2.2 The rates should be quoted in Part-II (A or B as applicable) should be

F.O.R. delivery with installation on per unit basis mentioned in the tender

enquiry document and should be comprehensive incorporating the cost

of the instrument / equipment and accessories required as part of the

equipment and shown as such in the enquiry document.

5.2.3 As per Govt.’s prevailing purchase policy, an order / price preference

shall be available to Gujarat based SSI / TINY / COTTAGE Industries

registered for quoted items subject to providing required documents like

respective registration certificate issued by concerned authority. For this

purpose, guidelines given by the Govt. of Gujarat, Industries and Mines

Dept., resolution GR No. SPO/102015/691093/CH, dated 03/06/2016

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

17 SIGNATURE & STAMP OF TENDERER

amended from time to time will be followed. In such a case the decision

of Purchase Committee shall be final and implemented forthwith.

5.2.4 The rates shown in Part-II (Commercial Bid) shall be presumed, in all

cases, as the net price inclusive of all duties and sundries. No payment

against any duty / delivery charges etc., will be considered under any

separate heading under any circumstances. Octroi exemption certificate

/ C.S.T. / VAT as applicable will be provided by the consignees, on such

request from the tenderer, after the order has been placed by this office

subsequent to acceptance of the tender / quotation.

5.2.5 In no case, rates should be quoted anywhere else except online in part-II

i.e. commercial bid (EXCEPT PRICE OF CONSUMMABLES ETC.

SPECIFICALLY ASKED FOR IN THE TENDER AND WHICH ARE NOT TO

BE USED FOR THE PURPOSE OF TENDER EVALUATION/ PRICE

COMPARISON).

5.2.6 The quoted rates will be valid for six months from the date of opening of

technical bid. Rates once quoted will be final and will not be allowed to

be increased during the validity period under any circumstances and for

any reason whatsoever.

5.2.7 Tender currencies: The tenderer supplying indigenous goods or already

imported goods shall quote only in Indian Rupees. Only for imported

goods if supplied directly from abroad, prices shall be quoted in any

freely convertible currencies say USD, Euro, GBP or Yen. Regarding

price(s) for allied services, if any, required with the goods, shall be

quoted in Indian Rupees only if such services are to be performed

/undertaken in India.

5.2.8 Conversion of tender currencies to Indian Rupees: In case tenderers

quote their prices in different currencies, all such quoted prices of the

responsive tenderers will be converted to a single currency viz., Indian

Rupees for the purpose of equitable comparison and evaluation, as per

the exchange rates established by the Reserve Bank of India, as on the

date of ‘Commercial bid opening of the said tender’.

5.2.9 The CMC price should be filled in Commercial Bid only. The CMC cost will

be taken into consideration for price comparison at annualized discount

rate of 8% (rounded off to 2 decimal places) as per the formula given

below.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

18 SIGNATURE & STAMP OF TENDERER

Formula:

Prices for Bid Evaluation = FORD price for one Unit + (0.78 x CMC for 1st

year after Warranty) + (0.72 x CMC for 2nd year after Warranty) + (0.66 x

CMC for 3rd year after Warranty) + (0.61 x CMC for 4th year after

Warranty) + (0.56 x CMC for 5th year after Warranty)

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

19 SIGNATURE & STAMP OF TENDERER

Section - 6

6. GENERAL TERMS AND CONDITIONS

6.1 In case of quoted accessories/ attachments of whole equipment is not

manufactured by the same manufacturer (main equipment manufacturer),

then the tenderer has to make affidavit (on Rs. 100/- Non-Judicial Stamp

Paper) stating that the responsibility of Warranty, CMC and post-sale services

of quoted accessories/other attachments would lie with the tenderer.

Tenderer should also state in affidavit that, “the quoted

accessories/attachment are original. If any accessory/attachment etc. are

duplicate or fake, the firm will be liable to be debarred or blacklisted by

GMSCL”. (Format at Annexure-N)

6.2 In case where item is required with ISI Mark, manufacturing and selling

experience of product having ISI mark will only be considered. But, in such a

case, notarized copies of license to use ISI mark for last one year as well as

latest and valid license are to be submitted with tender. The license should

be valid during the period of rate contract. It will be the sole responsibility of

R.C. Holder to ensure that necessary certificate and permission must be valid

till the expiry of the Rate Contract.

6.3 In no case the certificate should be dated earlier than one year {unless

otherwise specified} and should be in force and valid on the last date of the

submission of the tender / signing of the agreement {as the case may be}. In

case, the certificates / licenses / permission are outdated or the validity

period is over, the proof of applying for renewal should also be attached.

Such certificates will be considered if the renewal has been applied for within

the time limit prescribed for the renewal of that permission / license /

certificate under the relevant rules and further if such application for

renewal is not specifically rejected by the competent authorities. In case any

certificate is still awaited from the competent authority, the proof of making

the application should also be attached which will be considered if the

application is not specifically rejected by the competent authorities.

6.4 The tenderer must satisfy that they are in possession of the requisite

permissions / licenses / permits required for the supply of the items for

which the offer is made. Failure to enter into contract if selected or to execute

the purchase orders after entering into contract for want of permission /

license or due to non-supply of certificates / documents will be viewed

seriously and will invite forfeiture of E.M.D. / risk purchase / disqualification

for 2 years without any further reference.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

20 SIGNATURE & STAMP OF TENDERER

6.5 The tenderer has to submit all the required details / documents and sample

etc. with the tender. No Compliance will be accepted and considered after

due date i.e. opening of technical bid.

6.6 The tenders will be opened online on the date, time specified in tender notice.

6.7 In the first instance, only "Technical bid" will be opened online on the date of

opening the tender and taken into consideration for finalization.

Subsequently, the "commercial bid" will be opened online only for those

tenderers whose quotations satisfy the technical requirement of the indenter

and are otherwise acceptable.

6.8 Back out from tender at any interim level during tender processing:-

Once the tenders are submitted it will be the responsibility of the tenderer

not to escape halfway directly or indirectly by way of raising any problems.

6.9 The technical scrutiny of the items will be carried out by a committee of

experts nominated by The Commissioner of Health or The Managing

Director, which may also include demonstration / sample testing and the

report of the scrutiny committee shall be final and binding upon the tenderer,

however Managing Director, GMSCL Gandhinagar reserves the right to

undertake re-technical scrutiny and re-demonstration of the equipment as

and when required as per the merits of the case as per Board of Director’s

resolution Dt.11th February, 2014. In case there is a discrepancy in the claim

made by the tenderer and the specifications shown in the product literature /

circuit diagram / photograph, reliance will be placed on the specifications

shown in the product literature / circuit diagram photograph, ignoring the

claim of the tenderer.

6.10 Any change or alteration in the product literature / circuit diagram/

photograph must be authenticated by the manufacturer and an affidavit from

the manufacturer for supplying the item as altered or changed should also be

submitted failing which such changes / alterations will be ignored.

6.11 The E.M.D. / Security Deposit shall be liable to be forfeited in the

following circumstances when the:

i. Tender is rejected due to failure to supply the requisite documents in

proper format or giving any misleading statement or submission of

false affidavit or fabricated documents.

ii. Party fails to sign the agreement for entering into contract in case the

offer is accepted due to any reason whatsoever;

iii. Party fails to supply the goods / items as per the orders placed by either

this organization or by direct demanding officers within the delivery

period so stipulated.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

21 SIGNATURE & STAMP OF TENDERER

iv. Party fails to replace the goods declared to be not of standard quality or

not conforming to acceptable standards or found to be decayed / spoilt

before the date of expiry or to refund the cost of such goods.

6.12 If any tenderer wishes to lodge any complaint against the other tenderer

regarding submission of false documents, information etc., The tenderer has

to submit the complaint before price bid opening along with deposit of Rs.

1,00,000 (Rupees One Lac only). The amount so deposited shall be refunded

if after scrutiny the complaint is found to be true by the Managing Director.

However, if the complaint is found to be false and malafide the deposit will be

forfeited. No interest shall be paid against this deposit. Any complaint

received after price bid opening will not be entertained. The facts relating to

all such complaints as well as action taken thereof have to be produced

before the respective purchase committee for its consideration.

6.13 The tender is liable for rejection due to any of the reasons mentioned

below:

i. Non-Submission of tender within stipulated time online.

ii. Submission of tender without Tender Fee.

iii. Tender is unsigned OR not initialed on each page or with

unauthenticated corrections.

iv. Submission of tender documents in unsealed envelope.

v. Tender not submitted in separate envelopes as per conditions and the

envelopes are not superscribed with details of the tender enquiry and

part enclosed.

vi. Non-payment of Earnest Money Deposit {if not exempted.}

vii. Non-submission of required documents as shown at 5.1.10

viii. Conditional and / or vague offers

ix. Unsatisfactory past performance of the tenderer.

x. Rates have been shown elsewhere than Commercial bid.

xi. Items with major changes / deviations in the specifications / standard /

grade / packing / quality are offered in Technical bid.

xii. Offering a cheaper accessory not approved / not recommended by the

manufacturer.

xiii. Offering an accessory as optional even though it is required to operate

the instrument.

xiv. Submission of misleading / contradictory / false statement or

information and fabricated / invalid documents.

xv. Tenders not filled up properly.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

22 SIGNATURE & STAMP OF TENDERER

xvi. Non-submission of notarized authority letter in prescribed format for

imported components and supporting documents as per condition no.

3.3.

xvii. Non-submission of IEC Certificate for imported items.

xviii. Non-submission of C.A. Certificate in case of Indian manufacturer.

xix. Non-submission of CMC Rates in prescribed format (in Commercial

Bid).

xx. Non-submission of Turnover Certificate.

xxi. A) Non-submission of Notarized copy of valid Small Scale Industry

Registration.

B) Non-submission of Notarized copy of Certificate from practicing

Chartered Accountant or practicing Company Secretary that the unit /

bidder still continues to be Small Scale, Tiny / Cottage Industry as on

last date of submission of bid.

C) Non-submission of notarized copy of latest audited annual balance

sheet and investment in plant and machinery.

D) Non-submission of certificate / documents mentioned above in {xxi}

– (B & C) from same professional.

xxii. Online uploaded documents and physically submitted documents are not

same.

xxiii. Non submission of documents mentioned in List of Annexures wherever

applicable.

6.14 Any conditional discount given by the bidder such as discount applicable on

total order value, minimum order value on certain group of items etc. will not

be considered for evaluation purpose. However, for ordering purpose, such

discount shall be considered.

6.15 Discount offered after price bid opening shall also not be considered for

evaluation. However in a case tenderer happens to be a selected bidder

(without considering discount) such discount shall be considered while

placing the order.

6.16 The consolidated rates will be taken into account for preparing price

statement. However, the tender which is found to be technically acceptable

as well as lowest in terms of evaluated rates only be considered for placing

the order but, order will be placed at quoted or mutually agreed price.

6.17 The Managing Director may seek any clarification / explanation /

documentary evidence related to offer at any stage from tenderers if

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

23 SIGNATURE & STAMP OF TENDERER

required. However any clarification / explanation or documentary evidence

leads to implication on quoted price, it shall be considered only for placing

the order but not for price evaluation.

6.18 The Managing Director, GMSCL Gandhinagar reserves the right to consider

or reject any or all tenders or close the tender enquiry without assigning any

reason at any point of time, at any stage.

6.19 Main / Parallel / Substitute R.C. for procurement of stores will be fixed as per

G.R. No.MSP-102004-3342-Z, Dtd.06-11-2003 & 04/10/2006 of Health &

Family Welfare Department, Gandhinagar.

6.20 The respective purchase committee of GMSCL does not pledge itself to

accept the lowest or any tender and also reserves the right to accept the

whole or any part of the tender against any item at its discretion. The tender

will be accepted if the MD GMSCL / purchase committee is satisfied about the

production, sale, quoted price, technical details and utility of products and

past performances of tenderer.

6.21 Turnover Certificate:

6.21.1 Bidder firm has to submit Turnover certificate of CA for last three

years (i.e. (i) 2012-13, 2013-14, 2014-15 for tender floated on or

before 30th September, 2016 and (ii) 2013-14, 2014-15, 2015-16 for

tender floated after 30th September, 2016).

6.21.2 The average annual Turnover of the last three years should not be

less than 2 Crores.

6.21.3 C.A. Certificate in original / Notarized showing year wise

Turnover for the last three years. The bidder is required to give

turnover certificate based on audited account only. Thus, for any

tender issued on or before 30th September, the bidder will have to

submit turnover certificate of the three preceding Financial year e.g.

Tender issued on 1st September, 2016, the bidder will have to submit

turnover certificate based on audited account for financial year 2012-

13, 2013-14, 2014-15.

6.21.4 Relaxation in Condition No. 6.21.2 (Only for SSIs of Gujarat): The

average annual Turnover of the last three years should not be less

than 75 lac for items: Plastic Bag, Digital Thermometer, Westergen

Tube for ESR Estimation, Dreyer tube for Widal, WBC pipette, Glass

Capillary Tube, ECG Jelly, Test tube Glass, Microslide, Cover Slip, Vials,

Improved Newbauer Chamber / Hemocytometer, Test Tube Racks,

ESR Plastic Vials.

6.22 Appointment of Authorized Officer:

6.22.1 The manufacturer / authorized distributor would be free to appoint

authorized officer for the purpose of liaising with GMSCL for the tender

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

24 SIGNATURE & STAMP OF TENDERER

related activity. In such cases, it should be mandatory for the

manufacturer / authorized distributor to provide name, full address,

company name, address of the company, PAN number, photo, Email ID

and I.D. proof of the appointed authorized officer along with tender

documents. No person except the person so authorized by the company

would be allowed for transaction of work, and no information would be

shared with any other person regarding the tender process.

6.22.2 For all practical purpose GMSCL would continue to allow only

manufacturer / authorized representatives / distributors (as the case

may be) for bidding process. GMSCL would have no contractual

obligation or business relation with authorized officer and all such

liability and conduct of authorized officer and any wrongful activity

would be the sole responsibility of the manufacturer / authorized

distributor.

6.22.3 The authorized officer should satisfy following criteria:

i. He should be an official directly connected with the company in question.

ii. In no case more than one company having a particular person / agency

acting as an authorized officer should participate in a single tender

inquiry.

iii. If it comes to the notice of GMSCL that, a particular person / agency has

acted as authorized officer indirectly or directly for more than one

company, who have participated in particular tender inquiry, the bids of

such companies are liable to be rejected & the EMD / SD (as the case

may be) would be forfeited.

6.23 Bidder firm has to submit details of their Bank Account in prescribed format

for the payment of bills, Earnest Money Deposit and Security Deposit through

RTGS. Format is attached at Annexure – Y.

6.24 10% price preference as well as 5% Quality based price selection shall be

given to Gujarat based unit having SSI & CSP / NSIC / DGS&D registration

certificates.

6.25 Quality based price selction shall be given to the goods having mark given by

the I.S.I. / I.S.O. / Quality mark or any other mark given by the Central or

State Government to maintain the quality of goods without any time limt.

6.26 While considering price selection as above, price selction for more than 15%

shall not be admissible.

6.27 Please see Annexure – ‘S’ for “Important Point to be verified before

submission of tender”, which is also available on GMSCL website.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

25 SIGNATURE & STAMP OF TENDERER

Section - 7

7. TERMS OF CONTRACT

7.1 Security Deposit

7.1.1 Successful tenderers have to pay security deposit as specified by the

organization in the agreement letter in the form of Treasury Challan

Deposit under revenue deposit / Demand Draft in the name of Managing

Director, Gujarat Medical Services Corporation Limited drawn on

any bank in Gandhinagar or Ahmedabad/ irrevocable bank guarantee

issued by Nationalized Bank including the Public Sector Bank / Private

Sector Banks authorized by RBI to undertake State Government Business

/ Commercial Bank / Regional Rural Bank of Gujarat / Co-operative Bank

of Gujarat mentioned in G.R.No. EMD/10/2015/508/DMO, Dt.

27/04/2016 of finance Department, Government of Gujarat as amended

from time to time will be followed. Bank Guarantee valid for a period not

less than warranty and CMC period combined is required at the time of

entering into agreement for the performance of the contract and same to

be extended by contractor as and when desired by GMSCL.

7.1.2 Failure to pay security deposit and to execute the agreement within

stipulated period shall invite disqualification of the tenderer for future

quotations apart from forfeiture of E.M.D. and being liable for penalty as

deemed fit by Managing Director in relation to the tender under

process.

7.1.3 Security deposit is payable by all the parties except by the undertakings

and corporations of the government of Gujarat which are exempted by

Government. The security deposits submitted in connection with the

earlier contracts and which are locked with those contracts and which

have not been released till date will not be considered and fresh security

deposit separately for each item, must be submitted in such cases.

7.1.4 The security deposit shall be refunded only after satisfactory execution of

the contract and recovery of dues, if any.

7.1.5 Successful tenderers have to enter into agreement for due performance

of the contract. The agreement and bank guarantee form sent by this

Office should be stamped with the adhesive stamp or franking for the

requisite amount, and signed before any Gazetted Officer of this Office or

before a Class I Magistrate or Justice of peace or Notary Public.

7.2 Terms for Supply

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

26 SIGNATURE & STAMP OF TENDERER

7.2.1 The packing and the labels of all the items to be supplied under the order

shall be marked with the words ‘FOR THE USE OF GOVT. OF GUJARAT –

NOT FOR SALE’. If the items are packed in packets which are then placed

or repacked within a box / carton / bottle / foil, these words will be

printed / marked on both the internal / external packs and labels. The

retail price must not be printed or shown anywhere, either on external or

internal pack / box / carton / foil except for goods that are quoted as

imported items subject to penalty of 3% for each such packing deviation.

7.2.2 The A.T./R.C. holder should have to supply the material in the Original

Company’s packing which shall indicate packing details and other

particulars as required under the statutory provisions.

7.2.3 The Accepted Tender (A.T.) holder / Rate Contract (R.C.) holder should

supply the, equipments / items in fresh and sound condition meeting

with the specification and packing approved by the Managing Director.

Refurbished or second-hand equipment / stores will not be allowed

under any circumstances. If such case is noticed, then the store will be

rejected out rightly and penal action will be taken against the A.T. / R.C.

holder. All supply orders issued by the indenting officers on or before

the last date of the currency of the R.C. will have to be accepted by the

R.C. holder and the delivery for all such orders will have to be effected as

per the schedule specified in the order, even though the date of actual

supply may fall beyond the last date of the R.C.

7.2.4 In the event of breakages or loss of stores during transit against

requisition order the said quantity will have to be replaced by the A.T. /

R.C. holder. The purchaser will not pay separately for transit insurance

and the supplier will be responsible for the stores as soon as possible,

but not later than 15 days from the date of arrival of stores at

destinations notify the A.T. / R.C. holder of any loss or damages to the

stores that might / should have occurred during the transit.

7.2.5 Inspection: Inspection shall normally be carried out in the premises of

the consignee. If goods are offered for inspection in the factory premises

all expenditure shall be borne by the A.T. / R.C. holder. The entire store

ordered shall have to be offered for inspection in open condition if

required and the same shall be repacked in presence of inspecting team.

All packing should be sealed and signed by inspecting authority and sent

to the consignee without any extra cost within three days from the date

of receipt of inspection note. Inspection charges, including the expenses

for the experts, will be payable by the party as prescribed in the letter of

agreement and as determined by the Purchase Committee from time to

time.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

27 SIGNATURE & STAMP OF TENDERER

7.2.6 No guarantee can be given as to the minimum quantity which will be

drawn against the Rate Contract but the contractor will supply such

quantities as may be ordered by Direct Demanding Officers or by this

organization during the contract from time to time.

7.2.7 Delivery Period:

i. For Items quoted in Indian Rupees: The maximum delivery period

will be six weeks from the date of receipt of the A.T. in case of ordinary

purchases and two weeks in case of the emergency purchase.

ii. For Items not quoted in Indian Rupees : The maximum delivery

period will be nine weeks from the date of receipt of final Letter of

Credit by you or your principal in case of ordinary purchases and two

weeks in case of the emergency purchase.

7.2.8 The installation of equipment is also to be completed within 30 days

from the date of receipt of certificate of site readiness for installation of

equipment from the concerned consignee. If the tenderer fails to supply

the goods specified in the A.T. and/ or installation within the stipulated

period, an amount equivalent to 0.5% {subject to maximum of 10%} of

the value of the stores not supplied/installed within the stipulated period

per week shall be recovered as liquidated damages unless the penalty is

waived by the Managing Director. Such recovery of the liquidated

damages will not stop the Managing Director from carrying out risk

purchase described elsewhere and the amount recovered will be in

addition to the difference of the risk purchase.

7.2.9 The bills / invoices are required to be submitted by tenderers specifying

the following details in the appropriate place of the invoices:

i. No. and date of bills or invoice.

ii. No. and date of A.T. / R.C.

iii. No. and date of order.

iv. Name and specification of item.

v. Name of manufacturer & Model / Make / Brand.

vi. Quantity

vii. Total cost.

7.2.10 The A.T. / R.C. holder shall not charge VAT / C.S.T. if they have been

exempted by concerned authority. Further they cannot charge excess

amount of C.S.T. to what is applicable. An amount of Sales Tax as

applicable to be shown separately in the bill/invoice raised. Further, an

amount of Sales Tax so collected should be remitted to the Govt. within

prescribed time limit, otherwise strict action will be taken against

defaulters.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

28 SIGNATURE & STAMP OF TENDERER

7.2.11 The A.T. / R.C. holder will not charge any Octroi and he should obtain

Octroi exemption certificate from the indenter / consignee.

7.2.12 Tenderer are required to impart training to operate equipment at the

place of installation within seven days of its installation.

7.2.13 If at any time the Bidder has, in the opinion of the ordering authority,

delayed in making any supply by reasons of any riots, mutinies, wars, fire.

Storm, tempest or other exceptional cause on a specific request made by

the Bidder within 7 days from the date of such incident, the time for

making supply may be extended by the MD, GMSCL at his discretion for

such period as may be considered reasonable. The exceptional causes do

not include the scarcity of raw material, Power cut, labour disputes.

7.2.14 The following certificate shall be provided by consignee on bills /

invoices of equipment at the time verification / stock entry on bills /

invoices : “It is certified that _____________(name of the item) is received

in good condition as per specification of AT/RC. The stores are

entered at page No. _______ Dated ________ of the stock register, The

bill/invoice is verified for payment. ” ( Signature of Office Incharge /

Store Keeper & Signature of In charge Officer of Hospital/Institute

with seal)

7.3 Terms of Payment:

The payment shall be made to the A.T. / R.C. holder as under:

7.3.1 For goods requiring installation:

i. 75% of the invoice amount will be paid within 30 days of the receipt of

the goods conforming to the required specifications and the balance

25% within 30 days of satisfactory trial and installation of the goods at

the destination; or alternatively.

ii. 100% of the invoice amount will be paid within 30 days of the

satisfactory trial and installation of the goods at the destination.

iii. 75% of the invoice amount will be paid within 30 days of the receipt of

the goods conforming to the required specifications and 90% of the

invoice amount will be paid within 60 days of the delivery in good

condition if the item requires installation but the installation cannot be

carried out due to the reasons not associated with the tenderer and

balance 10% within 30 days of satisfactory trial and installation of the

goods at the destination. In all case warranty / guarantee shall

commence from successful date of installation.

iv. In case where payment through letter of credit is considered by the

purchasing authority, letter of credit shall be opened subject to 75%

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

29 SIGNATURE & STAMP OF TENDERER

amount shall be released by bank on confirmation of dispatch of goods

by foreign supplier and rest of amount shall be released by bank on

receipt of such advice from Managing Director.

7.3.2 For goods not requiring installation.

i. 100% of the invoice amount will be paid within 30 days of the delivery

of the goods at the destination in good condition.

ii. No interest will be chargeable by the A.T. / R.C. holder, if the payment is

delayed.

7.3.3 The payment of the bill shall be made after deducting Government dues,

if any.

7.3.4 The payment of the bills shall be withheld in the following

circumstances:

i. The goods are found sub-standard or in non-acceptable condition.

ii. Breach of condition of any contract by the A.T. / R.C. holder.

iii. Previous Government dues of A.T. / R.C. holder.

7.3.5 The price escalation clause will not be allowed under any circumstances

except statutory taxes / duties imposed / withdrawn / Increased /

decreased on quoted items by the State or Central Govt. during the

period between opening of technical bid and stipulated date of delivery.

The statutory price variation will not be allowed in the cases where:

i. Stores offered on ex-stock basis.

ii. Store to be purchased on emergency basis.

iii. Statutory variation not communicated by the tenderer within 15 days of

its announcement.

iv. Price break up and prevailing rate as well as amount of taxes / duties

not clearly mentioned in Commercial Bid.

v. Duties / Taxes applicable due to mere crossing the limit of production /

sales.

vi. Duties / Taxes imposed / increased by the Govt. after stipulated

delivery period shown in the contract.

7.4 RISK PURCHASE

7.4.1 The risk purchase of the items ordered at the cost and risk of the party will

be carried out when the party fails to:

i. Sign the agreement for entering into contract due to any reason

whatsoever in case the offer is accepted.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

30 SIGNATURE & STAMP OF TENDERER

ii. Supply the goods / items as per the orders placed by either this

organization or by direct demanding officers within the delivery period

stipulated above;

iii. Party fails to replace the goods declared to be not of standard quality or

not conforming to acceptable standards or found to be decayed /

infected / spoilt before the date of expiry or to refund the cost of such

goods.

Provided however that in cases of {ii} and {iii} above, the risk purchase

will be limited to the quantity so specified therein.

7.4.2 The Risk Purchase will be done any time after the delivery period is over.

i. The Risk Purchase will be done from Main / Parallel or Substitute R.C.

holder for undelivered quantity of the Stores & the Contractor shall be

penalized to the extent of 10% or difference whichever is higher.

ii. When both parallel & substitute A.T. / R.C. are not available, from the

next higher acceptable offer in the respective tender;

Provided that if the risk purchase cannot be carried out on the basis of

either of {i}, {ii} above, then it will be carried out from the market after

following the prescribed procedure.

7.4.3 Any monetary claim arising due to any of the terms and conditions of the

tender / supply, including the difference arising due to risk purchase, will

be recovered in the following manner:

i. From any pending bills of the party;

ii. From any E.M.D./ Security Deposits of the party;

iii. If amounts at {i} & {ii} above are not sufficient to meet the demand of

risk purchase amount as "LAND REVENUE DUES".

7.5 Letter of Credit

In Case GMSCL opens the Letter of Credit for Imported Equipment,

following Terms & Conditions are to be satisfied by the A.T. Holder.

1. Payment to Foreign Suppliers are ordinarily made by Letters of Credit (LC) opened by the State Bank of India or any other scheduled/authorized Bank of Gujarat as decided by Managing Director, GMSCL, Gandhinagar. While opening the Letters of Credit, the GMSCL should follow the provision of Uniform Customs and Practices for Documentary Credit (UCPDC).

2. Generally, irrevocable letter of credit is opened so that the supplier is

fully assured of its payment on fulfilling its obligations in terms of the contract. The Letter of Credit will preferably be opened with validity of

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

31 SIGNATURE & STAMP OF TENDERER

90 days from the date of its opening, on extendable basis by mutual consent of both the parties. Letter of Credit opening charges in India will be borne by Managing Director, GMSCL. However, the delivery date of the contract is extended to take care of delay in supply, for which supplier is responsible, the tenure of the letter of credit is also to be extended, but the expense incurred for such extension (of letter of credit) is to be borne by the supplier and late supply penalty will also be deducted as per Clause 7.2.8.

3. For contract costing up to US $ 100,000 (or equivalent), preferable

mode of payment will be by Direct Bank Transfer (DBT). DBT payment will be made within 30 days of receipt of clean Bill of Lading / AWB /Proof of shipment and such other documents as are provided for in the contract, but such payments will be subject to the deductions of such amounts as the Seller may be liable to pay under the agreed terms of the Contract.

4. In case of payment through Letter of Credit (LC), paid shipping

documents are to be provided to the Bank by the Foreign Seller as a proof of dispatch of goods as per contractual terms /LC conditions so that the Seller gets payment from LC. The Bank will forward these documents to Managing Director, GMSCL for getting the goods/stores released from the Port/Airport. However, where the mode of payment is DBT, the paid shipping documents are to be provided to the paying authority by Managing Director, GMSCL. Documents will include, as applicable: -

a) Signed Commercial Invoice – 3 Copy(original) b) Clean on Board Airway Bill/Bill of Lading – 1 set c) Packing List – 2 Copy d) Certificate of Origin from Seller’s Chamber of Commerce, if any. e) Certificate of Quality and year of manufacture from OEM. f) Certificate regarding Country of Origin – 3 Copy g) Certificate from the supplier confirming that the original shipping

documents have been dispatched to the port consignee in accordance with the requirements of the contract (Acceptance of Tender) - 1 copy

h) Dangerous Cargo Certificate, if applicable. i) Insurance Policy/ Certificates in triplicate covering Marine/ Air born

insurance as per cargo clause (F.P.A./W.A./All risks) Perils as per Institute Strikes, Riots and Civil Commotion Clauses, cover for C.I.P. value plus 10%.

j) Certificate of Conformity and Acceptance Test at PDI, if any. k) Non Negotiable Documents -1 set l) Any other documents as provided for in the Contract

5. Type of Shipment: Only Transshipment is acceptable.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

32 SIGNATURE & STAMP OF TENDERER

6. Taxes and duties: Foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees and other such levies imposed outside India.

Custom Duty and Bank / Custom Clearance and other charges will be paid as per the conditions stated in Acceptance of Tender (A.T.).

The custom duty payable would be as per the terms and conditions stated in Acceptance of Tender (AT). In case where the AT holder fails to intimate GMSCL about the change in statutory levies & duties within stipulated time, he would be liable to pay the excess amount, if any, at the time of import of goods, In such cases, the remaining 25% payments to the AT holder would only be released after receipt of difference in custom/other duties, if any, from the AT holder, by GMSCL.

7. Offer must confirm terms & conditions and specification otherwise the offer will be ignored. Non specified terms for any charges or rates (i.e. ambiguous charges not specifying the quantum) will not be accepted.

8. 75 % amount shall be released by bank on confirmation of dispatch of

goods by foreign supplier through submitting shipping documents and rest of amount shall be released by bank on receipt of such advice from GMSCL.

9. Provided that where the installation and commissioning of the machine

is delayed and the installation cannot be carried out due to the reasons not associated with the tenderer or put off beyond 60 days of the receipt of goods at the ultimate destination due to express written instructions of the consignee, the balance 25 % payment shall be released to the supplier on his furnishing the bank guarantee afore mentioned.

10. Managing director, GMSCL reserves right to cancel Acceptance of

Tender/rate contract in case where there is delay in opening of Letter

of Credit due to default on part of company, for whatever reason.

7.6 Standard Breach Clause:

The Managing Director shall, in addition to his powers under other clauses

to terminate the contract, have powers to terminate his liability there

under of the time by giving one month’s (or such shorter period as may be

mutually agreed) notice in writing to A.T. / R.C. holder of his desire to do

so and upon expiry of the notice, the contract shall be terminated without

prejudice to the right accrued to the date of the termination. However, if

the Government decided to put an end to the business relations on breach

of any conditions of the contract no such notice shall be necessary and on

event of Government deciding to terminate the business, and the A.T. /

R.C. shall stand terminated with immediate effect.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

33 SIGNATURE & STAMP OF TENDERER

7.7 Warranty & CMC Clause:

7.7.1 Comprehensive replacement warranty for 3 years & CMC price (not less

than 5% & higher than 10% of the cost of the equipment, otherwise offer

will be out rightly rejected) for next 5 years, which should include cost of

labor & spares for the entire equipment.

In case where vendor is ready to give warranty for more than 3 years, 3%

payment from the equipment cost per extra year of warranty will be

withheld and would be payable at beginning of such extra year of

warranty, starting from 4th year.

7.7.2 The A.T/ R.C holder Shall be subjected to the following warranty clauses

“that the goods / stores / articles sold to the buyer under this contract

shall be of the best quality (and workmanship) and shall be strictly in

accordance with the specifications and particulars contained /

mentioned in the acceptance of tender and the contractor / seller hereby

guarantees that the said goods / stores / articles would continue to

confirm to the description and quality aforesaid for period of 24 months

from the date of installation of the said goods / stores / articles to the

purchaser and that, if during the aforesaid period of 24 months the said

Goods / stores / articles be discovered not to confirm to the description

and quality aforesaid or by reiterated and decision of the purchaser in

that regard will be final and conclusive and the purchaser will be entitled

to reject goods / stores / articles or such portion thereof as may be

discovered not to confirm the said description and quality. On such

rejection goods / stores / articles will be at the sellers’ risk and all the

provisions herein contained relating to condition of goods etc., shall

apply. The contractor/ seller shall, if so called upon to replace within a

period of month of such further period as may be extended from time to

time by the purchaser in its discretion on an application made thereof by

the contractor / seller, the goods / stores / articles or such portion

thereof as is rejected by the purchaser and in such an event above

mentioned warranty period shall apply to the Goods / stores / articles

replaced from the date of the replacement therefor otherwise the

contractor / seller shall pay to the purchaser such damages as may arise

by reason of the breach of the condition herein contained. Nothing herein

contained shall prejudice any other right of the purchaser in that behalf

under this contract or otherwise.

7.7.3 Comprehensive Maintenance Contract (CMC): After completion of

warranty period, if The Managing Director, GMSCL or Consignee desires,

supplier will have to enter into a comprehensive maintenance contract

for 5 years at the rate per annum not less than 5% & not exceeding 10%

of the total purchase value of the contract and the same would include

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

34 SIGNATURE & STAMP OF TENDERER

free replacement of any part / component, if required, during the period

of the contract. The maintenance contract of the above shall be made

operative from any time during the first five years form the date of

contract. Any offer for service contract contrary to this condition will not

be accepted. Tenderers will also have to guarantee regular and timely

supply of all the spare parts required for the normal working of the item

at a cost not exceeding the cost of such a part charged to any other

Government organization.

7.7.4 Tenderers will have to provide six free services for maintenance during

the warranty period at least once every six months. If tenderer fails to

provide any of six free services, 0.25% of total purchase amount of the

equipment for each such services that is not provided shall be forfeited

from Security Deposit. In addition to provide services, supplier has to

attend the complaint, if any, for any defects, within 48 hours failing which

0.05% of total amount of the equipment shall be recovered from Security

Deposit for each extra day of delay as liquidated damages. Further, if the

supplier fails to fulfill the contractual obligations of warranty and repair

/ replace the defective part and make the equipment operational within

30 days of lodging the complaints, the entire security deposit will be

forfeited and the supplier would be debarred from future business with

GMSCL. Further, all the preventive and breakdown maintenance visits

during warranty by the tenderer along with acknowledgement of

consignee will have to be intimated to GMSCL (through email / fax)

within 48 hours.

Preventive maintenance would also include the calibration of all

equipment, so the supplier will have to calibrate all equipments during

warranty and CMC period.

Apart from this, the supplier will have to do quality Assurance (Q.A.) test

for radiology / imaging equipments during his preventive maintenance

visit and as and when required by the user.

7.7.4.1 In ordinary circumstance, the supplier would have to enter into CMC

agreement at the time of execution of contract i.e. at the time of A.T. / R.C.

If the supplier denies to enter into CMC despite being asked by GMSCL, his

contract order would be cancelled and action upto debarment may be

taken against the firm.

However, in cases where for reasons to be recorded in writing, M.D., GMSCL

does not feel it appropriate to execute CMC at the time of award of

contract, at least 3 months prior to completion of warranty period,

supplier will have to intimate in writing the Managing Director, G.M.S.C.L.

and consignees for entering into Maintenance Contract and if the

Managing Director, G.M.S.C.L. or consignees desire, supplier will have to

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

35 SIGNATURE & STAMP OF TENDERER

enter into a comprehensive maintenance contract within 6 months of

commencement of CMC for 5 years. The bidder will have to furnish his

quotation for CMC for 5 years along with his bid which will be considered

for price evaluation purpose. The quoted CMC rates per annum must not

be less than 5% and should not exceed 10% of the total purchase amount

of equipment which would include free replacement of any part /

component, if required, during the period of the contact. If tenderer

refuses or fails in duty to enter into CMC contract, his entire Security

Deposit will be forfeited and he would be debarred from future business

with GMSCL. Further, if the tenderer fails to provide "Satisfactory

service" during CMC period, 4% of total purchase amount of the

equipment shall be forfeited from Security Deposit. For this purpose,

Satisfactory Service would mean (a) Attending to complaint within 48

hours of lodging the complaints. (b) Ensuring repair / replacement of

defective parts and making the equipment operational within 7 days of

lodging the complaints. (c) Providing quarterly preventive maintenance

visit.

If supplier fails to fulfill his contractual obligation of CMC and repair /

replace the defective parts and make the equipment operational within

30 days of lodging the complaints, the entire security deposit will be

forfeited and the supplier would be debarred from future business with

GMSCL. Tenderers will also have to guarantee regular and timely supply

of all the spare parts required for the normal working of the item at a

cost not exceeding the cost of such a part charged to any other

Government organization. Further, all the preventive and breakdown

maintenance visits during CMC by the tenderer along with

acknowledgement of consignee will have to be intimated to GMSCL

(through email / fax) within 48 hours.

7.7.5 During Warranty and CMC period, the uptime period of equipment

should be minimum 95%. If the breakdown period is more than 18 days

for a particular calendar year, penalty @ 0.1% of total purchase amount

of equipment for each extra day of delay as liquidated damages to be

recovered from Security Deposit. Period of breakdown of equipment

shall be excluded from the warranty as well as CMC period. In such a case

period of warranty as well as CMC shall be extended accordingly.

7.7.6 Tenderers will have to provide a list of consumables which would not be

included under warranty and / or CMC and also provide a rate list for the

same which will remain in force for the entire period of contract till the

end of CMC. The same must be submitted physically along with the

tender. It will not be considered for price evaluation but would be

negotiable. At the time of award of contract, the purchase committee will

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

36 SIGNATURE & STAMP OF TENDERER

reserve the right to reject a bid solely on the ground of high price of parts

/ consumables and / or if some parts which ought to be included in CMC

/ Warranty have been mentioned as chargeable and the bidder does not

agree to provide them for free. Format for List and rates consumables

is attached at Annexure –X.

The above conditions of warranty / CMC are to be included in following

cases:

i. All equipments whose unit cost is more than Rs. 25,000/- and are

to be supplied to Medical College Hospitals / GMERS Hospitals /

District Hospitals / SDH.

ii. Equipments with unit cost equal to or greater than Rs. 50,000/-

and are to be installed at CHC / PHCs.

iii. All diagnostic equipments (Pathology, Biochemistry, Microbiology)

having unit cost more than Rs. 10,000/-

iv. Lifesaving equipments like Pulse Oximeter, Cardioscope, Syringe

Pump, Infusion Pump.

v. Any other equipment which does not fall in above 4 categories, but,

at the time of award of contract, MD, GMSCL wishes CMC

conditions to be imposed on its procurement.

7.8 Sample Testing: Sample of the material shall be collected by an officer

empowered by the Managing Director in the manner approved by the

Managing Director, and will be sent for testing to an approved laboratory /

institution. In case where the order is placed by Managing Director,

Demanding Officer, the samples will be collected by an officer empowered by

him and will be sent for testing. Testing fee will be recovered from the A.T. /

R.C. holder. The decision of the testing authority will be conclusive and final

and binding the A.T./ R.C. holder. Wherever applicable, 1 % of the supply

value shall be deducted towards handling & testing charges from the

invoice.

7.9 Replacement Clause: If any stores supplied against the A.T. / R.C. are found

to be not of standard quality on inspection and / or analysis by the

competent authority, the contractor shall be liable to replace the entire

quantity of the relevant order within the period as applicable under clause

7.2.4 or make full payment of the entire consignment against the particular

invoice, irrespective of the fact that part or full quantity of the store supplied,

may have been consumed. The decision of the Managing Director taken on

the basis of the report of the competent laboratory regarding goods not of

standard quality will be final and binding. The stock of any item which has

been declared not of standard quality shall be withdrawn from all the

indenters and will not be returned to the contractor but will be destroyed by

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

37 SIGNATURE & STAMP OF TENDERER

the corporation and the contractor shall have no claim over such stores. If

the replacement or payment as specified is not made by the contractor, the

procedure for risk purchase as shown above will be initiated without any

further reference or intimation to the contractor, however, the Managing

Director may ask for supply of 20% of the original consignment to meet any

exigency of the situation. Neither Claim for relaxation of replacement for

return of goods declared to be not of standard quality nor any request for

acceptance of the replacement goods delayed after the delivery period, due to

any reason whatsoever, will be entertained.

7.10 In case of the rate contract, the period of the rate contract shall be two years

from the date of its issuance. However, the Managing Director reserves the

right to terminate the contract by giving one month notice at any time at any

stage and without any reason. The rate contract will be operated by GMSCL

only. If an RC holder supplies goods upon direct purchase order from district

level officer without approval of GMSCL, it would be considered as a breach

of contractual obligation and would attract penal action which may extend

upto debarment of firm.

7.11 In case of the rate contract, the Managing Director may extend the rate

contract subject to the same terms of conditions, if found necessary to do so

for a period not exceeding six months to which the contractor will have to

abide. However, the extension for a period more than six months can be

granted on mutual agreement by both parties. In case of the quantity

purchase, the Managing Director, if found expedient, may place within

prescribed period from the date of A.T. a repeat order for the quantity not

exceeding the quantity specified in the A.T. on the same terms and conditions

as per the A.T. which the contractor will have to supply. However, the repeat

order for the quantity more than the quantity of the original A.T. or after a

prescribed period from the date of A.T. can be placed on mutual agreement

by both parties and subject to approval of concerned authority.

7.12 The A.T. / R.C. can also be terminated by the Managing Director in the

following circumstances:

i. If the firm is debarred or disqualified or ceases to exist or convicted of

any offence.

ii. If the quality of the item to be supplied is found not up to the standard

and multiple samples are found to be not of standard quality.

iii. If supply position of the firm is not satisfactory

7.13 Whenever under this contract any sum of money is recoverable from the

contractor & payable by the contractor to the Managing Director of Gujarat

Medical Services Corporation Limited, Gandhinagar, or an officer empowered

by Managing Director shall be entitled to recover such sum by appropriating

in part of whole the Security Deposit paid by the Contractor, if a security

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

38 SIGNATURE & STAMP OF TENDERER

being insufficient or if no security has been taken from contractor, then the

balance of the total sum recoverable as the case may be deducted from the

sum due to the contractor under this or any other contract (with the

Managing Director of Gujarat Medical Services Corporation Limited,

Gandhinagar) and remaining balance due will be recovered as arrears of

"LAND REVENUE DUES".

7.14 For any clarification on any of the above conditions, tenderers may contact

the Managing Director / General Manager (LPQC) / Manager (Equipment

Procurement) during 3 – 4 p.m. on any working day.

7.15 The jurisdiction of any dispute will be Gandhinagar or Ahmedabad.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

39 SIGNATURE & STAMP OF TENDERER

Section – 8

Appendix-1

List of Abbreviations

S no. Abbreviation Full Form

1. TE Tender enquiry

2. FOB Free on Board.

3. FOR Free on Rail

4. EMD Earnest Money Deposit.

5. SD Security Deposit

rity Deposit. 6. DP Delivery period

7. PP Price preference

8. SSI Small Scale Industries

9. A/L Acceptance of Letter

10. A.T. Acceptance of Tender

11. BG Bank Guarantee

12. RO Repeat order

13. RP Risk Purchase.

14. RC Rate Contract.

15. I/N Inspection note

16. BSS Bulk Supply Sample

17. DDO Direct Demanding Officer.

18. I/O Indenting Officer

19. LO Liaison Officer

20. NSIC National Small Scale Industries Corporations

21. GBP Great Britain Pound

22. ST Sales Tax

23. IEC Import Export Code

24. ISI Indian Standard Institute

25. PSS Primary Scrutiny Sheet

26. GSIC Gujarat Small Industries Corporation

27. USD United States Dollar

28. CMC Comprehensive Maintenance Contract

29. GST Gujarat Sales Tax

30. CST Central Sales Tax

31. BIS Bureau of Indian Standard

32. GMSCL Gujarat Medical Services Corporation

Limited 33. CIF Cost Insurance and Freight

34. DIC District Industries Centre

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

40 SIGNATURE & STAMP OF TENDERER

Section - 9

Annexure-‘A’

VERIFICATION, UNDERTAKING, CHECK LIST & DOCUMENTS

From: M/s.________________________ No.:_________________________

________________________

________________________

________________________

To: Managing Director, Gujarat Medical Services Corporation Limited, Block No 14 Dr. Jivraj Mehta Bhavan, Sector-10, Gandhinagar-382 010.

Sub: Supply of Instruments / Equipments / Miscellaneous Items, etc.

Ref: Tender Enquiry #_________________________________________________________

Sir,

I/We enclose necessary documents as shown in Annexure “B” are enclosed

herewith (in order in which they are mentioned). The rates quoted against each

item are inclusive of excise duties and other charges. I/We have carefully read

and understood the terms and the conditions stated in the tenders form and

I/We shall abide by all these conditions. I/We further endorse that in particular,

the terms and conditions of Delivery Period, Payment Terms, Place of Delivery,

etc. are acceptable to me/us and no representation will be made by me/us

afterwards for altering the same. I/We further undertake to supply the goods to

the consignees as per the terms of the A.T. / R.C.

I/We verify that the copies of the certificates / documents attached herewith

are authentic true copies of the original certificates / documents for verification

on demand. I/We undertake to supply the attested copies of certificates /

documents required at the time of signing the letter of agreement if my/our

offer is accepted.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

41 SIGNATURE & STAMP OF TENDERER

I/We verify that I/We are in possession of the requisite licenses / permits

required for the manufacture / supply / sale / distribution of the items and

further verify that the said licenses / permits have not been revoked / cancelled

by the issuing authorities and are valid as on date. I/We also verify that I/We

have not been declared defaulter, blacklisted or debarred by any state or

Central Government or Constitutional authority or Financial institution or

Judicial Court or any Government undertakings.

I/We also take cognizance of the fact that providing misleading or questionable

information or failure to furnish correct or true information to you or any other

Direct Demand Officer or failure to comply with any contractual requirement

laid down by you / them will be considered as a serious breach of the terms and

conditions of the tender and will invite disqualification and other penal action

as deemed fit by the Government / Purchase Committee, GMSCL

Thanking you,

Yours faithfully

Date:_____________

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

42 SIGNATURE & STAMP OF TENDERER

ANNEXURE ‘B’

SCHEDULE OF DOCUMENTS ATTACHED TO T.E. #________________________________________

# Document / Certificate Attached Yours Page No.

1 C.A. Certificate for the manufacturing showing year wise production sell of the quoted item for 3 years for Indian manufacturers only.

Yes / No / Not Applicable

2. Manufacturing License / Product Permission / Registration Certificate with C.S.P.O./ C.M.S.O. / S.S.I./ K.V.I.C./N.S.I.C./ D.G.S.& D.

Yes / No / Not Applicable

3. List of Installations / Users / Customers with Copies of invoices, delivery challan and satisfaction report from at least 2 healthcare institute in India must be provided for the quoted product.

Yes / No

4. Affidavit of Higher / Lower Price Certificate on Non Judicial Stamp paper worth Rs.50/-

Yes / No

5. S.T. Clearance Certificate or Returns of last 4 quarters Yes / No 6. E.M.D. Yes / No 7. Confirmation of Delivery Period Yes / No 8. Letter of Authority of Foreign Principal with copy of

agreement and supporting document (In case of Foreign articles) (MUST BE NOTARIZED)

Yes / No / Not Applicable

(1) Notarized copy of the agreement between manufacturer and bidder authorizing the bidder to be the authorized distributor of the manufacturer

Yes / No / Not Applicable

(2) Notarized copies of at least 3 supply orders and satisfaction reports from the users for any of the product of the manufacturer company (whose product has been quoted) supplied by the bidder during immediate past 3 years preceding the last date of tender.

Yes / No / Not Applicable

(3) Notarized authorization from the manufacturer that the bidder is authorized to provide after sales services and spare parts / consumable support for the entire duration of the contract including Warranty and CMC of the product.

Yes / No / Not Applicable

(4) Notarized certificate from manufacturer that particular division of its subsidiary dealing with the product in question is not participating directly in any tender across the country since immediate past one year (at least) prior to the last date of this tender or if subsidiary company does not exist in India, notarized certificate from manufacturer that it does not have subsidiary company in India.

Yes / No / Not Applicable

(5) Notarized certificate from manufacturer confirming that the bidder is the exclusive entity in India floated by it to trade in the product manufactured by it (wherever applicable) PS: In such cases, the bidder will however, have to produce

Yes / No / Not Applicable

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

43 SIGNATURE & STAMP OF TENDERER

documents mentioned in clause 3.3.2, 3.3.3 9. IEC Certificate for imported items. Yes / No / Not

Applicable

10. Whether Page Number is Given On Each Page of Tender? Yes / No 11. Partnership deed / Memorandum of article / Registration of

firm etc. Yes / No

12. Document of 100% Subsidiary Company. Yes / No / Not Applicable

13. Confirmation of Place of Delivery Yes / No 14. Confirmation of Payment. Yes / No 15. A.E.R.B. Certificate {if applicable} Yes / No / Not

Applicable

16. I.S.O. Certificate (mandatory if asked in Technical Specification).

Yes / No / Not Applicable

17. I.S.I. Certificate (mandatory if asked in Technical Specification).

Yes / No / Not Applicable

18. Original Product Literature / Photograph Yes / No / Not Applicable

19. Warranty. 3 Years 20. Copy of valid import license for imported items. Yes / No / Not

Applicable

21. Turnover certificate of CA for last three years (i.e. (i) 2012-13, 2013-14, 2014-15 for tender floated on or before 30th September, 2016 and (ii) 2013-14, 2014-15, 2015-16 for tender floated after 30th September, 2016)

Yes / No

22. (i) Notarized copy of valid Small Scale Industry Registration.

Yes / No / Not Applicable

(ii) Notarized copy of Certificate from Practicing Chartered Accountant or Practicing company Secretary that the unit / bidder still continues to be Small Scale, Tiny/ Cottage Industry as on last date of submission of bid.

Yes / No / Not Applicable

(iii) Notarized copy of latest audited annual balance sheet and investment in plant and machinery.

Yes / No / Not Applicable

(iv) CERTIFICATE / DOCUMENTS MENTIONED in ABOVE ii & iii (SAME PROFESSIONAL)

Yes / No / Not Applicable

23. Affidavit for Quoting other manufacturer’s accessories / attachment for equipment

Yes / No / Not Applicable

24. Details of bank account in prescribed format for the payment through RTGS

Yes / No / Not Applicable

25. Format for Declaration by the Bidder regarding Qualification Yes / No / Not Applicable

26 Format for Production Capacity Declaration Yes / No / Not Applicable

27 Format for Statement of Plant & Machinery Yes / No / Not Applicable

28 Format for List and rates consumables Yes / No / Not Applicable

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

44 SIGNATURE & STAMP OF TENDERER

29 All online uploaded documents must be same as that are physically submitted.

Yes / No

It is verified that all the certificates / permissions / documents are valid and

current as on date and have not been withdrawn / cancelled by the issuing

authority. It is further verified that the certificates are as per the format given by

GMSCL/Concerned authority and it is clearly and distinctly understood by me / us

that the tender is liable to be rejected if on scrutiny of these certificates it is found

to be not as per the prescribed format of GMSCL

I/We further undertake to produce on demand the original certificate / permission

/ document for verification at any stage during the processing of the tender.

Date:

Place :

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

45 SIGNATURE & STAMP OF TENDERER

ANNEXURE ‘C’

Bidding Schedules

Tender Fee

Furnish the Payment Details of Tender Document

Sr. No Description Supplier Response

1. Amount (Rs.)

2. Bank Name

3. DD No.

4. Branch Name

5. If Exempted, fill details of exemption

Payment made toward Tender Fee will not be refunded Non-payment of the Tender Fee will make the supplier liable for disqualifications Wrong/ Fraudulent data submission may lead to disqualification, please ensure that you

furnish correct data

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

46 SIGNATURE & STAMP OF TENDERER

Annexure-‘D’

EMD FORM

Furnish the Payment Details of EMD

Sr. No Description Supplier Response

1. Amount (Rs.)

2. Bank Name

3. DD No.

4. Branch Name

5. If Exempted, fill details of exemption

Payment should be made by DD/BG, DD should be payable at Gandhinagar at any schedule bank.

Payment should be made in favor of “Managing Director, GMSCL” Gandhinagar, Gujarat, India.

Payment made towards EMD will be refunded as per condition no. 4.1.7 Non Payment of the EMD or insufficient amount of EMD will make the supplier liable for

disqualifications. Wrong/Fraudulent date submission may lead to disqualification, please ensure that you

furnish correct data.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

47 SIGNATURE & STAMP OF TENDERER

Annexure-‘E’

DECLARATION OF OWNERSHIP

1. I/We certify that the tenderer is sole proprietorship / partnership firm / private

limited company / public limited company of which the registered office is located in________________________________ in the state of___________________________________

2. The name, designation and address of the authorized signatory who is authorized to negotiate / sign / execute on behalf of the tenderer is as under: Name______________________________________________Designation:____________________ Address:_____________________________________________________________________________

_____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________

E-Mail: ___________________Telephone : (O) ______________________ (R) ________________________

Fax :_________________________________ (Mobile) ______________________________

3. The name, address and telephone numbers of the sole proprietor / all the partners / all the directors of the tenderer are as under;

# Name Address Telephone Fax E-Mail

(O) (R) (M)

Date: ______________

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

48 SIGNATURE & STAMP OF TENDERER

Annexure-‘F’

DECLARATION OF I.S.O. MARKED GOODS

I/We_________________________________________________________________ hereby certify that:

{1} The following items which form part of Tender Enquiry #______________________are

manufactured by us at __________________________________ plant/s which has been awarded

ISO______________________ *certificate vide #__________________ Dt.__________________:

_______________________________________________________________________________________________________

_______________________________________________________________________________________________________

_______________________________________________________________________________________________________

_______________________________________________________________________________________________________

_______________________________________________________________________________________________________

_______________________________________________________________________________________________________

{2} The following items which form part of Tender Enquiry #________above are manufactured by us / licenses at_________________________ plant/s which has not been awarded any ISO certificate:

_______________________________________________________________________________________________________

_______________________________________________________________________________________________________

_______________________________________________________________________________________________________

_______________________________________________________________________________________________________

_______________________________________________________________________________________________________

_______________________________________________________________________________________________________

______________________________________________________________________________________________

Date:

* Mention the category of I.S.O. certificate {i.e. 9000 / 14000, etc.}

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

49 SIGNATURE & STAMP OF TENDERER

Annexure-‘G’

(Affidavit on Non Judicial Stamp paper worth Rs.50/-)

HIGHER PRICE / LOWER PRICE CERTIFICATE

1. I/We________________________________________________________hereby certify that the

prices quoted by us in Tender Enquiry #___________are not higher than the prices:

{a} Charged by us to wholesalers or for institutional supplies;

2. I/We further certify that I/We have not supplied or quoted for any item in

Tender Enquiry # ______________ at prices lower than those quoted for the

relevant items to any Government / Semi Government / Public / Charitable

Trust Organization / Institution within the period of 180 days preceding the last

date of submission of the tender.

3. I/We hereby undertake that I/We will not supply or quote for any item in

Tender Enquiry # _____________ at prices lower than those quoted for the relevant

items to any Government / Semi Government / Public / Charitable Trust

Organization / Institution within the period of validity of the offer / rate

contract.

4. I/We also undertake to bring to the attention of the Director any incidence of

breach of any of the above paras within 30 days from the occurrence of the

breach and further undertake to refund / reimburse the difference which may

arise due to breach of any of the above paras and I/We also understand that the

decision of the Managing Director, GMSCL with regards to the determination of

quantum payable shall be final.

Date:

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

50 SIGNATURE & STAMP OF TENDERER

Annexure-‘H’

COMMERCIAL BID FOR INDIGENOUS ARTICLES

T.E. NO.GMSCL/EQUIPMENT PURCHASE/___________________Due date: ________________

ITEM:________________________________________________

Name of Manufacturer: ___________________________

Brand:__________________ Model:__________________________________________

Sr. No.

Details Price in Rupees (Per Unit)

A.

(i) Ex-factory price Main equipment with standard accessories.

(ii) Optional Items

(a)

(b)

(c)

B. Total Ex Factory prices (i) + (ii)

C. Excise and other duties (if applicable) @ %.

D. Packing Forwarding, Insurance, Transport charges from factory to place of Consignees, Installation.

E. Total price excluding VAT (B + C + D)

F. VAT / C.S.T.

(i) VAT @ % OR

(ii) C.S.T. @ %

G. Service Tax @ %. (if applicable)

H Total F.O.R.D. price.

I. Total Price in words Rs.

Note:-

(1) Optional item shown in Technical Bid should be quoted separately.

(2) All terms and conditions of supply shall be applicable as per tender terms. Any

terms and condition enclosed with Commercial Bid shall be ignored or in such a

case offer is liable to be rejected.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

51 SIGNATURE & STAMP OF TENDERER

Annexure- ‘I’

COMMERICAL BID FOR IMPORTED ARTICLES

T.E. NO.GMSCL/EQUIPMENT PURCHASE/_______________Due date:

ITEM: _________________________________________________________________________________________________

Name of Manufacturer:____________________________________________________________________________

Brand:________________________________________________________Model:

Sr. No.

Details Price in Foreign currency per unit.

Price in Indian currency per unit.

A. C.I.F. Port Price

(i) Main Equipment with standard accessories shown in tender documents.

(ii) Optional Items:

(a)

(b)

(c)

B. Total C.I.F. Prices (A + B)

C. * Custom Duty / CVD etc. @. %. Price in Indian currency per unit.

D. *

Transport charges from port to place of Consignees, Transit Insurance within India, Installation Charges.

E. * Bank/Custom Clearance charges

F. Service Tax @ %. (if applicable)

G. Total F.O.R.D. Price B + C + D + E. C.I.F. Price in Foreign currency

C + D + E in Indian currency

H. Total Price in Words.

Note: (1) Optional item shown in Technical Bid should be quoted separately. (2) If the rates are quoted in foreign currency, local agency commission will not be

allowed for local agents / dealer. (3) If required, custom exemption certificate shall be provided by consignees if it is

allowed under relevant act and issued by authority concerned. (4) All terms and conditions of supply shall be applicable as per tender terms. Any

terms and condition enclosed with Commercial Bid shall be ignored or in such a case offer is liable to be rejected.

(5) The rates of the main equipment with accessories and optional items should be quoted in foreign currency only.

(6)* The rates of custom duty / C.V.D., transport charges from port to place of consignees, transit insurance within India, installation charges, bank / custom clearance charges should be quoted in Indian currency only.

(7) For R.C. item: Rates should be quoted in Indian Currency even though the item is imported.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

52 SIGNATURE & STAMP OF TENDERER

Annexure-‘J’

COMMERICAL BID FOR COMPREHENSIVE MAINTENANCE CONTRACT

T.E. NO.GMSCL/EQUIPMENT PURCHASE/_______________Due date:

ITEM: _________________________________________________________________________________________________

Name of Manufacturer:____________________________________________________________________________

Brand:________________________________________________________Model: ________________________

Years C.M.C. Rates (Rs.) Applicable Taxes (%)

Applicable Taxes (Rs.)

Total Rate (Rs.)

1st Yr.

2nd Yr.

3rd Yr.

4th Yr.

5th Yr.

Total Rs.

(Total Rupees In words ______________________________________________________________)

Note :-

(1) Quoted CMC price not less than 5% and not more than 10% cost of the

equipment, otherwise offer will be out rightly rejected.

(2) All terms and conditions of supply shall be applicable as per tender terms.

Any terms and condition enclosed with Commercial Bid shall be ignored

or in such a case offer is liable to be rejected.

(3) The Rates of CMC should be quoted in Indian Rupees only.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

53 SIGNATURE & STAMP OF TENDERER

Annexure-‘K’

(FORMAT OF AUTHORIZATION LETER FOR IMPORTED EQUIPMENTS FOR

AUTHORIZED DISTRIBUTOR) {IN ORIGINAL}

I / We______________________________________________________________ hereby declare that....

1. We…………………………………….. (name of the Original Equipment Manufacturer-

OEM) declare that we are the original manufacturers of the above equipment

having registered office at …..….…………………………………………………………………..

(full address with telephone number / fax number & Email ID and website), and

having factories at………………………………………………………………....

2. M/s._______________________________________________________________is our authorized

distributor for our products / products of our foreign manufacture in Gujarat

from date _______________________and they are authorized to quote and follow up on

our behalf and the said agreement is valid in force as on date;

3. I/We undertake to supply the drugs / items for which the quotations are

submitted by M/s._______________________________________________________ on our behalf

in respect of Tender Enquiry #__________________________________________________: and

4. I / We have read all the terms and conditions of the tender enquiry and the same

are irrevocably binding upon us till the expiry of the contract signed & executed

on our behalf;

5. I/We shall notify the Managing Director, GMSCL immediately if there is any

change in the agreement between M/s.___________________________________________

and me/us regarding authorized distributorship of our products and further

undertake to supply the items quoted by the distributor on my / our behalf at

the quoted price in the tender enquiry in case of such a change of agreement.

6. We further confirm that no supplier or firm or individual other than Messrs.

___________________________________ (name & address of the above distributor) is

authorized to submit the tender, process the same further and enter into a

contract with you against your requirement as contained in the above referred

T.E. Documents for the above goods manufactured by us.

7. We hereby declare that we authorize our above mentioned authorized

distributor to provide guarantee/warranty, after sales services and supply

spares, consumables during the period of warranty and CMC as per the above

tender on our behalf. The availability of spares parts & Consumables during the

entire period of CMC & Warranty would be the responsibility of the

manufacturer.

8. We also hereby declare that we have the capacity to manufacture and supply,

install and commission the quantity of the equipments tendered within the

stipulated time.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

54 SIGNATURE & STAMP OF TENDERER

9. We hereby declare that our Indian subsidiary company dealing with the product

in question is not participating in any tender across India / we do not have a

subsidiary company in India. (Please strikethrough the option which is not

applicable)

10. This authority is applicable only for Tender Enquiry #_____________________________.

Date:-

Note: This letter of authority should be on the letterhead of the foreign

manufacturing firm and should be signed by a person competent and having the

power of attorney to legally bind the manufacturer and the letter should be

notarized.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

55 SIGNATURE & STAMP OF TENDERER

Annexure- ‘L’

Manufacturing Experience Certificate for last Three Years

(For Quoted Product)

The Production and Sales of _______________________________ (Name of quoted

product) of M/s______________________________________ for the last three years are given

below and certified that the statement is true and correct.

Sr.

No

Year Production Sales

1 2013-14

2 2014-15

3 2015-16

Date:

Seal Name & Signature of

Chartered Accountant

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

56 SIGNATURE & STAMP OF TENDERER

Annexure-‘M’

Annual Turnover Statement for Last Three Years

The Annual Turnover of M/s. ______________________________ for the Last three

years are given below and certified that the statement is true and correct.

Sr. No Year Turnover (in Rs.)

1 2012-13

2 2013-14

3 2014-15

Date:

Seal Name & Signature of

Chartered Accountant

N.B. : (i) 2012-13, 2013-14, 2014-15 for tender floated on or before 30th

September, 2016 and (ii) 2013-14, 2014-15, 2015-16 for tender floated after 30th

September, 2016

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

57 SIGNATURE & STAMP OF TENDERER

Annexure-‘N’

Affidavit for quoting other manufacturer’s accessories/attachment for equipment

(On Rs. 100/- Non-Judicial Stamp-paper)

I/We……………………………… (Name and address of the Vendor) do hereby declare that the

whole responsibility of Warranty, CMC and Services of the other manufactures’ accessories /

other attachments quoted as a part of the quoted equipment would lie with us.

I/We ……………………………. (Name of Vendor) declare that the quoted accessories /

attachment are original.

I/We ……………………………. (Name of Vendor) also accept that I/we would be liable for

debarment or blacklisting by Gujarat Medical Services Corporation Ltd in case the accessories /

other attachments are found to be fake / duplicate and also if I/we fail to provide Warranty,

CMC and post-sale Services till the entire period of commitment.

I/we hereby undertake that I/we will be entirely responsible for all the aforementioned

conditions during the tender process and thereafter the entire contract period on the award of

contract.

Name of Vendor

Authorized Sign with Seal

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

58 SIGNATURE & STAMP OF TENDERER

Annexure-‘O’

G U A R A N T E E B O N D

In consideration of the Gujarat Medical Services Corporation Limited,

Gandhinagar (here inafier called the GMSCL) having agreed to exempt

_________________________________________ (hereinafter called 'the said Contractor (s)') from

the demand, under the terms and conditions of an Agreement dated _____________________

made between Managing Director, Gujarat Medical Services Corporation Limited,

Gandhinagar and M/s. _______________________________________________ for purchase of

Materials (hereinafter called 'the said Agreement') of security Deposit for the due

fulfillment by the Said Contractor(s) of the terms and conditions contained in the said

Agreement, on production of a Bank Guarantee for Rs._________ (Rupees

_________________________________________Only) we _________________________________ (hereinafter

to as 'the Bank') (Indicate the name of the Bank)

at the request of __________________________ (Contractor (s) do hereby undertake to pay to

the GMSCL an amount not exceeding Rs. __________________________ against any loss or

damage caused to or suffered or would be caused to or suffered by the GMSCL by

reasons of any breach by the said Contractor (s) of any of the terms or conditions

contained in the said Agreement.

2. We ______________________________________________ do hereby undertake to pay the

(Indicate the name of the Bank)

Amounts due and payable under this guarantee without any demur, merely on a damage

from the GMSCL stating that the amount claimed is due by way of loss or damage caused

to or would be caused to or suffered by the GMSCL by reason of breach by the said

contractor (s) if any of the terms of conditions contained in the said Agreement or by

reason of the contractor (s) failure to perform the said agreement. Any such demand

made on the bank shall be conclusive as regards the amount due and payable by the

Bank under this guarantee. However, our liability under this Guarantee shall be

restricted to an amount not exceeding Rs._____________________.

Stamp of Rs.

100/-

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

59 SIGNATURE & STAMP OF TENDERER

3. We undertake to pay the GMSCL any money so demanded notwithstanding any

dispute or disputes raised by the contractor (s) / Supplier (s) in any suit or proceeding

pending before any court or Tribunal relation there to our liability this present being

absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for

payment thereunder and the Contractor (s) / supplier (s) shall have no claim against us

for making such payment.

4. We ______________________________________________________ further agree that the

(Indicate the name of the Bank)

guarantee herein Contained shall remain in full force and effect during the period that

would to be taken for the performance of the said Agreement and that it shall continue

to be enforceable till all the dues of the GMSCL under or by virtus of the said Agreement

have been fully paid and its claims satisfied or discharged or till Managing Director,

GMSCL, Gandhinagar certifies that the terms and conditions of the said agreement have

been fully and properly carried out by he said Contractor (s) and accordingly discharges

this guarantee. Unless a demand or claim under this guarantee is made on us in writing

on or before the ________________________________________ we shall be discharged from all

liability under this guarantee thereafter.

5. We ___________________________________________ further agree with the GMSCL

(Indicate the name of the Bank)

that the GMSCL shall have the fullest liberty without our consent and without affecting

in any manner our obligations hereunder to vary any of their terms and conditions of

the said Agreement or to extend time of performance by the said contractor (s) from

time to time or to postpone for any time or from time to time any of the powers

exercisable by the GMSCL against the said Contractor (s) and to for bear or enforce any

of the terms and conditions relating to the said agreement and we shall not be releved

from our liability by reason of any such variation or extension being guranted to the said

Contractor (s) or for any forbearance. act or omission on the part of the GMSCL or any

indulgence by the GMSCL to the said contractor (s) or by any such matter or thing

whatsoever which under the law relating to sureties would, but for this provision, have

effect of so relieving us.

6. This Guarantee will not be discharged due to the change in the constitution of

the Bank of the Contractor (s) / Supplier (s).

7. We ________________________________________ lastly undertake not to revoke this

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

60 SIGNATURE & STAMP OF TENDERER

(Indicate the name of the Bank)

Guarantee during its currency except with the previous consent of the GMSCL in writing.

Dated the _____________________ day of ________________201

For _____________________________________

(Indicate the name of the Bank)

N. B. : One sided alterations / additions to any clause not allowed in this bond form as per No. DBOD-NO. INF-BC-45/C-

109(H)/86 dt.09/04/1986 of R.B.I., Bombay.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

61 SIGNATURE & STAMP OF TENDERER

Annexure-‘P’

SD Agreement

G. C. P. G. (Y) – 2652-5,000-3-2001

G. R. D. D. NO. SPO 3252, dated 25/11/53

An Agreement made this ________________________________________ day of (month) ___________________________________________ of year Two thousand and ______________________ between M/s. ____________________________________________________________________________________ _________________________________________________ (hereinafter called 'the Contractor') of the one part and the Gujarat Medical Services Corporation, Gandhinagar (hereinafter called "the GMSCL") of the other part.

Whereas the Contactor has tendered to the GMSCL for supply to the Managing Director of Gujarat Medical Services Corporation Limited, Gandhinagar the articles specified in the schedule "A" (Attached) as per delivery instructions given in the acceptance of Tender at the respective prices or rates mentioned opposite to the said articles in the Column provided for the purpose and whereas such tender has been accepted and the Contractor has deposited with the Managing Director of Gujarat Medical Services Corporation Limited the sum of Rs.__________________ (Rupees ________________________ ___________________________________ Only) in Form of Bank Guarantee / fixed Deposit as security for due fulfillment of this Agreement.

Now it is Hereby Agreed between the parties, here to as follows :

[1] The Contractor has accepted the contract on the terms and conditions set out in the Tender Enquiry No. __________________________________________ Due on _____________________ as well in the Acceptance Letter No. ________________________ Dated __________________ which will hold good during the period of this agreement.

[2] Upon breach by the Contractor of any of the conditions of the Agreement, Managing Director of Gujarat Medical Services Corporation Limited may by a notice in writing rescind, determine and put an end to this agreement without prejudice to the right of the GMSCL to claim damages for antecedent breaches thereof on the part of the contractor and also to reasonable compensation for the loss occasioned by the failure of the Contractor to fulfill the Agreement as certified in writing by the Managing Director of GMSCL which certificate shall be conclusive evidence of the amount of such compensation payable by the Contractor to the GMSCL.

[3] Upon the determination of this agreement whether by effluxion of time or otherwise the said security deposit shall after the expiration of ________________________ months from the date of such determination be returned to the contractor but without interest and after deducting there from any sum due by the Contractor to the GMSCL under the terms and Conditions of this Agreement.

Stamp of

Rs.100/-

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

62 SIGNATURE & STAMP OF TENDERER

[4] This agreement shall remain in force until the expiry of the date of delivery of materials but notwithstanding anything herein or in the tender and acceptance forms contained the GMSCL shall not be bound to take the whole or any part of the estimated quantity herein or therein mentioned and may cancel the contract at any time upon giving one month's a notice in writing without compensating the Contractor.

[5] In witness whereof the said ________________________________ (Owner / Proprietor / Partner) hath set his hand hereto and the Managing Director of Gujarat Medical Services Corporation Limited has on behalf of the GMSCL affixed his hand and seal hereto day and year first above written.

[6] Notices in connection with the contract may be given by the Managing Director of Gujarat Medical Services Corporation Limited or any Gazetted Officer of the Stores purchase Branch authorized by the Managing Director of GMSCL, Gandhinagar.

[7] If subject to circumstances beyond control (force major) the Contractor fails to deliver the stores in accordance with the conditions mentioned in A/T. The Managing Director of Gujarat Medical Services Corporation Limited shall, at his option, be entitled either –

(A) To recover from you as liquidated damage a sum equivalent to ½ percent of

price of the undelivered stores at the stipulated rate for each week or part thereof during the delivery of the delivery of such stores may be delayed subject to a maximum limit of 10 percent of the stipulated price of the stores so undelivered or;

(B) To purchase elsewhere, on your account and at your risk the stores so undelivered or others of a similar description where others exactly complying with the particulars are in the opinion of the Managing Director of Gujarat Medical Services Corporation Limited which shall be final, not ready procurable without canceling the contract in respect of consignments not yet due for delivery or,

(C) To cancel Contract or, (D) Shall initiate action to debar the company for appropriate period.

In the event of action being taken under (b) or (c) above, you shall be liable to make good for any loss, which the GMSCL may sustain by reason of higher price of the stores so purchased or otherwise howsoever.

The recovery on account of agreed liquidated damages or by way of penalty under (a) above will be made by deducting the amount in the bills and the recovery of any loss, which the Managing Director of Gujarat Medical Services Corporation Limited may sustain under (b) and (c)

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

63 SIGNATURE & STAMP OF TENDERER

should be made good by a credit Note within the Stipulated period for the purpose.

Gujarat Medical Services Corporation Limited,

(A Government of Gujarat Undertaking)

Gandhinagar

Witness :

1_______________________________________

2_________________________________________

CONTRACTOR

Managing Director,

Gujarat Medical Services Corporation Limited,

(A Government of Gujarat Undertaking)

Gandhinagar.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

64 SIGNATURE & STAMP OF TENDERER

Annexure-‘Q’

CMC Agreement Form

This agreement is made at____________ (Place of agreement) on (Date of agreement)

……….................day of …….2016 between the..

Party No. 1 : The Gujarat Medical Services Corporation Limited.,

Having its registered office at Block No. 14 Dr. Jivraj Mehta Bhavan (Old

Sachivalaya), Gandhinagar – 382010.

Party No. 2 : (Contracting Company)

This Agreement shall come into the force from immediate effect after expiry

of ‘warranty period’ and will remain in force for five years from the date

of initiation of Comprehensive Maintenance Contract.

Wherein the Party No. 1 is procurement agency and assigns on Party No.2, for the

maintenance services under the maintenance contract comprising preventive

and corrective maintenance and who shall be the incharge and in control of

this agreement, and Party No. 2 is company who shall server under this

agreement to Party No. 1 and Government hospitals where the

machines/equipments are located or installed for the maintenance services

under the maintenance contract comprising preventive and corrective

maintenance of machines/equipments and associated peripherals as

provided in Annexure- I herewith.

Whereas Party No. 1 is desirous of availing the Comprehensive Maintenance

Services for __________ installed at the premises of all the

indenters/consignees/Government Hospitals/Institutions under Tender

Enquiry No. _________________.

AND WHEREAS the Party No. 2 has pleased to accept the offer and has agreed to

perform the said maintenance services of the ________ as mentioned in

Annexure –I to this agreement.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

65 SIGNATURE & STAMP OF TENDERER

AND WHEREAS the Party No. 1 is desirous of entering into a service agreement

with Party No. 2 as per A.T. No. ________________________, dated________ for

providing Comprehensive Maintenance Service for the items mentioned in

the Annexure- I, installed at the premises indenters/consignees/Government

Hospitals/Institutions under Tender Enquiry No. _________________, for an

amount as mentioned in Annexure-II.

1.0 SCHEDULES TO THE AGREEMENT: The Annexure form an integral part of this agreement.

However during the currency of the agreement, the Party No. 1 is at liberty to add to or delete

from this schedule any numbers of Equipments or Peripherals etc., if so warranted. In case of

addition of work, the same will be done on already agreed and settled rates for the main

contract of maintenance.

1.1 Tenderers will have to provide a list of consumables / parts which would not be included

under warranty and / or CMC and also provide a rate list for the same which will remain in

force for the entire period of contract till the end of CMC. The same must be submitted

physically along with the tender. It will not be considered for price evaluation but at the time

of award of contract, the purchase committee will reserve the right to reject a bid solely on

the ground of high price of parts / consumables and / or if some parts which ought to be

included in CMC / Warranty have been mentioned as chargeable and the bidder does not

agree to provide them for free. Addition or exclusion of any

consumable/spare/parts/peripherals to be covered under CMC shall be decided by the

GMSCL, and shall be binding upon the Party No.2.

1.2 In case of any grievance with regard to inclusion or exclusion of

consumables/spares/parts/items under CMC, Party No. 2 may raise objection or may seek

clarification prior to signing agreement for CMC. After signing of this Agreement, Party No. 2

shall not be at liberty to raise any objection or revision for inclusion or exclusion of

consumables/spares/items to be covered under the CMC.

2.0 TERMS & CONDITIONS OF THE COMPREHENSIVE MAINTENANCE CONTRACT

2,1 The Party No.2, shall truly and faithfully carry on the said job as is done by the

services/business houses in proper manner/standard fashion for the comprehensive

maintenance of the _____________ and Peripherals as mentioned in annexure-I to the full

extent and satisfaction of the Party No. 1 and indenters/consignees/Government

Hospitals/Institutions for 5 years. During the term of this Agreement the Party No. 2

agrees to maintain the Equipments in good working order and for this purpose will

provide the following repair and maintenance service described herein:

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

66 SIGNATURE & STAMP OF TENDERER

2.2 The comprehensive maintenance includes preventive maintenance, quarterly regular

services of the ___________ and Peripherals as mentioned in the annexure and/or

replacement of any items necessary for keeping the said items active and free from any

defects or disturbance and also on any unscheduled call for corrective and maintenance

services, taking appropriate measures/steps on time to set right its malfunctioning.

2.3 Maintenance shall be provided on site for the equipment by Party No.2 and Maintenance

contract is comprehensive, which covers both the spare parts and labour. The

replacement of all the spares is included under the Maintenance Contract. Broken and

burnt parts, Parts damaged due to end user mishandling and parts damaged due to

adverse electrical conditions on site, will not be covered under the CMC.

2.4 The Party No. 2 shall correct any faults and failures in the Equipments and shall repair

and replace the defective parts of the Equipments during the Office’s normal working

hours on all working days. In cases where unserviceable parts of the Equipments need

replacement the Party No.2 shall replace such parts, at no extra cost with brand new

parts.

2.5 The replacement of defective spares with original spares or spares of equivalent

specification will be done by the Party No.2 without any extra charge.

2.6 The comprehensive maintenance shall be carried out primarily at the premises where

equipments under this A.T has been installed (consignee/indenter/Government Hospital

or Institute) during the office hours. In case, the Party No. 2 feels that the equipment

cannot be repaired on‐site, they will carry the defective equipment with the consent of

officials after giving due receipt of the equipment and deliver back the repaired

equipment to consignee/indenter/Government Hospital or Institute at the cost and risk

of Party No.2.

2.7 The time for attending calls should not exceed 10 working hours. System down time

should not exceed 48 clock hours from the time at which the complaint is registered. If

the down time is more than 48 clock hours.

In case the equipment is not repairable at the premises consignee/indenter/Government

Hospital or Institute, the Party No.2 shall make arrangement for moving or shifting of

machine at the desired place of Party No.2 for repairment on its own expense. The

packing/unpacking, transportation, loading/unloading, connection/ disconnection,

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

67 SIGNATURE & STAMP OF TENDERER

configuration/re-configuration and any associated activity with the repair and

maintenance of the equipments shall be the sole responsibility of the Party No.2.

2.8 During Warranty and CMC period, the uptime period of equipment should be

minimum 95%. If the breakdown period is more than 18 days for a particular

calendar year, penalty @ 0.1% of total purchase amount of equipment for each extra

day of delay as liquidated damages to be recovered from Security Deposit. Period of

breakdown of equipment shall be excluded from the warranty as well as CMC period.

In such a case period of warranty as well as CMC shall be extended accordingly.

2.09 The Operating environment condition in which the equipment is presently installed is

quite satisfactory and the Party No.2 will not raise any condition with regard to the

working environments for the equipment covered under the Maintenance Contract.

2.10 The Party No.2 agrees to maintain uninterrupted service to the customer as per the

terms and conditions of the agreement.

2.11 The First party agree to pay the total CMC charge for a period of five year is

Rs……………………./-(Rupees…………………………………............................…only, which is

inclusive of all taxes.). Payment will be made after successful completion of each year

of CMC.

2.12 The Party No. 2’s _____________________ maintenance personnel shall be given access to

the Equipments mentioned herein whenever necessary by the

consignee/indenter/Government Hospital or Institute, for purposes of performing

the repair and maintenance services indicated in this Agreement.

2.13 OS/Application Software & Database /Virus Support /Data recoveries are not

included in the scope of the proposal. However if warranted and desired by the

consignee/indenter/Government Hospital or Institute, the Party No.2 shall perform

the software related repairment and may charge in addition to what is stated herein

this contract.

2.14 The Party No.2 acknowledges that all material and information which has or will

come into its possession or knowledge in connection with this Agreement or the

performance hereof, consists of confidential and proprietary data, whose disclosure

to or use by third parties will be damaging or cause loss to the Customer. The Party

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

68 SIGNATURE & STAMP OF TENDERER

No.2 agrees to hold such material and information in strictest confidence, not to

make use thereof other than for the performance of this Agreement, to release it only

to employees requiring such information, and not to release or disclose it to any other

party.

2.15 The bidder will have to furnish his quotation for CMC for 5 years along with his bid

which will be considered for price evaluation purpose. The quoted CMC rates per

annum must not exceed 10% of the total purchase amount of equipment which would

include free replacement of any part / component, if required, during the period of

the contact.

2.16 The Party No.2 should provide preventive maintenance, corrective maintenance and

break down calls for the items brought under the CMC agreement. All problems shall

be reported by the Party No. 1 or consignee/indenter/Government Hospital or

Institute over a Phone Call, Email or on web portal provided by Party No.2 for this

purpose.

2.17 The Party No. 2 shall conduct Preventive Maintenance and general servicing

(including but not limited to inspection, testing, satisfactory execution of all

diagnostics, cleaning and removal of dust and dirt from the interior of the

Equipment, checking and testing parts and necessary repairing of the Equipments) at

least 4 times in a calendar year.

2.18 Payment shall be made on yearly basis on production of actual bill and service job

card duly signed and filled by the consignee/indenter/Government Hospital or

Institute.

2.19 The Party No. 2 shall be at obligation to prepare and maintain the service job card as

per Annexure – III (providing details of service performed and parts if any changed).

This service job card shall have to be counter singed by the concerned officer/ officer

authorized by the consignee/indenter/Government Hospital or Institute. Service job

card shall have to be made available to the Party No.1 at the time of production of

bills. Unless the Party No. 2 provides the said service job card, no remaining payment

shall be disbursed in favour of Party No. 2.

If tenderer refuses or fails perform the obligations confirmed in CMC contract, his

entire Security Deposit will be forfeited and he would be debarred from future

business with GMSCL. Further, if the tenderer fails to provide "Satisfactory service"

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

69 SIGNATURE & STAMP OF TENDERER

during CMC period, 4% of total purchase amount of the equipment shall be forfeited

from Security Deposit. For this purpose, Satisfactory Service would mean

(a) Attending to complaint within 48 hours of lodging the complaints.

(b) Ensuring repair / replacement of defective parts and making the equipment

operational within 7 days of lodging the complaints.

(c) Providing quarterly preventive maintenance visit.

If supplier fails to fulfil his contractual obligation of CMC and repair / equipment

operational within 30 days of lodging the complaints, the entire security deposit will

forfeited and the supplier would be debarred from future business with GMSCL.

Tenderers will also have to guarantee regular and timely supply of all the spare parts

required for the normal working of the item at a cost not exceeding the cost of such a

part charged to any other Government organization. Further, all the preventive and

breakdown maintenance visits during CMC by the tenderer along with

acknowledgement of consignee will have to be intimated to GMSCL (through email /

fax) within 48 hours.

2.20 Qualified maintenance engineers totally familiar with the equipments shall perform

all repair and maintenance service described herein.

2.21 Failure in adhering to any of the terms and conditions mentioned in the scope of

work shall invite invocation of penalty clause as well as penal actions as per terms

and conditions of A.T and Tender Document. If the service level as above is not

maintained, security deposit submitted by the Party No.2 shall be forfeited by the

Party No. 1.

2.22 Payment will be made on yearly basis and after successful and satisfactory

performance of the contract.

2.23 In case of invocation of penalty clause (clause No. 2.19, 2.21) the amount of penalty

shall be deducted from the pending bills of the Party No.2 or from the amount of the

security deposit. In case the performance of the Party No. 2 is found to be

unsatisfactory or in case the Party No. 2 fails to attend the complaint on more than

three occasions, the total amount of security deposit shall be forfeited by the Party

No.1 without any notice.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

70 SIGNATURE & STAMP OF TENDERER

2.24 Notwithstanding the provisions mentioned herein, the Party No.1 shall have the right

to cancel the contract for any default on the part of Party No.2 due to non-

performance or unsatisfactory performance thereof.

2.25 Machines that are not in a working condition at the time of signing of contract will not

be included in the CMC. In such cases, these shall be included only after making it in a

working condition, for which the cost will be charged extra.

2.26 The Party No. 2 shall maintain a written maintenance and repair log and shall record

therein each incident of the equipment malfunction, date and time of commencement

and successful completion of repair work and nature of repair work performed at the

site.

2.27 Force Majeure shall mean and be limited to the following:

a) War / hostilities

b) Riot or Civil commotion

c) Earthquake, flood, tempest, lightening or other natural physical disaster.

d) Restrictions imposed by the Government or other statutory bodies which

prevents or delays the execution of the order by the Party No. 3.

2.28 Completion period may be extended to circumstances relating to Force Majeure by

the Customer. The Second Party shall not claim any further extension for completion

of work before the said stipulated period. Customer shall not be liable to pay extra

costs under any conditions.

2.29 The contract will be initially valid for one year period from the date of signing of this

agreement and may be renewed further, which is at the discretion of the Customer

and based on the satisfactory services provided by the Party No.2.

2.30 The Agreement shall be governed by Indian Law and both the parties consent to the

jurisdiction of Gandhinagar and Ahmedabad Courts in all matters regarding the

Agreement.

3.0 Arbitration Clause:

In event of any question, dispute or difference arising under this agreement or under

these terms and conditions the same shall be referred to the sole arbitrator, an officer

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

71 SIGNATURE & STAMP OF TENDERER

in the Legal Department or any other officer appointed by the Managing Director of

Gujarat Medical Services Corporation Limited (Party No.1). It will not be objected that

the arbitrator is Govt. Servant that he had to deal with the matter which the

contract/agreement is related or that in course of his duties as Govt. Servant he has

expressed views on all or any of the matters in dispute or difference. The award of the

arbitrator shall be final and binding on the parties to this contract. In the event of the

arbitrator dying, neglecting or refusing to act or resigning or being unable to ace for

any reason or his award being set aside by the court for any reason, it shall be lawful

for the Managing Director of GMSCL, Gandhinagar to appoint another arbitrator in the

manner aforesaid.

It is further a term of this agreement that no person other than person appointed by

the Managing Director of GMSCL, Gandhinagar, as aforesaid should act as arbitrator.

The arbitrator may from time to time with consent of all the parties to the agreement

enlarge the time for making the award. Upon every and any such reference, the

assessment of the costs incidental to the reference and award respectively shall be at

the discretion of the arbitrator. Subject as aforesaid the Arbitration Act. 1940 and

rules thereunder and any statutory modifications thereof turns under this clause.

Work under the agreement shall if responsibly possible, will continue during the

Arbitration proceedings and payment due to or payable by the Party No.1 or Party

No.2 shall be withhelded on account of such proceedings. The venue of arbitration

shall be the place where the office of Party No.1 is situated or any other place as

arbitrator or Managing Director, GMSCL (Party No.1) at his discretion may determine.

In this clause the expression “Managing Director” of Gujarat Medical Services

Corporation Limited for the time being includes, if there be no Managing Director of

GMSCL, Gandhinagar, the officer who is for the time being the administrative head of

the Managing Director of GMSCL, Gandhinagar whether in addition to other functions

or otherwise.

IN WITNESS WHEREOF the parties have caused this Agreement to be executed by the

hands of duly authorised representatives on the day, month and year first before

written.

Signed by Signed by

(Signature with Seal) (Signature with Seal)

ON THE PARTY NO.1 ON THE PARTY NO.2

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

72 SIGNATURE & STAMP OF TENDERER

Annexure-‘R’

Government of Gujarat,

Finance Department, GR. No. EMD/10/2015/508/DMO

Date 27/04/2016

{A} Guarantees issued by following banks will be accepted as SD/EMD on

permanent basis

(1) All Nationalized Banks including the Public Sector Bank – IDBI Ltd. (2) Private Sector Banks – AXIS Bank, ICICI Bank and HDFC Bank.

{B} Guarantee issued by following Banks will be accepted as SD/EMD for period up

to March 31, 2017. The validity cut-off date in GR is with respect to date of

issue of Bank Guarantee irrespective of date of termination of Bank

Guarantee.

1) Kotak Mahindra Bank 2) Yes Bank 3) RBL Bank (The Ratnakar Bank Ltd.) 4) Induslnd Bank 5) Karur Vysya Bank 6) DCB Bank 7) FEDERAL Bank 8) SOUTH INDIAN Bank 9) The Kalupur Commercial Co-operative Bank Ltd. 10) Rajkot Nagarik Sahakari Bank ltd. 11) The Mehsana Urban Co-operative Bank Ltd. 12) Nutan Nagarik Sahakari Bank Ltd. 13) Dena Gujarat Gramin Bank 14) Saurashtra Gramin Bank

All the eligible banks are instructed to collect the original documents /

papers of guarantee from the concerned tendering authority.

Sd/-

(Roopwant Singh)

Additional Secretary (Budget)

Finance Department.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

73 SIGNATURE & STAMP OF TENDERER

Annexure-‘S’

Important Point to be verified before submission of tender

(1) If you are participating in the tender as an Indian manufacturer than kindly attach

below document.

- SSI (Gujarat Based) with CSPO/NSIC/DGS&D registration certificate for exemption in Tender Fee & EMD.

- Chartered Account Certificate in original showing year wise production and sales for quoted product for last three years.

OR

If you are participating in the tender as an Authorized representative for

imported component than kindly attach below document.

- Authority letter, which should clarify that you are a regular supplier of products of that

manufacturer for last three years preceding the date of Technical Bid Submitted authority

letter should be notarized.

- Notarized copy of the agreement between manufacturer and bidder authorizing the bidder

to be the authorized distributor of the manufacturer.

- Notarized copies of at least 3 supply orders and satisfaction reports from the users for any

of the product of the manufacturer company (whose product has been quoted) supplied by

the bidder during past 3 years.

- Notarized authorization from the manufacturer that the bidder is authorized to provide

after sales services and spare parts / consumable support for the entire duration of the

contract including Warranty and CMC of the product.

- Notarized certificate from manufacturer that particular division of its subsidiary dealing

with the product in question is not participating directly in any tender across the country

since immediate past one year (at least) prior to the last date of this tender or if subsidiary

company does not exist in India, notarized certificate from manufacturer that it does not

have subsidiary company in India.

OR

If you are participating in the tender as a Subsidiary Company than kindly attach

below document.

(a) Documents that you are 100% subsidiary company of your foreign manufacture.

(2) EMD & Tender fee for non SSI & CSPO/NSIC/DGS&S UNIT

(3) Exemption in EMD & Tender Fee for only Gujarat Based SSI & CSPO/NSIC/DGS&S

Unit

(4) Original / Notarized Turnover Certificate issued by Charted Accountant for Last

Three Years and average annual Turnover of the last three years should not be less

than 2 Crores. Relaxation applicable as mentioned in condition.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

74 SIGNATURE & STAMP OF TENDERER

Annexure-‘T’

Common deficiency observed in the Primary Scrutiny of the Tender document

- Non submission of Online Tender.

- Non submission of Physical document before stipulated time & date.

- Non submission of EMD & Tender Fee or submission of less EMD or Tender fee.

- Non submission of EMD & Tender Fee for non-Gujarat based SSI-CSPO/NSCI/DGS&D Unit.

- Non submission of CA certificate for Last financial year.

- Non submission of CA certificate with Production & Sales data.

- Non submission of letter issued by foreign manufacturer saying that particular Indian

company is our Subsidiary Company.

- Non submission of authority letter clearly indicating that the bidder possesses three year

experience as authorized distributors.

- Non submission of authority letter without notary.

- Non submission of notarized copy of the agreement between manufacturer and bidder

authorizing the bidder to be the authorized distributor of the manufacturer.

- Non submission of notarized copies of at least 3 supply orders and satisfaction reports from

the users for any of the product of the manufacturer company (whose product has been

quoted) supplied by the bidder during immediate past 3 years preceding the last date of

tender.

- Non submission of notarized authorisation from the manufacturer that the bidder is

authorized to provide after sales services and spare parts / consumable support for the

entire duration of the contract including Warranty and CMC of the product.

- Non submission of notarized certificate from manufacturer that its subsidiary company is

not participating directly in any tender across the country.

- Non submission of notarized certificate from manufacturer regarding the same would suffice

and documents pertaining to authorized distributor or subsidiary company can be dispensed

with.

- Non submission of Turnover certificate for Last financial year.

- Non submission of Turnover Certificate issued by CA that indicate last three years’ average

turnover is below Rs.2.00 crores.

- Unaudited Turnover data will be acceptable for last year if the company can undertake to

provide the audited data before award of contract.

- Non submission of Higher Price - Lower Price certificate.

- Non submission of Literature for quoted model.

- Non submission of Marketing Data.

- Non submission of Valid Sales Tax Clearance Certificate / Challans of last four quarters.

- Non submission of ISI certificate if asked with ISI product.

- Non submission of AERB certificate for quoted model. (where applicable)

- Non submission of IEC certificate. (where applicable)

- Non submission of Affidavit for quoting other manufacturer’s accessories / attachment for

equipment (wherever applicable)

- Non submission of required documents as per list of Annexures

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

75 SIGNATURE & STAMP OF TENDERER

Annexure - U

(Shall be submitted on letter head of firm)

Declaration by the Bidder regarding Qualification

In relation to my / our bid submitted to Managing Director, Gujarat Medical Services

Corporation Limited, Block No.14, Dr Jivraj Mehta Bhavan, Gandhinagar for

procurements of ……………………………… (Name of item) …………………. in response to

their item inviting No. …………………. Dated ……………….. I/We hereby declare that:

1. I/We possess the necessary professional, technical, financial and managerial

resources and competence required by the bidding document issued by the Procuring

Entity;

2. I/We have fulfilled my/our obligation to pay such of the taxes payable to the Union

and the State Government or any local authority as specified in bidding document.

3. I/We are not insolvent, in receivership, bankrupt or being wound up, not have my /

our affairs administered by a court or a judicial officer, not have my / our business

activities suspended and not the subjected of legal proceedings for any of the

foregoing reasons.

4. I/We do not have and our directors and officers not have been convicted of any

criminal offence related to my / our professional conduct or the making of false

statement or misrepresentations as to my/our professional conduct or the making of

false statements or misrepresentations as to my/our qualifications to enter into a

procurement contract within a period of three years preceding the commencement of

this procurement process, or not have been otherwise disqualified pursuant to

debarment proceedings;

5. I/We do not have a conflict of interest as specified in the Act, Rules and the Bidding

Document, which materially affects fair competition.

6. I/We do not have any past history of debarment with GMSCL for any of the firm(s)

where I/we acted as promoter.

7. I/We hereby confirm that we have deposited all the VAT / Sales Tax / CST as on dated ……………… with the concerned authority / department. NO VAT / CST is due on the firm as on dated………………….

Date: Signature of bidder

Place: Name:

Designation:

Address:

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

76 SIGNATURE & STAMP OF TENDERER

Annexure - V

(On Firm's letter head)

Production Capacity Declaration and Undertaking

(for Indian manufacturer only)

(On Non Judicial Stamp paper worth Rs.200/- Amend by Notary Public)

1. I/We ……………………………… (Name of firm) ……………………. do hereby declare that we have installed

manufacturing capacity of quoted item in specified units in the bid as detailed below:

Sr. No. Quoted item details & code No.

Monthly capacity in all shifts

(in nos.)

Annual production

capacity (in nos.)

Monthly supply commitment to GMSC (in nos.)

Annual supply commitment

to GMSC (in nos.)

1 2 3 4 5 6 1 2 3

2. I/We certify that the quoted model (of quoted item) is of latest technology and is not outdated. 3. I/We certify that the rates (of quoted item) are reasonable and not sold on lower rates to anyone than charged

from GMSCL. 4. I/We do hereby accept condition of comprehensive warranty period with spare parts of each quoted equipment

as per terms & condition or technical specifications. (From the date of installation / demonstration). 5. (a) I/We do hereby undertake that our company/firm has not been black listed / banned / debarred by Union

Govt. or any State Govt. or their subordinate departments from participation in bidding. (b) I/We do hereby declare that our company/firm has been black listed / banned / debarred by

……………………………………….. (Name, Address of Govt./Deptt./State) and detailed information is as given below:

(i) Cause of black listing / banning / Debarring (ii) For which item…………………………….. (iii) Period of black listing / banning / Debarring. (iv) Latest Status of black listing / banning / Debarring.

Signature of Authorized Signatory Place: Name and Signature of Bidder Date: Designation with seal

CERTIFICATE FROM CHARTERED ENGINEER

(To be produced if tender quantity is more than 1000 units)

Certified that I have personally verified the facts as stated above and have found them to be correct.

Further the bidding from M/s………………………… possess requisite production capacity to participate in

Tender Enquiry No………………………….. floated by GMSCL.

Name & Signature with address & contact detail

Note: Certificate from Chartered Engineer would be submitted with Production Capacity Declaration and

Undertaking where tender quantity is more than 1000 units. Otherwise only Production Capacity Declaration

and Undertaking should be submitted with the tender.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

77 SIGNATURE & STAMP OF TENDERER

Annexure - W

Statement of Plant & Machinery

(On non-judicial stamp paper of Rs.50/-)

(CA Certified)

(i) List of Plant & Machinery available for production of equipment

(ii) List of items manufactured by the bidder.

(iii) Area of unit with working space & authority letter of allotment.

(iv) Stock position of raw material.

(v) Registration certificate for manufacturing unit / S.S.I. unit from Industries department.

(vi) Man power status / details.

(vii) List of equipment for quality control measures including details of Quality Control

Laboratory, if any

(viii) Certificate from Govt. Agency / Charted Engineer for production capacity assessment.

(ix) Any other information.

(Name)

Signature of Bidder with Seal

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

78 SIGNATURE & STAMP OF TENDERER

Annexure - X

List and rates consumables

The ……………………….. (Name & brand of equipment) …………………………….. has the following requirement pf Reagents, Consumables & Spares without which this equipment cannot be made Operational/ functional. All the reagents, chemicals, consumables and spares are covered under comprehensive maintenance contract except given below:-

(a) The list of reagents & chemicals:-

Sr. No. Name of Reagents &

Chemicals Packaging Unit Price Rs. Per

Unit Remark

1

2

3

Soon

(b) The list of consumables:-

Sr. No. Name of Consumable Packaging Unit Price Rs. Per

Unit Remark

1

2

3

Soon

(c) The list of spares parts:-

Sr. No. Name of Spare parts of

equipment Packaging Unit Price Rs. Per

Unit Remark

1

2

3

Soon

The above mentioned rates (after negotiation, if any) would be fixed for the entire duration of contact including CMC & Warranty.

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

79 SIGNATURE & STAMP OF TENDERER

Annexure - Y

Bank Details for RTGS

Sr. No. Details Bank Detail

1 Beneficiary Name & Postal Address

2 Name of Bank

Branch Name & Address

Branch Code no.

Branch manager Mobile No.

Branch Telephone No.

Branch E-Mail Id.

3 P Digit code number of bank and

branch appearing on the MICR cheque

issued by the bank.

4 IFSC Code of the Branch

5 Type of Account

6 Account Number

7 Name of Owner

8 Mobile Number

9 E-Mail ID

We hereby declare that the particulars given above are correct and complete. If the

transaction is delayed or not effected at all for reasons of incomplete or incorrect information,

we would not hold institution responsible.

Date:

Place: Sign.with stamp

B a n k C e r t i f i c a t e

We certified that .................................................................................. has account

No.................................... with us and we confirm that the bank details given above are correct as per

our records.

Date:

Place: Signature & Seal of Bank

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

80 SIGNATURE & STAMP OF TENDERER

PRIMARY SCRUTINY SHEET (ONLINE / PHYSICALLY)

TENDER NO: GMSCL/E.P./ -______________________________ OPENED ON ___

ITEM: ____________________________________________________________

____________________________________________________________ (QTY./R.C. BASIS)

Sr.

No. List of Documents and other Terms

NAME OF TENDERER

Page No.

[1] Tender Online submitted by

(a) Manufacturer

(b) Authorized representative / dealer for imported components

(c) Subsidiary company of foreign manufacturer.

(d) Exclusive entity in India floated by manufacturer to trade in the product (wherever applicable)

[2] (a) C.A. Certificate for last three year as per T.E. Co. No. 3.2(a) for Indigenous Articles

(b) (i) 3 Years experiences as per T.E. Con. No. 3.3

(ii) Notarized Authority Letter

(iii) Notarized Agreement as per T.E. Con. No. 3.3.1

(iv) Notarized supply order/satisfaction report as per T.E. Con. No. 3.3.2

(v) Notarized authorization from manufacturer for service and spare parts / consumable support for entire duration of the contract as per T.E. Con. No. 3.3.3

(vi) Notarized certificate as per T.E. Con. No. 3.3.4

(c) For subsidiary Co.

(i) Documents of 100% subsidiary of their foreign

Mfg. as per T.E. Con. No.3.4

(d) In case the bidder is exclusive entity in India floated by manufacturer

(i) Notarized supply order/satisfaction report as per T.E. Con. No. 3.3.2

(ii) Notarized authorization from manufacturer for service and spare parts / consumable support for entire duration of the contract as per T.E. Con. No. 3.3.3

[3] Turnover certificate of C.A. for last 3 years as per T.E. Con. No 6.21 for all bidder firms.

[4] E.M.D.

[5] Literature

[6] Technical Bid

[7] Affidavit of HP/LP Certificate

[8] Marketing Data / Installation

[9] Manufacturing Certificate:-

SSI

CSPO

NSIC / DGS&D

Tender Document for Medical Equipment, Surgical items, Hospital Furniture & Other Miscellaneous Items

81 SIGNATURE & STAMP OF TENDERER

ISO

Other

[10] Sales Tax Clearance Certificate/ Challans

[11] Confirmation of D.P.

[12] Confirmation of Payment terms.

[13] Confirmation of Place of Delivery.

[14] (i) ISI Certificate of last one year.

(ii) Valid ISI certificate as per T.E. Con. No.6.2

[15] Partnership deed/ Memorandum / Article of Association.

[16] I.E.C. Certificate for Imported Articles

[17] A.E.R.B. Certificate (if applicable)

[18] Notarized copy of valid SSI registration. as per T.E. Co. No. 4.1.9

[19] Notarized copy of C.A. / Company secretary Certificate for SSI unit as per T.E. Co. No. 4.1.9

[20] Notarized Copy of latest audited annual balance sheet and investment in Plant and machinery as per T.E. Co. No. 4.1.9

[21] Affidavit for quoting other manufacturer’s accessories / attachment for equipment (wherever applicable)

[22] Format for Declaration by the Bidder regarding Qualification. (wherever applicable)

[23] Production Capacity Declaration and Undertaking (wherever applicable)

[24] Format for Statement of Plant & Machinery (wherever applicable)

[25] Format for List and rates consumables (wherever applicable)

[26] Remarks

[27] Acceptable (A) / Not Acceptable (N)

(page of )

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/ADM/ Corrugated Boxes/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Sr.No. 1 Rs.1,500/- (Rs. One thousand Five Hundred only) Sr.No. 2 Rs.1,500/- (Rs. One thousand Five Hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 4 Paper and paper products

14 Miscellaneous Industrial Products THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 01

Corrugated Box Large

Size : L45 x W30 x H30 cms.

21000 Boxes

Any where in Gujarat

22,680=00 7,56,000=00

2 02

Corrugated Box Small

Size : L30 x W25 x H25 cms.

6000 Boxes

Any where in Gujarat

4,140=00 1,38,000=00

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR /DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ADM/ Corrugated Boxes/2016-17

Name of Item : 01. # Corrugated Box ( Large Size : L45 x W30 x H30 cms.)

02. # Corrugated Box (Small Size : L30 x W25 x H25 cms.)

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) Large Size : L 45 x W 30 x H 30 cms., Weight: 750 gms. ± 50 gms., B.S. : 10 PSI ± 1 (Critical)

(2) Small Size : L 30 x W 25 x H 25 cms., Weight: 425 gms. ± 25 gms., B.S. : 10 PSI ± 1 (Critical)

(3) General Specification :

a Brand New, 5 ply, Brown colour craft paper with 120 GSM (2 Paper) & 150 GSM (3 paper) having B.F. 15 to 16, B.S.-15 PSI ± 2 and Weight 525 gms. ± 25 gms. (Critical)

b The cartoon should be printed as under. From: Manager (Logistic, Stores & Supply), Naroda- Ahmedabad/ Jamnagar/ Amreli/ Surat/ Vadodara/ Rajkot/ Himatnagar/ Bhuj/ Dahod. (Critical)

C Sample and its testing report should be submitted with tender. The testing charges will be borne by bidder. (Critical)

d Box is provided with 5 Pairs of stapler clips. (Critical)

e Supply should be in a bundle of 10 Boxes. (Critical)

Special Note : Rate should be quoted separately for each item in Online Commercial Bid Only. (Critical)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/ADM/ Hydraulic Trolley/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs. One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 ADM.01 Hydraulic Trolley

24

Nos. Anywhere in

Gujarat 11,160/- 3,72,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID T.E. NO.: GMSCL/ADM/ Hydraulic Trolley/2016-17 Name of Item : ADM.01 Hydraulic Trolley Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 M.S.Mack Trolly with 2 Nos. of 200 x 50 mm steer wheel & 80 x 90 mm of Nos. of nylon make load wheels with ZZ Bearing. (Critical)

2 Operation: 3 Position lever hand as well foot hydraulic Operated with fine adjustment of lowering speed. (Critical)

3 Hydraulic Unit: Sealed Type (Lupold type) single mould casted. (Critical)

4 Connecting Road: Square Pipe. (Critical)

5 Fork Size: 1120mm X 520mm (Non Critical)

6 Minimum height: 90mm (Non Critical)

7 Maximum height: 200mm (Non Critical)

8 Coating: 100% Powder Coated (Critical)

9 Steering Radius: 210 (Non Critical)

10 Capacity: 2500 kg (Non Critical)

11 Weight: 70 to 80 kg. (Non Critical)

Note: For measurement ± 10 % may be allowed

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/ADM/ Strapping Machine /2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs. One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 ADM.01 Semi Automatic

Strapping Machine 28 Nos.

Anywhere in Gujarat

46,800 /- 15,60,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/ADM/ Strapping Machine /2016-17

Name of Item : # ADM.01 Semi Automatic Strapping Machine Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) Strapping Speed : 1.5 second / Strap (Critical)

(2) Electrical Source : 220 V.A.C. Single Phase (Critical)

(3) Package Size : Min 60mm (Critical)

(4) Strap Width : 6mm to 15mm (Critical)

(5) Maximum Tension : 60 Kgs (Critical)

(6) Tension adjustment should be possible without opening the top of machine, external type. (Non-Critical)

(7) Heater Type : Special Alloy Steel (No.S. S) (Critical)

(8) Instant heating and Power Shut off during idle running. (Critical)

(9) Heating Roll Mounting Unit : M.S. Powder coated (No Plastic flange) (Critical)

(10) Machine Dimension : 900mm x 600mm x 750 to 850mm +/- 50 (Critical)

(11) Driving Motor : ¼ hp, 220v 200w (Critical)

(12) Motor Stops automatically when not is use within preset 60 second to save energy and prolong motor life (Critical)

(13) Machine will be on four legs with adjustable heights. There should be open space for roll loading and unloading, (Critical)

(14) Machine body loading at bottom. (Non-Critical)

(15) Caster Wheel : Lockable and Non-fix (Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/ADM/ Strapping Machine /2016-17

Name of Item : # ADM.01 Semi Automatic Strapping Machine Manufacture________________ Brand______________ Model__________________

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-449/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs.One Thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 449.01 Microsurgical

Instrument set 2 Nos.

Ahmedabad, Jamnagar

54,000/- 18,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-449/2015-16

Name of Item : # 449.01 Microsurgical Instrument set Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(A) SURGICAL MICROSCOPE

1 Optical properties 5 step magnification 2.3, 3.2, 5, 8.2, 19 X Inbuilt light source ( Critical)

2 Structure specifications ( Critical)

a Eyepiece : 12.5X ( Critical)

b Diopter adjustment: -5D to + 5D ( Critical)

c Inter pupillary distance : 55-75 mm ( Critical)

d Range of manual focusing or motorized focusing : 40 mm ( Critical)

e Speed of motorized focusing : 3mm/s ( Critical)

f Extended arm: 1040 mm (max.) ( Critical)

g Elevation stroke for spring arm : 350 mm ( Critical)

h Rotation angle : 270 degree ( Critical)

i The diameter of illumination field : 56- 80 mm ( Critical)

3 Electrical parameters ( Critical)

a Brightness : not less than 80000 Lux ( Critical)

b Halogen lamp : 15V/150W ( Critical)

c Power supply : 220V/50Hz or 110V/60Hz ( Critical)

d Mounting option : portable or fixed ( Critical)

e Inbuilt recording system AND LIVE VIDEO AND DIGITSL ACCESSORIES (Critical)

(B) Micro 250 TTL 2.5X Telescopic Loupes (Critical)

1 Magnifications Available : 2.5X (Critical)

2 Working Lengths Available : 25.4 cm to 61 cm (10” to 24”) (Critical)

3 Field View Available: 8 cm to 24 cm (Critical)

4 Frame Types Available : Half-Jacket, M- Standard Titanium (Critical)

5 Flip Ups or Fixed : Fixed (Critical)

6 Light Attachment Available : Yes (Critical)

7 Fiber optic light source (Critical)

(C) Microsurgical hand instruments (Set of 9) (Critical)

1 Microsurgical anatomic tissue pliers, straight, titanium (Critical)

2 Microsurgical tissue pliers, curved, titanium (Critical)

3 Microsurgical scissors, slightly curved, titanium (Critical)

4 Microsurgical needle holder, straight, titanium (Critical)

5 Microsurgical needle holder, curved, titanium (Critical)

6 Micro scalpel blade handle, titanium (Critical)

7 Microsurgical scalpel blade, reduced no. 15 pattern (Critical)

8 Microsurgical scalpel blade, double – sided (Critical)

9 Castroveio scissors (Critical)

(D) Optional Items

(1) Micro 250 TTL 2.5X Telescopic Loupes (As per above B)

(2) Microsurgical hand instruments (Set of 9) (As per above C)

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-449/2015-16

Name of Item : # 449.01 Microsurgical Instrument set Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE: Optional Items rate must be Quoted in Commercial Bid Only.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-380/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs.One Thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 380.01 Pediatric Fiberoptic

Bronchoscope 1 No. Ahmedabad 30,000/- 10,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-380/2016-17

Name of Item : # 380.01 Pediatric Fiberoptic Bronchoscope Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 The flexible fiberoptic bronchoscope is a gold standard for difficult intubation. (Critical)

2 The flexible Fiberoptic Bronchoscope should be supplied complete with light source and trolley. (Critical)

3 Demonstration of the system is essential. (Critical)

4 Light weight, high resolution bronchoscope with light cable (Critical)

5 Field of view 90 degrees or more (Critical)

6 Depth of field 3 mm to 50 mm or better. (Critical)

7 Distal end diameter 2.8 mm approximately. (Critical)

8 Should allow a minimum 4 mm I.D. endotracheal tube to be mounted easily. To be demonstrated. (Critical)

9 Bending range UP 180 degree or DOWN 130 degree. (Critical)

10 Working length 50 cm or more. (Critical)

11 Total length 91 cm or less . (Critical)

12 Channel diameter 1.2 mm or more. (Critical)

13 Autoclavable suction valve to avoid risk of cross contamination. (Critical)

14 Channel cleaning brush (Critical)

15 Telescopic eyepiece for direct compatibility to CCTV system, WITH SUITABLE ADAPTOR IF NEEDE. (Critical)

16 Light cable of adequate length for connecting to the halogen light source. (Critical)

17 Fully immersible in disinfectant solution (Critical)

18 Leak testing facility should be provided. (Critical)

19 Product should be FDA/CE (Critical)

20 Halogen Light Source : (Critical)

a) Compact and light weight for easier transportability.

b) Should have 150 Watts halogen lamp with standby lamp option.

c) Should have in-built Air pump.

d) Additional 4 mos bulbs to be included.

e) Should be compatible with flexible endoscope.

f) Should be manufactured by the same company as the endoscope.

21 The unit shall be capable of operating continuously in a wide range of ambient temperature and relative humidity. (Critical)

22 The unit shall be capable of being stored continuously in a wide range temperature and relative humidity. (Critical)

23 Power input to be 220-240 VAC, 50Hz (Critical)

24 User Manual in English. (Critical)

25 Maintenance Manual in English. (Critical)

26 User list to be provided with performance certificate. (Critical)

27 Flexible Fiberoptic Bronchoscope – 01 (Critical)

28 Light Source, Halogen – 01 (Critical)

29 Cleaning/maintenance kit including container for disinfectant solution – 1set; (Critical)

30

Should have local service facility. The service provider should have the necessary equipments recommended by the manufacture to carry out preventive maintenance test as per guidelines provider in the service/maintenance manual. (Critical)

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-380/2016-17

Name of Item : # 380.01 Pediatric Fiberoptic Bronchoscope Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

31 Should train the identified faculty and staff nurse of the hospital for regular use, cleaning, disinfection, and leak tests. (Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-395/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs. One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 395.01 Monocular Microscope

80 Nos. Himmatnagar 36,000/- 12,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-395/2016-17

Name of Item : # 395.01 Monocular Microscope Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) Viewing Head: Monocular Head inclined at 30 Degree to 45 Degree, 360 Degree Rotatable. (Critical)

(2) Eyepiece: Wide Field Eyepiece WF 10x / 15x / 18x. (Critical)

(3) Objective: Plan Achromatic Objective 4x, 10x, 40x, 100x. (Critical)

(4) Nosepiece: Quadruple Nosepiece (Critical)

(5) Stage: Mechanical Stage 130 to 140 x 130 - 140mm (Critical)

(6) Condenser: Abbe NA1.25 with Iris Diaphragm and Filter. (Critical)

(7) Illumination: Koehler illumination, Built-in. (Critical)

(8) Illumination, Halogen Lamp 6V/20W. (Critical)

(9) Filter: Blue Filter (Non-Critical)

(10) Should be provided with suitable UPS with maintenance free batteries for minimum 1 Hour backup should be Supplied with the System. (Critical)

(11) Must provide following Accessories: (Critical)

(a) Six Lamps

(b) Vinyl Cover

(c) Cleaning brush

(12) Operating Manual. (Critical)

(13) ISO / CE marked / FDA certified. (Critical)

(14) Must provide list of End users

(15) Service engineer to be based in Gujarat preferably.

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-370/RI-F-169/2016-17

Name of Item : # 370.01 Operating Microscope (Obs. and Gyn.) Manufacture________________ Brand______________ Model__________________

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-398/RI-E-358/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1500/- (Rs. One Thousand Five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 398.01 Microscope

(Monocular+Binocular) 25 Nos. Ahmedabad 26,250/- 8,75,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-398/RI-E-358/2016-17

Name of Item : # 398.01 Microscope (Monocular+Binocular)

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 As per ISI specification (Critical)

2 Standard monocular/binocular body (Critical)

3 Tube Inclined upto 90 degree. (Critical)

4 Tube length 160mm with revolving triple nose piece. (Critical)

5 Separate coarse and fine slow motion focusing knobs. (Critical)

6 Stage size 120x120mm with mechanical stage. (Critical)

7 And fixed with provided Moveable sub stage condenser N.A. 1.25 with iris diaphragm (Critical)

8 Self illuminated as well as illumination by plan concave reflector. (Critical)

Supplied with standard Accessories:

a) Achromatic objectives: 10x, 40x/45x SL, oil immersion 100x (Critical)

b) Huygenian eyepeices : 5x & wf 10x (Critical)

c) Sub stage lamp 220v ac as replacement of reflector (Critical)

Operation manual with user demonstration video CD. (with SOP in Gujarati)

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-401/RI- F-67/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs. One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 401.01 Laboratory

Micromotor 24 Nos.

Anywhere in Gujarat

18,000/- 6,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-401/RI- F-67/2016-17

Name of Item : # 401.01 Laboratory Micromotor

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) Speed range-0-45000 rpm (Critical)

(2) Collet size : 3/32” (Critical)

(3) Bur size : 2.35mm (Critical)

(4) Voltage : DC30V (Critical)

Operation manual with user demonstration video CD. (with SOP in Gujarati)

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-402/RI-F-41/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs. One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 402.01 Ultrasonic Instrument

Cleaner 38 Nos.

Anywhere in Gujarat

57,000/- 19,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-402/RI- F-41/2016-17

Name of Item : 402.01 Ultrasonic Instrument Cleaner Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Ultrasonic instrument cleaner 45 Ltr.

1 Dimension of tank should be approximately 500 mm x300 mm x 300 mm. CRITICAL

2 Should have ultrasonic oscillator technology for gentle and precise cleaning. CRITICAL

3 Should meet International protection IP66. CRITICAL

4 Accessories to be included are two baskets and lid NON CRITICAL

5 Increased distribution of ultrasound energy for Improved cavitations NON CRITICAL

6 Simple and easy - to - read controls. NON CRITICAL

7 Low noise levels less than 45dB CRITICAL

8 Temperature range from 30 to 80 degree CRITICAL

9 Heating temperature and cleaning time control by microprocessor. CRITICAL

10 Electrical requirement for 230v 50 Hz. 15 amp. (15 amp plug point)

11 Table space requirement max 600 X 400 mm CRITICAL

12 Water connection ½”. Near machine. NON CRITICAL

13 Drain should be through ROTATING KNOB in machine. CRITICAL

14 Should be CE and/or FDA approved CRITICAL

Operation manual with user demonstration video CD. (with SOP in Gujarati)

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-402/RI- F-41/2016-17

Name of Item : 402.01 Ultrasonic Instrument Cleaner Manufacture________________ Brand______________ Model__________________

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-405/RI-E-215/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs.One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 405.01 Neonatal Digital Weighing Scale

35 Nos. Anywhere in

Gujarat 15,750/- 5,25,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-405/RI-E-215/2016-17

Name of Item : # 405.01 Neonatal Digital Weighing Scale Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(A) Technical specifications:

(1) Scale, Baby, Electronic, 10KG. <1 gm > (Critical)

(2) Electronic scale for weighing babies (Critical)

(3) Measuring range 0 to approx 10 kg (Critical)

(4) Minimum graduation: 1 gm (Sensitivity) (Critical) The Sensitivity of the machine should be (1 gm) i.e. minimum measurement should be 1gm.

(5) With tare function (Critical)

(6) On switch and auto-off (Critical)

(7) Auto-calibration with each scwitch-on (Critical)

(8) Large LED display readable in low light working situations, display cover durable plastic (Critical)

(9) Display in kg and lbs, easy switch between kg and lbs (Non-Critical)

(10) Readingtime max 5seconds (Critical)

(11) Zero weighing adjustment (Critical)

(12) Freeze reading feature (Non-Critical)

(13) Smooth surface/fnishing allows for easy cleaning/disinfection (Critical)

(14) All vital parts made of rust proof materials (Critical)

(15) Horizontal levelling with height adjustable feet (Critical)

(16) Splash proof and shock resistant light-weight body (Critical)

(17) Power requirements: 220V/50Hz (Critical)

(18) Power consumption: 150W (Critical)

(19) Device is produced by ISO 9001 certifed manufacturer (Critical)

(20) Device is safety certified according CE 93/42, FDA 510k or equivalent (Critical)

(B) Supplied with:

(1) 1 x spare set of fuses (Critical)

(2) User manual with trouble shooting guidance, in English (Critical)

(3) Technical manual with maintenance and frst line technical intervention instructions, in English (Critical)

(4) List of priced accessories (Critical)

(5) List of priced spare parts (Critical)

(6) List with name and address of technical service providers in India (Critical)

(7) Training and installation at end-user site (Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-405/RI-E-215/2016-17

Name of Item : # 405.01 Neonatal Digital Weighing Scale Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-406/RI-F-266/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs.One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 406.01 Manikins for CVS / RS /Bowel Sound

Trainer 2 Nos.

Gandhinagar, Ahmedabad

18,000/- 6,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-406/RI-F-266/2016-17

Name of Item : # 406.01 Manikins for CVS / RS /Bowel Sound Trainer Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 Should have touch screen control unit (Critical)

2 All Normal and abnormal Lung sounds with variable breathing rate 0-60 bpm (Critical)

3 All Normal and abmormal Heart sounds with variable heart rate (Critical) 4 All Normal and abnormal bowel sounds (Critical) 5 Multiple Auscultation Speakers (Critical) 6 A Connection Cable (Critical) 7 Carry Case (Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-407/RI-F-267/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs.One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 407.01 Dermatoscope (Hand

End) With Video Photography

05 Nos.

Jamnagar, Rajkot, Gandhinagar, Ahmedabad,

Junagadh

30,000/- 10,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-407/RI-F-267/2016-17

Name of Item : # 407.01 Dermatoscope (Hand End) With Video Photography Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 In built light source with 6-LED or 3-LED illumination (Critical)

2 High resolution precision optics with achromatic lens system. (Critical)

3 Magnification- 10x (Critical)

4 Field of view- 23mm diam.(Non-Critical)

5 Contact plates(Critical)

6 Attached camera with facility of video photography. (Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-408/RI-F-268/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs.One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 408.01 Intense Pulse Light 2 Nos. Jamnagar,

Rajkot 30000/- 10,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-408/RI-F-268/2016-17

Name of Item : # 408.01 Intense Pulse Light Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) Light source- xenon lamp Wave (Critical)

(2) Wave length- 430,560, 485, 640, 700 nm. (Critical)

(3) Energy – 1 to 50J/cm2, Repetition rate- 1-3 Hz. (Critical)

(4) Frequency – 1 to 10HZ (Critical)

(5) Cooling enabled. (Non-Critical)

(6) Handle – 4 (Critical)

(7) Sport size : 60 mm (Length) - 15mm (width), 40mm (length) – 8mm (width) (Critical)

(8) Standard – US FDA APPROVED. (Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-409/RI-F-269/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs.One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 409.01 Fully Body Manikin

for CPR with feedback

2 Nos. Gandhinagar, Ahmedabad

30,000/- 10,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-409/RI-F-269/2016-17

Name of Item : # 409.01 Fully Body Manikin for CPR with feedback Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 Should have realistic anatomy including head tilt (CriticaL)

2 Compression depth (CriticaL)

3 Chin lift (CriticaL)

4 Compression force and chest rise (CriticaL)

5 Should have sensors indicates correct hand placement (CriticaL)

6 Should have Ventilation system provides appropriate chest rise with BMV (Bag Valve Mask) and MTM (Mouth to Mouth) (CriticaL)

7 Should have enhanced measurement and feedback capabilities (CriticaL)

8 Should have wireless connectivity with feedback touchscreen device / PC software (CriticaL)

9 Should have wireless connectivity with feedback touchscreen (CriticaL)

10 Should be compliant to latest AHA guidelines (CriticaL)

11 Simulate different chest stiffness’s - 2 extra springs supplied with hard, soft and medium (CriticaL)

12 Approximately 60 kg and soft spring .30 kg (approx.) Medium spring 45 kg (approx.) at guidelines depth installed at shipping (CriticaL)

13 Should provide clear feedback on how to improve their performance (CriticaL)

14 Should save and analyze training records (CriticaL)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-409/RI-F-269/2016-17

Name of Item : # 409.01 Fully Body Manikin for CPR with feedback Manufacture________________ Brand______________ Model__________________

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-410/RI-F-270/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs.One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 410.01 Mesopen 04 Nos.

Jamnagar, Gandhinagar, Ahmedabad,

Junagadh

24,000/- 8,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-410/RI-F-270/2016-17

Name of Item : # 410.01 Mesopen Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 Fully motorized Mesotherapy pen (Critical)

2 Silicon sealing (Critical)

3 Compulsory reciprocating action (Critical)

4 Silver nano coated needles (Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-411/RI-F-271/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs.One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 411.01 Derma Chair with

Derma Stool 04 Nos.

Rajkot, Gandhinagar, Ahmedabad,

Junagadh

18,000/- 6,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-411/RI-F-271/2016-17

Name of Item : # 411.01 Derma Chair with Derma Stool Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 Fully flexible, motorized, recliner chair operated by foot switch or hand control remote for front, back, up, down and rotation movement with hair transplant head (Critical)

2 Chair rotation- 180 degree (Critical)

3 Weight capacity- 50-100kg (Approx.) (Non Critical)

4 Dimension- total height- 50 inch (approx) (Non Critical)

5 Total length after recline- 60-70 inch (Non Critical)

6 Motor- imported D.C German motor (Critical)

7 Power supply- 230v, 50 Hz (Critical)

8 Power consumption- 100W Derma (Non Critical)

9 Derma stool : 350 – 360 swivel, adjustable height, stable, easy movement.(Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-433/RI-E-213/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs. One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 433.01 Operative

Microscope 01 No. Vadodara 24,000/- 8,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-433/RI-E-213/2016-17

Name of Item : # 433.01 Operative Microscope Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Ophthalmic Operative Microscope

[1] Magnification: Magnification range - 5x to 30x (critical)

[2] Eye Pieces: 12.5x or 10x eyepieces (critical)

[3] Objective Lens: F=200mm or F=175mm (critical)

[4] Illumination: Stereo Coaxial Illumination for uniform red reflex Surrounding field illumination. Intensity of both to be controllable. UV cutoff filter (critical)

[5] Light Source: 15V x 150W Or 12V x 100W Halogen lamp with backup of Halogen lamp. Changeover to backup halogen lamp in case of lamp failure (critical)

[6] Suspension System: Floor stand with wheels (Height approximate 150 cm) (critical)

[7] Depth of Focus: Minimum + / - 25mm. Total more than 45mm (critical)

[8] Field of Vision: At lowest magnification minimum 18mm (critical)

[9] Working Distance: From Patient to Surgeon's eye 36-40 cm. (critical)

[10] Achromatic Optics should be available (critical)

[11] Dual bulb system is must (critical)

[12] Variable tiltable tube should be available (critical)

[13] Binocular Tube for main surgeon: inclined tube 45 degree. (critical)

[14] Accessories: (critical)

a) Dust cover – 4 (critical)

b) Autoclvable knobs for handling (2 sets) (critical)

[15] Power supply: 220-240 V Compatible CVT – Compact, Noiseless, ISI (critical)

Standards and Safety (critical)

[a] Product should comply with CE standards or equivalent for Medical device (critical)

[b] IEC standard for product safety (critical)

[c] Manufacturer should have ISO or equivalent standard Certificate (critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-433/RI-E-213/2016-17

Name of Item : # 433.01 Operative Microscope Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

_______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-466/RI-F-93/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs. One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 466.01 Perimeter 01 Nos. Anywhere in

Gujarat 22,800/- 7,60,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-466/RI-F-93/2016-17

Name of Item : # 466.01 Perimeter Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) Type of Perimeter: Projection Perimeter (Critical)

(2) Light source: Halogen Lamp (Critical)

(3) Range of measurement: Temporal 90 degrees, Nasal 60 degrees, Superior 80 degrees, Inferior 80 degrees. (Critical)

(4) Bowl Diameter: 30cm. (Critical)

(5) Bowl illumination: 31.5 asb. (Critical)

(6) Stimuli Size: Goldmann I to V (Critical)

(7) Range of Stimuli Intensity: 0 to 10,000 asb (Critical)

(8) Stimulus duration: 200 milisecond (Critical)

(9) Database: Clinically validated age matched normals including Asian/Indian Eyes. (Critical)

(10) Fixation monitoring: Heijl Krakau method, Video Eye Monitor, Gaze Tracking. (Critical)

(B) Type of tests:

(i) Screening:- Central 40,64,76,80 and Armaly (Critical)

(ii) Thresholding : 24-2,30-2,10-2, Macula, 60-4 (Critical)

(iii) Nasal Step (Critical)

(iv) User defined test possible white on white Perimetry standard (Critical)

(v) Short wave Automated Perimetry to be available as built in feature. (Critical)

(11) Foveal Threshold: To be available as standard. (Critical)

(12) Data Transfer: Through Networking to external computer. (Critical)

(13) Glaucoma Hemifield test: To be available standard. (Critical)

(14) Glaucoma Progression Analysis: Should highlight change from selected baseline to indicate progression of Glaucoma after correcting for ocular media defect. (Critical)

(15) Data Storage: Built in hard disk. (Critical)

(16) User Interface: Operation by touch screen / Mouse / Key board. (Critical)

(17) Accessories: Printer + CVT Dust Cover + Surgeon and patient Chair CMC 5 years. (Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/F-466/RI-F-93/2016-17

Name of Item : # 466.01 Perimeter Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

_______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-495/RI-F-360/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs. One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 495.01 Paediatric CPR

Mannequin 12 Nos.

Anywhere in Gujarat

36,000/- 12,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ F-495/RI-F-360/2016-17

Name of Item : # 495.01 Paediatric CPR Mannequin Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 Half body (Critical)

2 Anatomically correct landmarks showing xiphoid, navel, nipples and rib

cage should be identifiable(Critical)

3 Realistic compressions and (Critical)

4 Realistic Bag Valve Mask ventilations (Critical)

5 Head tilt(Critical)

6 Chin lift(Critical)

7 Jaw thrust(Critical)

8 Performance indicator to show (Critical)

a Correct inflation volume(Critical)

b Excessive inflation and(Critical)

c Correct depth of compression(Critical)

d Excessive depth of compression(Critical)

e Improper hand position(Critical)

f Too rapid inflation(Critical)

9 To be supplied with 1 manikin faces, 1 manikin airways, (Critical)

10 To be supplied a carrying case. (Critical)

11 To be supplied with directions for use. (Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ F-495/RI-F-360/2016-17

Name of Item : # 495.01 Paediatric CPR Mannequin Manufacture________________ Brand______________ Model__________________

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-496/RI-F-361/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs.One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 496.01 Airway

Management Trainer

9 Nos. Anywhere in

Gujarat 36,450/- 12,15,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ F-496/RI-F-361/2016-17

Name of Item : # 496.01 Airway Management Trainer Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 Life like head , neck, upper torso (Critical)

2

Should permit training for intubation- tracheal, pharyngeal,

oesophaseal. Oral, nasal. Endotracheal intubation, LMA, combitube.

(Critical)

3 Should permit training for ventilation bag, valve, tube/ face mask

ventilation. (Critical)

4 Should permit training for suction from the oral cavity, oropharynx,

nasopharynx (Critical)

5 Should allow demonstration of Sellick maneuver and laryngospasm

(Critical)

6 Should provide visual inspection of the lungs (Critical)

7 Should provide auscultation of the breath sounds (Critical)

8 Should provide manikin on sturdy board (Critical)

9 Should provide airway demonstration model (Critical)

10 Should provide concentrated simulated vomit (Critical)

11 Should provide airway lubricant (Critical)

12 Should provide carrying case (Critical)

13 Should provide directions for use (Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ F-496/RI-F-361/2016-17

Name of Item : # 496.01 Airway Management Trainer Manufacture________________ Brand______________ Model__________________

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-497/RI-F-362/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs. One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 497.01

Retinoscope

45 Nos. Anywhere in

Gujarat 27,000/- 9,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ F-497/RI-F-362/2016-17

Name of Item : # 497.01 Retinoscope Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 Retinoscope, self luminous type, halogen lamp 2.5V (Critical)

2 Generated streak long enough to intersect the axis scale of trial frame (Or refractor unit) (Critical)

3 Provision should exist for smooth and steeples rotation of stark throughout 360 degree. (Critical)

4 Focusing movement should permit plane and concave mirror (Critical)

5 Vergences with parallel and converging beam (adjustable beam) (Critical)

6 Powered by two dry cells R 20(ISI 8144) accommodated in large handle. (Critical)

7 One extra spare bulb in original padded case (Critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/F-498/RI-F-370/2016-17

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.1,500/- (Rs. One thousand five hundred only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 498.01 Operating

Microscope (Obs. and Gyn.)

13 Nos. Anywhere in

Gujarat 58500/- 19,50,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.3)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 3 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON. PLEASE SEE GENERAL TERMS & CONDITION NO.5.2.9 FOR DETAILS

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS [i.e. (i) 2012-13, 2013-14, 2014-15 FOR TENDER FLOATED ON OR BEFORE 30TH SEPTEMBER, 2016 AND (ii) 2013-14, 2014-15, 2015-16 FOR TENDER FLOATED AFTER 30TH SEPTEMBER, 2016]. THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.6.21 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 6.23 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ F-498/RI-F-370/2016-17

Name of Item : # 498.01 Operating Microscope (Obs. and Gyn.) Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) Microscope Section.

(a) 45 degree inclined binocular tubes or 90 degree straight binocular tubes. (Critical)

(b) 12.5x Wide Field eye pieces. (Critical)

(c) 3 step Magnification (7.5x 12.5x & 20x) or 5 Step Magnification (5x 7.5x, 12.5x, 20X & 30x) (Critical)

(d) Objective : F=200/250/300/400 mm (Critical)

(e) Working Distance : 200/250/300/400 mm (Critical)

(f) Distance Adjustment : 55mm to 75 mm. (Critical)

(g) Motorized Foot Focusing System. (Critical)

(2) Illumination Section :

(a) Type: By Optical Light Guide System. (Critical)

(b) Light Source: 15V/150W Halogen Lamp. (Critical)

(c) Illumination Control: Continuous Adjustment. (Critical)

(d) Field of illumination : 70mm (Critical)

(e) Filter : Cobalt Blue, Red-Free (Critical)

(f) Heat Absorbing Filter. (Critical)

(3) Stand Section:

(a) Type: Floor Stand. (Critical)

(b) Vertical Range of : 400mm (Critical)

(c) Counter Balanced Arm. (Critical)

(4) General Information:

(a) Base Size: 600mm x 550mm (Critical)

(b) Weight: 50kg Approx. (Critical)

(c) Height: 1550mm (Critical)

(d) Electrical Power: AC 220V, 240V, 50/60Hz or 110V (Critical)

(e) Power consumption: 220VA or 110 V. (Critical)

(5) Optional Accessories:

(a) Beam Splitter with Camera Mount. (Critical)

(b) CCD Camera. (Critical)

(c) Monocular Assistoscope. (Critical)

(6) System Configuration Accessories, spares and consumables.

(a) All consumables required for installation and standardization of system to be given of cost. (Critical)

(7) Environmental factors:

(a) Shall meet IEC-60601-1-2 : 2001 (Or Equivalent BIS) General Requirements of Safety for Electromagnetic Compatibility or should comply with 89/366/EEC; EMC- directive. (Critical)

(b) The unit shall be capable of operating continuously in ambient temperature of 20-30 deg C and relative humidity of 15-90% (Critical)

(c) The unit shall be capable of being stored continuously in ambient temperature of 0-50 deg C and relative humidity of 15-90% (Critical)

(8) Power Supply:

(a) Power input to be 220-240V AC, 50Hz fitted with Indian plug. (Critical)

(b) UPS of suitable rating with voltage regulation and spike protection for 60 minutes back up. (Critical)

(9) Standards, Safety and Training:

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ F-498/RI-F-370/2016-17

Name of Item : # 498.01 Operating Microscope (Obs. and Gyn.) Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(a) Should be FDA, CE, UL or BIS approved product. (Critical)

(b) Manufacturer should have ISO certification for quality standards. (Critical)

(c) Comprehensive training for lab staff and support services till familiarity with the system. (Critical)

(d) Shall be certified to be meeting safety standard IEC Particular requirements for the safety of endoscopic equipment. (Critical)

(10) Documentation:

(a) User/ Technical/Maintenance manuals to be supplied in English. (Critical)

(b) List of important spare parts and accessories with their part number and costing. (Critical)

(c)

Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page/para number of original catalogue/data sheet. Any point, if not substantiated with authenticated catalogue/manual, will not be considered. (Critical)

(d) Certificate of calibration and inspection. (Critical)

(e) List of Equipments available for providing calibration and routine Preventive Maintenance Support, as per manufacturer documentation isn service/technical manual. (Critical)

(f) Log Book with instructions for daily, weekly, monthly and quarterly maintenance checklist. The job description of the hospital technician and company service engineer should be clearly spelt out.

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

NOTE:- CMC rate shall be filled in commercial bid only. Please see general terms & condition no.5.2.9 for details.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

4

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/ F-498/RI-F-370/2016-17

Name of Item : # 498.01 Operating Microscope (Obs. and Gyn.) Manufacture________________ Brand______________ Model__________________

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER