9
1 BIDDING DOCUMENT Framework Contract for purchase of Ultrasound Machine in THQ HOSPITAL SAMUNDRI

BIDDING DOCUMENT Framework Contract for purchase of

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BIDDING DOCUMENT Framework Contract for purchase of

1

BIDDING DOCUMENT

Framework Contract for purchase of

Ultrasound Machine in

THQ HOSPITAL SAMUNDRI

Page 2: BIDDING DOCUMENT Framework Contract for purchase of

2

TENDER NOTICE FRAMEWORK CONTRACT FOR PURCHASE OF ULTRASOUND MACHINE IN THQ

HOSPITAL SAMUNDRI 2021-22

THQ HOSPITAL SAMUNDRI, invites sealed bids for the framework contract for purchase of

ultrasound machine for THQ HOSPITAL SAMUNDRI. The bidder must have authorization

/Distribution Certificate by the manufacturer.

Tender document with terms & conditions can be obtained from the office of undersigned after

paying tender fee of Rs. 2,000 /- (non-refundable) during office hours. Bidding documents may

also be downloaded from PPRA website (www.ppra.punjab.gov.pkThe interested bidders shall

submit their bids on the basis of Single stage two envelope procedure. The bid shall comprise a

single packet/envelope containing two separate envelopes of technical Proposal and Financial

Proposal as per PPRA Rules 2014.

Sealed bids must reach on 22 November 2021 till 10:00 am. with a Bid Security @ 2% of estimated

cost as mentioned in the Bidding Document, positively in the office of undersigned. In case of

official holiday on the date of submission, next day will be treated as closing date.

The technical proposals will be opened on the same date at 01:30PM in the Office of Medical

Superintendent THQ HOSPITAL SAMUNDRI and financial bid shall be opened on later date

informed to the technically qualified bidders.

The Medical Superintendent

THQ HOSPITAL SAMUNDRI.

Government of Punjab

Tel: 041-9240177

Page 3: BIDDING DOCUMENT Framework Contract for purchase of

3

TERMS AND CONDITIONS

GENERAL CRITERIA:

1. All the procurement procedures will be done strictly in accordance with the PPRA 2014

(amended up to Mar 2017 and any other subsequent amendments). Single stage/two envelops

bidding procedure shall be applied. The Envelops shall be marked as FINANCIAL PROPOSAL and

TECHNICAL PROPOSAL in bold and in legible letters. Envelops shall then be sealed in an outer

envelope. The Financial proposal of bids found technically non-responsive shall be returned un-opened

to the respective bidders.

The inner envelops shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “rejected”. 2. The envelope must also clearly show the Bid title and bidder’s name and address. Failure to

comply with this requirement may result in rejection of the bid and the committee decision in this

regard shall be final. Bids submitted after the prescribed time shall not be entertained. 3. Only technical proposal will be opened by the tender opening committee. The financial proposal

will be opened by tender opening committee of responsive/ technically successful bidders later on the

declared time, place & date. Financial proposal of the non-responsive / technically unsuccessful bidders

will be returned as such to them on that date without opening their financial offers as per PPRA Rules. 4. All the pages of technical & financial bids should be marked as page. No. & stamped/signed. 5. Substandard, broken seal & substituted bids will not be acceptable. 6. Supply order will be given to respective supplier within 15 days after awarding contract. 7. The supplier/tenderer background should be financially sound, based on authentic bank statement.

8. Procuring Agency has right to change terms & Conditions in the bidding document and in that case

reasonable time will be given to all the participants to adjust their bid price accordingly if required.

9. Procuring Agency will disqualify the bidder if at any stage it finds out that information submitted

by the bidder is false and materially incorrect or intentionally incomplete.

10. No request to increase in price due to market fluctuation will be entertained.

11. The Bidder shall furnish as a part of its technical bid documents establishing the bidder’s eligibility

to bid and its qualification to perform the contract if bid is accepted.

12. The documentary evidence to be submitted in the Technical Proposal for the purposes of

qualification and technical evaluation includes:

i. The supplier/agent shall have to produce letter of Authorization / agency certificate from the

manufacturer and in case of manufacturer documentary proof to the effect that they are original

manufacturer of the required machine or joint venture / consortium / alliance of local sole agents /

Manufacturers.

ii. NTN & GST Registration certificates have to be provided by the bidders.

iii. Bidder shall submit and affidavit on legal stamp paper of Rs 50 that their firm has not been

blacklisted in the past.

Page 4: BIDDING DOCUMENT Framework Contract for purchase of

4

iv. The Bidder should have strong engineering background and necessary tools/ test equipment, trained

staff for the goods required after sales services. 13. Bid shall remain valid till 30th June 2022 any bid shorter than mentioned period will be rejected.

14. The Procuring Agency ‘s evaluation of technical proposal/bid shall be on the basis of previous

performances, test reports, inspection of plant/factory/premises, previous experience of similar contracts

availability of engineering staff and their capabilities inventory of spare parts workshop facility to provide

sale and services however evaluation of financial proposal will be according to the offered price.

15. Quoted model of the product shall be available on the official website of the manufacturer otherwise

the product will be considered obsolete and will be rejected straightaway.

16. During the evaluation of bids procuring agency may seek clarification regarding the bid received or

if there is any doubt about the model, make, specs or functions of the machine however bidders will not be

allowed to change his bid.

17. The firm shall also declare make and models of all the accessories to be provided with Ultrasound

machine.

18. The offer will be considered as responsive if it fully meets the tender requirement and specifications.

The offer which will not be as per requirement of tender and specifications is to be declared as non-

responsive. The offer which contains minor deviations from the specifications and the deviations would not

have any kind of effect on the equality , efficiency , reliability and durability of products will be declared

as substantially responsive, this need to be determined by the technical evaluation committee. The offers

which are declared as responsive will be considered as equivalent for the onward proceedings of tender.

19. Bidder who provides less than 2% bid security will be rejected.

20. Within 15 days of receipt of the contract form, both the successful bidder and procuring agency

shall sign the contract. The procuring agency will then issue a supply order after ensuring the submission

of 5% performance security & Stamp Duty by the bidder.

21. If the successful bidder after completion of all codal formalities show inability to sign the contract

then their bid security will be forfeited and the firm shall be blacklisted for period decided by the procuring

agency and in this case procuring agency will award the contract to next lowest bidder.

22. The contract will be drafted on the stamp paper of the worth Rs 25 paisa per one hundred rupees of

the total value of contract under section 22(a)(b) of schedule 1 of stamp duty act 1899 read with finance act

1995 (Act –VI of 1995) Notification No JAW/HD/8-21/77(PG) Dated 1st January 2014.

23. On the date of signing of contract, the successful bidder shall furnish performance security of 5%

of total value of contract.

24. Ultrasound Machine must be provided within 20 days w.e.f the next date after the date of issuance

of purchase order.

Page 5: BIDDING DOCUMENT Framework Contract for purchase of

5

25. However, in special cases delivery period can be fixed shorter or higher that the above mentioned

schedule of requirement as deem appropriate by the procuring agency.

26. The procuring agency shall constitute a committee comprising odd numbers of persons with proper

powers and authorizations to address the complaints of bidders that may occur prior to the entry into force

of procurement contract.

27. Any bidder feeling aggrieved by any act of procuring agency after the submission of his bid may

lodge a written complaint concerning his grievances not later than 3 days after the announcement of bid

evaluation report.

28. Grievance committee shall investigate and decide upon the complaint within fifteen days of the

receipt of complaint.

29. Mere Fact lodging of complaint shall not warrant suspension of procurement process.

30. Any bidder not satisfied with the decision of committee of procuring agency may lodge an appeal

in the relevant court of jurisdiction.

31. Successful bidder will bear delivery & Installation cost of the machine.

32. Supplier of machine will provide necessary training to the staff free of cost if required.

33. A comprehensive warranty of three (03) years for complete system will be provided free of cost

including Parts, Labor unless otherwise separately mentioned in the specifications. The supplier will

categorically mention the disposable / consumable items of equipment good in advance along with the

submitted tender. Any item declaration as consumable / disposable after the submission of bid will not be

submitted.

34. If any time during performance of the contract, the supplier encounters condition impeding timely

delivery of services the supplier shall promptly notify the procuring agency in writing of the fact of the

delay its likely duration and its cause. After receiving such notice the procuring agency shall evaluate the

situation and may at its discretion extend the suppliers time for performance with or without liquidated

damages in which case the extension shall be ratified by the parties by amendment of contract.

35. A log Book for the medical equipment which needs regular after sales services shall be maintained

by the supplier service Engineer. This will include copy of purchase order, Name of Equipment, Preventive

Maintenance Schedule, Replacement of spare parts / Disposable detail, down time etc.

36. The warranty will start from the date on which Ultrasound Machine is properly installed and

inspected by the committee.

37. Supplier will not claim any visiting charges during the warranty period and will also bear

transportation charges if machine has to be moved for warranty claim.

38. Procurement agency has a right to add condition in the contract if it seems important.

Page 6: BIDDING DOCUMENT Framework Contract for purchase of

6

39. Software and Hardware up gradation of the computing system should be carried out as available

during warranty period as recommended by the manufacturer.

40. Manufacturer/ Supplier shall be responsible for rectifying with all possible speed at their own

expense any defect or fault in the system which may develop at any time during installation, commissioning

period.

41. Manufacturer will guarantee the availability of spare parts, disposables/ cosumables and accessories

for the system for seven years. % 42. Amount of bid security The tenderer shall submit a bid security of Rs. 30,000/- @ 2% of the estimated Purchase price

of Ultrasound Machine in the form of CDR, in favor of Medical Superintendent THQ HOSPITAL

SAMUNDRI attached with the financial bid and copy of the same must be attached technical

bid. 43. Clarification of Bids:

No bidder shall be allowed to alter or modify his bid after the bid has been opened. However, the procuring

agency may seek and accept clarifications to the bid that do not change the substance of the bid. 44. Qualification of Suppliers and Contractors:

A procuring agency, at any stage of the procurement proceedings, may require the suppliers or contractors

to provide information concerning their professional, technical, financial, legal or managerial competence

whether already prequalified or not.

45. No Offer Will Be Considered If It:

i. Is submitted without call deposit by registered firm in the name of Medical

Superintendent THQ HOSPITAL SAMUNDRI.

ii. Is received after the date and time fixed for its receipt.

iii. Is unsigned.

iv. Is ambiguous

v. Is over written

v. Is conditional

vi. Is given by the firm blacklisted, suspended or removed from the approval list of the

Health Department Government of Punjab, Autonomous Health institutions or by the

Federal Government.

vii. Is received with a validity period shorter than that required in the tender inquiry.

viii. Does not conform to the general conditions of the tender inquiry.

ix. Is received without Bid Security as specified in the tender.

x. If supply of the item is materially and substantially different from specifications that

required in the tender enquiry. 46. All the pages of tender must be signed properly at the bottom. 47. In case of any dispute the decision of the Committee will be final.

Page 7: BIDDING DOCUMENT Framework Contract for purchase of

7

MINIMUM SPECIFICATION OF REQUIRED MACHINE

Ultrasound Machine (Portable) Digital Ultrasound Scanner with digital beam former. The System should be Capable to handle multi frequency probes. Probes: Multi frequency Convex Probe with center frequency between 3 to 5 MHz Measurement Modes: B, M and combination thereof. M. Mode sweep: 4 speed or more. Gray scale: 256 Sensitivity time gain: 6-8 steps Depth: 24 cm or more Focusing system: 3 steps and dynamic Adjustable acoustic power Frame rate: 80 frames/ sec or more Keyboard: Alpha numeric with track ball / Touch pad Tissue Harmonics: Tissue Harmonic imaging Cine memory of 256 frames minimum Post processing: Image inversion, edge/echo enhancement correlation / Persistence/Dynamic range/Gamma Curve. Image magnification 4x or more in Real time. Display Monitor: 10”-12” LCD / TFT screen Operating Voltage: 220V, 50 Hz UPS of appropriate capacity (min. 30 mins) on line type sine wave to be placed on Trolley of USG Machine OR built-in backup of minimum 30 min. Gel: 05 liters in tubes Trolley compatible with the machine for smooth operations and transportation (Local) Thermal Printer 256-Gray scale (Sony, Mitsubishi or equivalent) 20 High Density / High Glossy thermal paper Rolls Country of Manufacturer: USA/EU/Japan or Any other Quality Certificate: FDA510K/CE MDD/ Jp MHLW (Any two) Mode: CFR/CPT & DDP Warranty: Comprehensive 03 Year

Page 8: BIDDING DOCUMENT Framework Contract for purchase of

8

BID EVALUATION SHEET Knock Down Criteria (All Evaluation parameters defined below are mandatory for compliance)

Sr No Evaluation Parameters M/S ABC M/S XYZ

1 Complete Signed Tender Yes/No Yes/No

2 Original Receipt of a Tender Yes/No Yes/No

3 Affidavit of Non Blacklisting on Stamp paper of worth Rs 50 Yes/No Yes/No

4 Bid Security Yes/No Yes/No

5 Authorization/ Distribution Certificate from the Manufacturer Yes/No Yes/No

6 Undertaking regarding Technical & Engineering Capabilities to handle after Sales services

Yes/No Yes/No

7 Vendor Past performance Certificates Yes/No Yes/No

8 Compliance of Warranty as per Tender Yes/No Yes/No

9 Availability of parts, Relevant tools and testing/ calibration equipment Yes/No Yes/No

10 Remarks Eligible/ Not Eligible

Eligible/ Not Eligible

Only Eligible Bidders will move to product Evaluation.

Page 9: BIDDING DOCUMENT Framework Contract for purchase of

9

Product Evaluation

SPECIFICATION COMPLIANCE / EVALUATION PARAMETERS

# Parameter M/S ABC M/S XYZ

1 Brand

2 Model

3 Country of manufacturer

4 Compliance with defined Quality standards

5 Specifications Technically Acceptable/ Not Mention Reason

Technically Acceptable/ Not Mention Reason

6 Technical Eligibility of product Eligible/ Not eligible Eligible/ Not eligible

7 Technical Eligibility of Firm Eligible/ Not eligible Eligible/ Not eligible

BID STATUS RESPONSIVE/PARTIAL RESPONISVE/NON RESPONSIVE

RESPONSIVE/PARTIAL RESPONISVE/NON RESPONSIVE

1. The offer will be considered as Responsive if it fully meets Tender requirement and

specifications. 2. The offer not as per requirement of tender & specification will be considered as Non

responsive. 3. The bid with minor deviations without any effect on the quality, efficiency, reliability and

durability will be considered as Partial Responsive. Minor deviations will be determined by Technical Evaluation committee.

4. The bids declared as responsive or partial responsive will be considered as acceptable bid for further processing.