54
1 GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking) Regd. Office: Block No.14, 1 st 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-50/RC/2015-16 ITEM : SHOWN AS UNDER TENDER FEE : Rs.5000/-(Rs. Five thousand 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 ITEM QTY. PLACE OF FREE DELIVERY & INSTALLATION E.M.D. (3% OF TOTAL ESTIMATED VALUE ) (RS.) TOTAL ESTIMATED VALUE (RS.) 1 50.01 Mamta Kit 1,00,000 Nos. Anywhere in Gujarat 24,00,000/- 8,00,00,000/- NOTE: (1) THE TENDER SHOULD BE SUBMITTED BY MANUFACTURERS OR AUTHORIZED DEALERS OR SUPPLIERS ONLY. (PL. SEE CONDITION NO.17) (A) THE ITEMWISE AUTHORITY LETTER OF MANUFACTURER SHOULD BE SUBMITTED BY AUTHORIZED DEALER DULY FILLED IN PRESCRIBED FORMAT (AS PER PAGE NO.26) WITH TENDER DOCUMENTS OTHERWISE TENDER WILL BE IGNORED. (B) SUBSIDIARY COMPANY WILL HAVE TO PRODUCE DOCUMENTS THAT THEY ARE 100% SUBSIDIARY COMPANY OF THEIR FOREIGN MANUFACTURE. (2) 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 (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) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). 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. (5) 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. 68 ). (6) SUPPLY OF SAMPLES: THE TENDERER WILL BE REQUIRED TO SUBMIT 5 SETS OF KITS WITH TESTING REPORT FROM NABL APPROVED LABORATORY TO GUJARAT MEDICAL SERVICES CORPORATION LTD., GANDHINAGAR WITHIN 4 WEEKS AFTER LAST DATE OF SUBMISSION OF THE TENDER. SIGNATURE & STAMP OF TENDERER

GUJARAT MEDICAL SERVICES CORPORATION …...1 GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking) Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta

  • Upload
    others

  • View
    12

  • Download
    0

Embed Size (px)

Citation preview

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-50/RC/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000/-(Rs. Five thousand 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 ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE )

(RS.)

TOTAL ESTIMATED

VALUE (RS.)

1 50.01 Mamta Kit 1,00,000

Nos. Anywhere in

Gujarat 24,00,000/- 8,00,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED BY MANUFACTURERS OR AUTHORIZED DEALERS OR SUPPLIERS

ONLY. (PL. SEE CONDITION NO.17) (A) THE ITEMWISE AUTHORITY LETTER OF MANUFACTURER SHOULD BE SUBMITTED BY AUTHORIZED

DEALER DULY FILLED IN PRESCRIBED FORMAT (AS PER PAGE NO.26) WITH TENDER DOCUMENTS OTHERWISE TENDER WILL BE IGNORED.

(B) SUBSIDIARY COMPANY WILL HAVE TO PRODUCE DOCUMENTS THAT THEY ARE 100% SUBSIDIARY COMPANY OF THEIR FOREIGN MANUFACTURE.

(2) 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

(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) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). 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.

(5) 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. 68 ).

(6) SUPPLY OF SAMPLES: THE TENDERER WILL BE REQUIRED TO SUBMIT 5 SETS OF KITS WITH TESTING REPORT FROM NABL APPROVED LABORATORY TO GUJARAT MEDICAL SERVICES CORPORATION LTD., GANDHINAGAR WITHIN 4 WEEKS AFTER LAST DATE OF SUBMISSION OF THE TENDER.

SIGNATURE & STAMP OF TENDERER

2

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) MOTHER’S GOWN:

Specifications: Require

ment Tolerance Method

of Test Criteria

FOR FABRIC: Woven PC Poplin Dyed and Finished Fabric

1 Plain woven fabric from Polyester cotton blended spun yarns, Weight, grams / square meter (GSM)

110 ± 5% IS 1964 Non- critical

2 Fibre Composition, % IS 667: 1981, IS 1390: 1983 (Cold Method)

Critical

Polyester, % content 50 ± 3 Critical

Cotton, % content 50 ± 3 Critical

3 Weave Plain Non- critical

4 Breaking strength on 5cm x 20cm strip, N (kgf)

IS 1969

(a) Warpway 250 (25) Minimum Critical

(b) Weftway 150 (15) Minimum Critical

5 Colour Fastness Rating to

(a) (a) Light 4-5 Minimum IS 2454 Critical

(b) Colour Fastness to Rubbing

IS 766

Dry & Wet 4 Minimum Critical

(c) Washing: IS 687

Change in colour 4 Minimum Critical

Staining on adjacent fabric 4 Minimum Critical

FOR STITCHING GOWN:

1 Garment dimensions and stitching pattern as shown in the attached Fig. 1.

2 The sewing threads polyester

IS 1720: 1978

Critical

3 Stitching with single needle lock stitch

More than 14 stitches per inch

Critical

4 For side seams and sleeves joints, overlocking of edges

Non- critical

5 Hamming of garment bottom and sleeves by three fold tucking

Non- critical

3

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

6 Double stitches on shoulders, yoke joining and neck line

Non- critical

(2) BABY’S VEST, BABY’S NAPPIES, BABY’S CAP, BABY’S SOCKS

FOR FABRIC: Cotton Single Jersey Knitted Dyed and Finished Fabric

1 Single jersey knitted fabric from 100 % cotton spun yarns, Grams per sq. m. of fabric (For garment as well as bias binding)

150 ± 5% IS 3442 Non- critical

2 Relaxation Shrinkage ±3.0% Maximum IS 2977 Non- critical

3 Scouring loss, % 2% Maximum IS 1383: 1977, Mild

method

Non- critical

4 pH value of aqueous extract

6 to 8 IS 1390

Critical

5 Colour Fastness Rating to

(a) (a) Light 4-5 Minimum IS 2454 Critical

(b) Colour Fastness to Rubbing

IS 766

Dry & Wet 4 Minimum Critical

(c) Washing: IS 687 Critical

Change in colour 4 Minimum Critical

Staining on adjacent fabric 4 Minimum Critical

FOR STITCHING VEST:

1 Garment dimensions and stitching pattern as shown in the attached Figures Fig. 2.(Baby’s Vest) Fig. 3 (Baby’s Nappies,) Fig. 4 (Baby’s Cap) Fig. 5 (Baby’s Socks)

2 The sewing threads polyester

IS 1720: 1978

Critical

3 Inside seams 3 thread over overlock with

Non-Critical

4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

more than 10 stitches per inch

4 Seams with folding (For baby’s vest, Nappies and Cap)

Chain stitch or 3 thread overlock

Non-Critical

5 Top rim with soft elastic (For baby’s Socks)

3 thread overlock

Non-Critical

(3) BABY RECEIVING BLANKET:

FOR FABRICS: Cotton Woven Poplin Dyed and Finished Fabric

1 100% cotton plain fabric of Weight, grams / square meter (GSM)

150 ± 5% IS 1964 Non- critical

2 Fibre Composition, % 100 % Cotton

IS 667: 1981, IS 1390: 1983 (Cold Method)

Critical

3 Weave Plain Non- critical

4 Breaking strength on 5cm x 20cm strip, N (kgf)

IS 1969

(a) Warpway 250 (25) Minimum Critical

(b) Weftway 150 (15) Minimum Critical

5 Colour Fastness Rating to

(a) (a) Light 4 -5 Minimum IS 2454 Critical

(b) Colour Fastness to Rubbing

IS 766

Dry & Wet 4 Minimum Critical

(c) Washing: IS 687

Change in colour 4 Minimum Critical

Staining on adjacent fabric 4 Minimum Critical

FOR SPONGE SHEET:

1 Sponge sheet 5 mm thick

Minimum Non- critical

FOR PLASTIC SHEET:

1 Plastic sheet Good quality, durable

Non- critical

5

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

FOR STITCHING RECEIVING BLANKET:

1 Blanket dimensions and stitching pattern with bias binding of the same cotton base fabric as shown in Fig. 6.

2 Arrangement of layers 1. Fabric, 2. Sponge Sheet, 3. Plastic Sheet

Critical

3 The sewing threads polyester

IS 1720: 1978

Critical

4 Seams 2 thread lock stitch with more than 12 stitches per inch

Critical

(4) BABY COVERING BLANKET:

FOR FLANNEL FABRIC: Cotton Woven Flannel Dyed and Finished Fabric

1 Cotton plain woven flannel cothe (raised on both sides) of Weight, grams / square meter (GSM)

150 ± 5% IS 1964 Non- critical

2 Fibre Composition, % 100 % Cotton

IS 667: 1981, IS

1390: 1983 (Cold

Method)

Critical

3 Weave Plain Non- critical

4 Breaking strength on 5cm x 20cm strip, N (kgf)

IS 1969

(a) Warpway 150 (15) Minimum Critical

6

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(b) Weftway 150 (15) Minimum Critical

5 Colour Fastness Rating to

(a) (a) Light 4 -5 Minimum IS 2454 Critical

(b) Colour Fastness to Rubbing

IS 766

Dry & Wet 4 Minimum Critical

(c) Washing: IS 687

Change in colour 4 Minimum Critical

Staining on adjacent fabric 4 Minimum Critical

FOR FABRIC FOR PIPING & BIAS BINDING AT THE EDGES: Cotton Woven Poplin Dyed and Finished Fabric

1 100% cotton plain Poplin fabric of Weight, grams / square meter (GSM)

150 ± 5% IS 1964 Non- critical

2 Fibre Composition, % 100 % Cotton

IS 667: 1981, IS 1390: 1983 (Cold Method)

Critical

3 Weave Plain Non- critical

FOR STITCHING BABY COVERING BLANKET

1 Blanket dimensions and stitching pattern with bias binding of the 100% Cotton Plain weave poplin fabric as shown in the attached Fig. 7.

Non- critical

2 The sewing threads polyester

IS 1720: 1978

Critical

3 Seams 2 thread lock stitch with more than 12 stitches per inch

Non-Critical

(5) BABY CRADLE SUSPENSION WITH

7

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

MOSQUITO NET (“Khoyu”):

FOR FABRICS: Cotton Woven Poplin Dyed and Finished Fabric

1 100% cotton plain Poplin fabric of Weight, grams / square meter (GSM)

150 ± 5% IS 1964 Non- critical

2 Fibre Composition, % 100 % Cotton

IS 667: 1981, IS 1390: 1983 (Cold Method)

Critical

3 Weave Plain Non- critical

4 Breaking strength on 5cm x 20cm strip, N (kgf)

IS 1969

(a) Warpway 250 (25) Minimum Critical

(b) Weftway 150 (15) Minimum Critical

5 Colour Fastness Rating to

(a) Colour Fastness to Rubbing

IS 766 Critical

Dry & Wet 4 Minimum Critical

(b) Washing: IS 687

Change in colour 4 Minimum Critical

Staining on adjacent fabric

4 Minimum Critical

( c) Light 4 - 5 Minimum IS 2454 Critical

FOR MOSQUITO NET

Net Weight, grams / square meter (GSM)

28 ± 5% IS 14953:20

01

Non- critical

No. of Holes within 6.25 cm2 area Base Bias

12 13

Minimum

IS 14953:20

01

Non- critical

FOR STITCHING OF CRADLE SUSPENSION WITH MOSQUITO NET:

1 The item’s dimensions and stitching pattern with 2 layers of the same poplin fabric, mosquito net with plastic zip and loops at four

Two layers of the same 150

Non- critical

8

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

corners, as shown in the attached Fig. 8.

GSM poplin fabric

3 The sewing threads polyester IS 1720: 1978

Critical

4 Seams 2 thread lock stitch with more than 14 stitches per inch

Non-Critical

(6) SANITARY NAPKINS (ADULT FEMALE):

[1] MATERIALS Criteria

1.1 Absorbent filler:-The filler material should be cellulose pulp and shall be free from lumps, oil spots, dirt or foreign material.

Non- critical

1.2 Covering:- The covering of the absorbent filler shall be of a good quality cotton non-woven / knitted with sufficient porosity to permit the assembled pad to meet the absorbency requirements.

Non- critical

[2] SIZES Non-

critical

2.1 The size of sanitary napkin shall be as follows :

Non- critical

Size: Regular Non- critical

Pad Length mm : 240 ± 20 Non- critical

Width mm : 60 to 75 Non- critical

Thickness mm : 10 ± 2 Non- critical

9

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

2.2

The thickness shall be measured by stacking 10 complete pads and measuring the stack height. The average thickness for the 10 pads shall be used as the pad thickness.

Non- critical

2.3

Weight :- Cellulose Pulp- minimum 8 gm + 1 gm of Hydrogel Total weight of sanitary Napkin:- minimum 10 gm

Critical

2.4

Backstrip:- A backstrip for sticking the sanitary napkin onto the underwear should be there using good quality adhesive material

Non- critical

[3] MANUFACTURE, WORKMANSHIP AND FINISH

Non- critical

3.1(a)

The absorbent filler shall be arranged and neatly cut to the required size at the pad and form a uniform thickness throughout without any wrinkles.

Non- critical

(b)

It shall be placed in the covering in such a way that it does not cause lump formation with the effect of sudden pressure.

Non- critical

(c) The covering fabric shall cover the filler completely.

Non- critical

(d)

The sanitary napkins shall have a non-absorbent barrier on one side which shall have a clear identification.

Non- critical

3.2

When the sanitary napkins are claimed as disposable, they shall be manufactured from disposable material.

Non- critical

3.3

The sanitary napkins shall have a very soft feel and when worn shall not chafe or give any uncomfortable feeling. They shall be free from all sorts of foreign matter.

Non- critical

10

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

3.4

Sanitary Napkins with wings (To hold the pads securely in place and help prevent side leakages)

Non- critical

[4] REQUIREMENTS Non-

critical

4.1

Absorbency and ability to Withstand pressure after Absorption: The sanitary napkins shall absorb 30 ml of coloured water or oxalated sheep or goat blood or test fluid when flowed on to the center of the napkin (at the rate of 15 ml per minute) and it shall not show up at the bottom or sides of the sanitary napkins.

Non- critical

4.2

Disposability:- A disposable sanitary napkin with the covering removed, shall be immersed in 15 liters of water and stirred. The pad shall disintegrate in the water in not more than 5 minutes.

Non- critical

4.3

pH Value:- The sanitary napkins shall be free from acids and alkali and the pH of the absorbent material shall be 6 to 8.5.

Critical

4.4

Instructions:- Following instructions shall be included in every packet of sanitary napkins:

Non- critical

a) Method of use; Non-

critical

b) Indication as to which side is absorbent or non-absorbent

Non- critical

c)

Disposal instructions, such as that the napkins without covering can be disposed off in water closets.

Non- critical

11

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

[5] PACKING Non-

critical

5.1

Sanitary napkins shall be packed in polyethylene bag. The bag shall have the instructions given in point 4.4 printed on the outside.

Non- critical

5.2 Pack of 20 sanitary napkins (4 packs of 5 each)

Non- critical

5.3 Instructions for storage must be clearly mentioned on the carton.

Non- critical

[6] Material supplied must conform to IS:5405 (1980) with latest amendment

Non- critical

(7) SOAP WITH SOAP CASE:

FOR SOAP:

1 Weight, grams 100 ±2.0 % Non- critical

2 TFM % by Mass 75 to 78 Critical

3 Moisture and volatile matter (at 105 Degree Centigrade)

15 Min. Non- critical

FOR SOAP CASE: Box type

Of Plastic, Good quality, durable that can drain water out

critical

(8) PACKING BAG:

FOR FABRICS: NON-WOVEN BAG (BOX) WITH HANDLES

1 Non woven fabric of Weight, grams / square meter (GSM)

120 Minimum IS 1964 Non- critical

FOR STITCHING OF NON WOVEN BAG (BOX) WITH HANDLE:

3 The item’s dimensions and stitching pattern with

14” x 16”

Minimum

12

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

handles, as shown in the attached Fig. 11.

4 The sewing threads polyester

IS 1720: 1978

Critical

5 Seams 2 thread lock stitch with more than 12 stitches per inch

Non-Critical

(9) TOWEL:

FOR FABRIC OF TOWEL: Cotton Two side terry towel, Dyed and Finished Fabric

1 Cotton Two side terry towel, Dyed and Finished Fabric , Grams per sq. m. of fabric

270 IS 3442 Non- critical

2 Fibre Composition, % 100 % Cotton

IS 667: 1981, IS 1390: 1983 (Cold Method)

Critical

3 Scouring loss, % 2 Maximum IS 1383:

1977,

Mild

method

Critical

4 pH value of aqueous extract

5.5 to 6 IS 1390 Critical

5 Colour Fastness Rating to

(a) Light: IS 2454

Change in colour 4-5 Minimum Critical

(b) Color fastness to rubbing

IS 766

Dry & Wet 4 Minimum Critical

(c) Washing: IS 3361

Change in colour 4 Minimum Critical

Staining on adjacent fabric

3-4 Minimum Critical

13

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

FOR STITCHING OF TOWEL:

1 Towel dimensions and

stitching for finishing of

edges as shown in the

attached Fig. 12.

2 The sewing threads either

cotton or polyester

IS 1720:

1978

Critical

3 Seams with three folds 2 thread

lock

stitch

with

more

than 12

stitches

per inch

Non-Critical

Note: Minor variation or variations of up to 5% from the tolerance limits would be accepted subject to a maximum of 5 items of specifications (from the total list) under non-critical head. If there are more than 5 deviations beyond acceptable limits in non-critical parameters, the company’s bid would be rejected at technical stage. No deviation would be allowed in terms of critical parameters.

Supply of samples: THE TENDERER WILL BE REQUIRED TO SUBMIT 5 SETS OF KITS WITH TESTING REPORT FROM NABL APPROVED LABORATORY TO GUJARAT MEDICAL SERVICES CORPORATION LTD., GANDHINAGAR WITHIN 4 WEEKS AFTER LAST DATE OF SUBMISSION OF THE TENDER.

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

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED

(A Government of Gujarat Undertaking)

Tender Document for

Medical Equipments, Surgical items,

Hospital Furniture & Other Miscellaneous

Products

SIGNATURE & STAMP OF TENDERER

2

TENDER BRIEF

Supply of Medical Equipments, Surgical items, Hospital Furniture & Other Miscellaneous items on rate contract and Quantity basis as mentioned in the tender details section from reputed manufacturers /

direct importers or subsidiary of original foreign manufacturer are invited online (internet)

INSTRUCTION TO BIDDERS FOR ONLINE TENDER PARTICIPATION

1- All tender documents can be downloaded free from 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 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

4- The user can get a copy of instructions to online participation from 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 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.

7- For all queries regarding use of digital signature certificate should be addressed to personnel in M/s (n)

Code Solutions.

8- For all queries regarding tender specifications and any other clauses included in tender document

should be addressed to personnel in tendering office address provided below

CONTACT DETAILS Managing Director

Gujarat Medical Services Corporation Limited,

Regd. Office: Block No. “14”, Ist Floor,

Dr. Jivraj Mehta Bhavan,

Sector No. 10, Gandhinagar-382 010.

Tel: 079-232-50767. 50766, 57696 Fax: 079-23257586

KEY DATES Duration of Downloading Tender Document (On Line) : 13/10/2015 to 03/11/2015 upto 15.55 hrs. Due date and Time of Submission (On Line) : 03/11/2015 16.00 hrs. Date and Time of Technical bid Opening (On Line) : 04/11/2015 12.30 hrs. Envelopes containing the “Technical Supporting Documents”, inclusive of the “Document Fee”, “EMD Fee” to be submitted physically on or before 04/11/2015 12.00 hrs. at the below mentioned address:

VENUE: https://GMSCL.nprocure.com

Managing Director

Gujarat Medical Services Corporation Ltd.,

Regd. Office: Block No. “14”, Ist Floor,

Dr. Jivraj Mehta Bhavan,

Sector No. 10, Gandhinagar-382 010

SIGNATURE & STAMP OF TENDERER

3

II. General Terms and Conditions

1. 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. Tender Fee and EMD COVER

a. Payment should be made by DD Only, payable at Gandhinagar at

any Nationalized / schedule bank. b. Payment should be made in favour of “Gujarat Medical Services Corporation Ltd."

Gandhinagar, Gujarat, India. c. Payment made toward tender fee will not be refunded

d. Non-payment of the tender fee will make the tenderer liable for disqualifications.

e. Payment made towards EMD will not be refunded unless bid is accepted.

f. Non- payment of the EMD will make the tenderer liable for disqualifications.

g. Wrong/ Fraudulent data submission may lead to disqualification / debar. Please

ensure that you furnish correct data.

3. Those tenderers who are exempted for payment of Tender Fee and EMD must enclosed

necessary documents like SSI Registration [Gujarat State] alongwith

NSIC/DGS&D/CSPO Registration. "The bidder belonging to SSI (Small, Tiny and Cottage Industry as per GR No. SPO/1095/2636(97)-CH dated

23/9/1997 issued by Industries & Mines Department, Govt. of Gujarat and as may be amended from time to time)

category desirous of availing benefits of 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 certified / 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". 4. 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 in namely [1] Tender Fee & [2]

EMD cover. Participants not covered under this category shall have to pay Tender Fee

and EMD compulsorily as prescribed, failing 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.

5. Technical Bid Submission

(a) The envelope should be marked as "Technical Supporting Documents". It should be

noted that no physical submission of technical bid and financial bid should be done.

(b) If the suppliers fail to submit the supporting documents offline within time limit, the

bidder is entitled for immediate disqualification.

(c) The bids should be submitted on or before the time stipulated in Tender notice at the

website https://GMSCL.nprocure.com

(d) The technical supporting documents in physical form may be submitted at the

following address:

Managing Directorate of Gujarat Medical Services Corporation Ltd. Regd. Office: Block No. “14”, Ist Floor,

Dr. Jivraj Mehta Bhavan,

Sector No. 10, Gandhinagar-382 010

Tel:- 079-232-50767. 50766, 57696.

Fax:- 079-23257586

SIGNATURE & STAMP OF TENDERER

4

6. Commercial Bid Submission

(a) The commercial bid submission should be done on the website only https://GMSCL.nprocure.com

(b) The bids should be submitted on or before the time stipulated in tender notice at the website

https://GMSCL.nprocure.com

7. 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.

8. 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.

TECHNICAL & COMMERCIAL OFFERS IN PARTS I & II

9. (i) 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.

(ii) As per Govt.‟s prevailing purchase policy, a 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, a guide lines given by the Govt. of

Gujarat, Industries and Mines Dept., resolution No.SPO/1095/2636 (97)/CH dated 23/09/1997 amended from time

to time will be followed. In such a case the decision of Purchase Committee shall be final and implemented

forthwith.

10% price preference as well as 5% Quality based price selection shall be given to Gujarat base unit having

SSI & CSPO/NSIC/DGS&D registration certificates.

Quality based price selection 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 or by the institutions authorized by

the Central/State Government to maintain the quality of goods without any time limit.

While considering price selection as above, price selection for more than 15% shall not be admissible.

10. The rates should be quoted in Part-II (A or B as applicable) should be F.O.R. delivery with installation per unit

basis mentioned in the 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. In case

any item is required as an essential accessory for operating the equipment, it must be mentioned clearly in Part-I

and its rates must be included in the rates for the equipment in Part-II. If not mention of such essential accessories

is made in Part-I or if its rates are not shown in Part-II, it will be presumed that the cost of essential accessories is

included in Part-II and no separate payment for the same will be made thereafter under any circumstances. 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 price of the product offered 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. 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.

11. 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 for, as application 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.

SIGNATURE & STAMP OF TENDERER

5

[EQUIPMENT PURCHASE][PART I]

P A R T –I: GENERAL

12. IN NO CASE, RATES SHOULD BE QUOTED IN ANYWHERE EXCEPT ONLINE IN PART-II I.E.

COMMERCIAL BID.

13. (i) 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 specifications available in offer product should shown against each specification alongwith name of

manufacturers, 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.

(ii) The Tenderer should have to arranged 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.

(iii) 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.

14. 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.

15. The legible and certified copies of the following Technical supporting documents MUST be submitted

physically. {a} Manufacturing license (P.M.T. SSI No. / 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 {which ever is applicable};

{b} Copy of the Partnership deed (if manufacturer) / Memorandum of Articles {whichever is applicable}.

{c} 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}.

{d} Original Product literature / Photograph mentioning all technical specifications & service Manual if the

unit price exceeds Rs.10,000/-

{e} I.S.I. Certificate (mandatory if asked in Technical Specification);

{f} Higher / Lower price certificate;

{g} Valid Tax clearance certificate or returns of last 4 quarters;

{h} Names & addresses of actual users of the equipment / item quoted;

{i} List of essential accessories required to operate the equipment {if any};

{j} Turnover Certificate: Bidder firm has to submit Turnover certificate of CA for last three years (i.e.

2012-13, 2013-14, 2014-15). {Please see Con. No.66}.

{k} (i) Certified / notarized copy of valid Small Scale Industry Registration. Pl. see Condition No.(3)

(ii) Certified / 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.

(iii) Certified / notarized copy of latest audited annual balance sheet and investment in plant and

machinery to be certified by the same professional.

CERTIFICATE / DOCUMENTS MENTIONED IN {k - ii & iii} SHOULD BE

SUBMITTED SAME PROFESSIONAL. {l} Itemwise notarized authority letter of manufacturer in prescribed format

{m} ALL XEROX COPIES MUST BE SUBMITTED DULY CERTIFIED TRUE COPY / NOTORISED.

SIGNATURE & STAMP OF TENDERER

6

[EQUIPMENT PURCHASE][PART I]

P A R T –I: GENERAL

16. The enclosures shown at {c}-(declaration part), and {f} above MUST be in the prescribed format

attached in Part-I. If these certificates are submitted but in a format different than that prescribed in

Part-I, they are liable to be rejected without further reference. Those shown at {a}, {b}, {c}-

{certificate part}, {e}, {g} and {j} above should be in the format prescribed by the authorities

competent to issue these certificate.

17. (i) THE TENDER SHOULD BE SUBMITTED BY MANUFACTURERS OR AUTHORIZED DEALERS OR

SUPPLIERS ONLY.

(ii) (a) The itemwise authority letter of manufacturer should be submitted by authorized dealer duly filled

in prescribed format (as per page No.26) with tender documents otherwise tender will be ignored.

(b) Subsidiary company will have to produce documents that they are 100% subsidiary company of

their foreign manufacture.

18. 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.

19. 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-SYUPPLY OF

CERTIFICATES / DOCUMENTS WILL BE VIEWED SERIOUSLY AND WILL INVITE

FORFEITURE OF E.M.D. / RISK PURCHASE / DISQUALIFICATION FOR APPROPRIATE

PERIOD WITHOUT ANY FURTHER REFERENCE.

20. 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.

SIGNATURE & STAMP OF TENDERER

7

[EQUIPMENT PURCHASE][PART I] P A R T –I: GENERAL

21. The on-line Technical bid, sealed cover of physical documents and on-line Commercial bid of the

tenders will be opened online / physical on the date, time & venue specified in tender notice. Tenderer

or his authorized representative or dealer has the liberty to be present at that time.

22.(a) 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 of those tenderers whose quotations satisfy the technical requirement of the indenter and are

otherwise acceptable. The date of opening of commercial bid will be intimated to the qualified bidder.

(b) 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.

23.(a) The technical scrutiny of the items will be carried out by a committee of experts nominated by 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, G.M.S.C.L.

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 dtd.

11th February, 2014.

(b) 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. 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.

EARNEST MONEY DEPOSIT

24. All tenders must be accompanied by Earnest Money Deposit as specified in the schedule otherwise

tender will be ignored.

25. (a) The E.M.D. is payable by all tenderers except Govt. of Gujarat undertaking / Corporations duly

exempted by Govt. of Gujarat and manufacturers belongs to Gujarat State and having valid SSI / TINY

/ COTTAGE registration alongwith NSIC/CSPO/DGS & D registration for item under tender enquiry.

For getting exemption from paying EMD, tenderers have to furnish valid and certified documents

alongwith tender. Otherwise tender will be rejected.

(b) EMD should be paid in form of Demand Draft in favour of Gujarat Medical Services Corporation

Limited, Gandhinagar drawn on any bank in Gandhinagar OR 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/10/2014/570/DMO, dated 01/04/2015 of

Finance Department, Govt. of Gujarat as amended from time to time will be followed. The Demand

Draft should be issued by above bank only, after date of advertisement of tender enquiry.

Bank Guarantee will be accepted in case where amount of EMD exceeds Rs.5000/- B.G. should be

valid up to 6 (Six) months from the date of its issuance. E.M.D. in any other forms will not be

accepted.

26. The E.M.D. / Security Deposit shall liable to be forfeited in the following circumstance when the:

{a} tender is rejected due to failure to supply the requisite documents in the proper format or giving

any misleading statement or submission of false affidavit or fabricated documents.

SIGNATURE & STAMP OF TENDERER

8

[EQUIPMENT PURCHASE][PART I] P A R T –I: GENERAL

{b} party fails to sign the agreement for entering into contract in case the offer is accepted due to any reason

whatsoever;

{c} 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.

{d} 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.

ACCEPTANCE OF TENDER

27. The tender is liable for rejection due to any of the reasons mentioned below:

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

2. Submission of tender without Tender Fee .

3. Tender is unsigned OR not initialed on each page or with unauthenticated corrections.

4. Submission of tender documents in unsealed envelop.

5. Tender not submitted in separate envelopes as per conditions and the envelopes are not superscribed with

details of the tender enquiry and part enclosed.

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

7. Non-submission of required documents as shown in para 15 above.

8. Conditional and / or vague offers

9. Unsatisfactory past performance of the tenderer.

10. Rates have been shown elsewhere than Part-II.

11. Items with major changes / deviations in the specifications / standard / grade / packing / quality are offered in

Part-I. (Please see condition No.13 (i).

12. Offering a cheaper accessory not approved / recommended by the manufacturer.

13. Offering an accessory as optional even though it is required to operate the instrument.

14. Submission of misleading / contradictory / false statement or information and fabricated / invalid documents.

15. Tenders not filled up properly.

16. Non-submission of itemwise notarized authority letter of manufacturer in prescribed format.

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

18. Non -submission of Turnover Certificate (pl. see Condition No. 15(j) ) & 66.

19. (i) Non submission of Certified / notarized copy of valid Small Scale Industry Registration. Pl. see Condition No.

(3)

(ii) Non submission of Certified / 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.

(iii) Non submission of Certified / notarized copy of latest audited annual balance sheet and investment in plant

and machinery.

NON SUBMISSION OF CERTIFICATE / DOCUMENTS MENTIONED IN SR.NO.{19} –( ii & iii) FROM

SAME PROFESSIONAL.

28. 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.

29. Discount offered after price bid opening shall also be not considered for evaluation. However in a case tenderer

happens to be selected bidder (without considering discount) such discount shall be considered while placing the order.

30. The consolidated rates will be taken in to account for preparing price statement. However, the tender which found

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.

31. The Managing Director may seek any clarification / explanation / documentary evidence related to offer at any stage

from tenderers if required. However any clarification / explanation or documentary evidence leads to implication on

quoted price shall be considered only for placing the order but not for price evaluation.

SIGNATURE & STAMP OF TENDERER

9

[EQUIPMENT PURCHASE][PART I]

P A R T –I: GENERAL

32. (i) Managing Director, G.M.S.C.L. Gandhinagar reserves the right to consider or reject any or all

tenders or close the tender enquiry without assigning any reason at any time at any stage.

(ii) 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 Dept.,

Gandhinagar.

33. The Managing Director, G.M.S.C.L. Gandhinagar does not pledge himself 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 his discretion. The tender will be accepted if Managing Director, G.M.S.C.L., is

satisfied about the production, sale, quoted price technical details, utility of products and past

performances of tenderer.

34. 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 Gujarat Medical Services Corporation Ltd., Gandhinagar drawn on

any bank in Gandhinagar / 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/10/2014/570/DMO, dated 01/04/2015

of Finance Department, Govt. of Gujarat as amended from time to time will be followed. Bank Guarantee valid for a period not less than warranty period 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. 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. 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.

The security deposit shall be refunded only after satisfactory execution of the contract and

recovery of dues, if any.

35. Successful tenderers have to enter into agreement for due performance of the contract. The

agreement form sent by this corporation should be stamped with the adhesive stamp for the

requisite amount, and signed before any Gazetted Officer of this corporation or before a I Class

Magistrate or Justice of peace or Notary Public.

36. 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, than the store

will be rejected outrightly 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.

SIGNATURE & STAMP OF TENDERER

10

[EQUIPMENT PURCHASE][PART I] P A R T –I: GENERAL

TERMS OF SUPPLY:

37. 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 swill 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.

38. 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. Inner and outer packing of boxes / cartons should be of standard design as

prescribed by the Managing Director from time to time. The final packing of cartons of

corrugated boxes shall be complying with ISS 9313 : 1979 of November, 1980. Corrugated

boxes having double wall 5 ply with maximum combined length 1275 mm or triple wall 7 ply

with maximum combined length 1275 mm or triple wall 7 ply with maximum combined length

1525 mm shall contain maximum gross contents 15 kg. & 20 kg. respectively. A packing slip

of 10" x 8" shall indicate clearly and legibly the name of the product, batch number, quantity,

date of manufacture, date of expiry gross & net weight, and consignee‟s name & address and

other particulars as required.

39. 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.

40. 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.

41. 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 corporation during the currency of the contract, from time to time.

42. 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.

SIGNATURE & STAMP OF TENDERER

11

[EQUIPMENT PURCHASE][PART I]

P A R T –I: GENERAL

The installation of equipment is to also to be completed within 30 days of delivery. If the

tenderer fails to supply the goods specified in the A.T. and/ or installation within the stipulated period,

an amount equivalent to ½ % {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

43. The bills / invoices are required to be submitted by tenderers specifying the following details in

the appropriate place of the invoices:

a) No. and date of bills or invoice.

b) No. and date of A.T. / R.C.

c) No. and date of order.

d) Name and specification of item.

e) Name of manufacturer & Model / Make / Brand

f) Quantity; and

g) Total cost.

44. 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. what 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.

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

certificate from the indenter / consignee.

46. Payment Terms: {A} The payment shall be made to the A.T. / R.C. holder as under:

{I} For goods requiring installation:

{a} 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.

{b} 100% of the invoice amount will be paid within 30 days of the satisfactory trial and

installation of the goods at the destination.

{c} 100% 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.

{d} In case where payment through letter of credit is considered by the purchasing

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

{II} For goods not requiring installation.

{a} 100% of the invoice amount will be paid within 30 days of the delivery of the goods at

the destination in good condition.

SIGNATURE & STAMP OF TENDERER

12

[EQUIPMENT PURCHASE][PART I]

P A R T –I: GENERAL

{b} No interest will be chargeable by the A.T. / R.C. holder, if the payment is delayed.

47. The payment of the bill shall be made after deducting Government dues, if any.

48. The payment of the bills shall be withheld in the following circumstances:

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

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

c) Previous Government dues of A.T. / R.C. holder.

49. 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 within seven days of its announcement by

the contractor

{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.

RISK PURCHASE 50. The risk purchase of the items ordered at the cost and risk of the party will be carried out when the

party fails to:

{a} sign the agreement for entering into contract due to any reason whatsoever in case the offer is

accepted.

{b} supply the goods / items as per the orders placed by either this corporation or by direct

demanding officers within the delivery period stipulated above;

{c} 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 {b} and {c} above, the risk purchase will be limited to the quantity

so specified therein.

51. The Risk Purchase will be done at anytime after the delivery period is over.

{a} 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 extend of 10% or difference

whichever is higher.

{b} 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 {a}, {b} above,

then it will be carried out from the market after following the prescribed procedure.

SIGNATURE & STAMP OF TENDERER

13

[EQUIPMENT PURCHASE][PART I]

P A R T –I: GENERAL

52. 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:

{a} From any pending bills of the party;

{b} From any E.M.D./ Security Deposits of the party;

{c} If amounts at {a} & {b} above are not sufficient to meet the demand of risk purchase

amount as "LAND REVENUE DUES".

53. 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 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 affect.

54. (i) Warranty Clause: The A.T/ R.C holder Shall be subjected to the following warranty clause

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 with the specifications and particulars contained /

mentioned in the acceptance of tender notwithstanding the fact that the purchaser may have

inspected and / or approved the said goods / stores / articles a priori and shall operate and

function as specified for a period not less than 12 months from the date of installation. The

decision of the purchaser in that behalf will be final and conclusive and he will be entitled to

reject the said goods / stores / articles or such portion there as may be discovered not to

confirm to the said description and quality. On such rejections the goods / stores / articles will

be at the seller‟s risk and all the provisions here in contained relating rejection of goods etc.

shall apply. The contractor / seller shall if, so called upon to do 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 is its rejected in by the purchaser and it such on even above mentioned

warranty period shall be pay to purchaser such damages as may arise by reasons for the breach

of the conditions herein contained. Nothing herein contained shall prejudice any other right of

the purchaser in that behalf under this contract or otherwise.

(ii) Tenderers will have to provide four free services for maintenance during the warranty period. In

addition to provide services, supplier has to attend the complaint, if any, for any defects, within 48

hours including replacement of any defective part, failing which liquidated damages, as decided shall be

recovered and similarly, period of break down of equipment shall be excluded from the warranty

period. In such a case period of warranty shall be extended accordingly. After completion of warranty

period, if the Managing Director G.M.S.C.L. or consignees desires, supplier will have to enter into a

comprehensive maintenance contract for 4 years at the rate per annum not exceeding 10% of the total

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

SIGNATURE & STAMP OF TENDERER

14

[EQUIPMENT PURCHASE][PART I]

P A R T –I: GENERAL

contract. The maintenance contract of the above shall be made operative from any time during the first

five years from 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.

55. Tenderer are required to impart training to operate equipment at the place of installation within seven

days of its installation.

56. 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 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. In all supplies 1% of the supply value shall be deducted towards

handling & testing charges from the invoice.

57. Replacement Clause: If any stores supplied against the A.T. / R.C. are found to be of 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 39 supra 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 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.

58. In case of the rate contract, the period of the rate contract shall be approximately one year from the date

of its issuance. However, the Managing Director reserves the right to terminate the contract by giving

one moth notice at any time at any stage and without assigning any reason.

59. 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.

60. The A.T. / R.C. can also be terminated by the Managing Director in the following circumstances:

1) If the firm is debarred or disqualified or ceases to exist or convicted of any offence.

2) If the quality of the item to be supplied is found not upto the standard and multiple

samples are found to be not of standard quality.

3) If supply position of the firm is not satisfactory

SIGNATURE & STAMP OF TENDERER

15

[EQUIPMENT PURCHASE][PART I]

P A R T –I: GENERAL

61. 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 Ltd.,

Gandhinagar, or an officer empowered by him shall be entitled to recover such sum by

appropriating in part of whole the Security Deposit paid by the Contractor, if a security 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 Ltd.,

Gandhinagar) and remaining balance due will be recovered as arrears of "LAND REVENUE

DUES".

62. COMPREHENSIVE MAINTENANCE CONTRACT (C.M.C.):- After completion of

warranty period, if the Managing Director, G.M.S.C.L. or Consignees desires, supplier will

have to enter into a comprehensive maintenance contract for 5 years at the rate per annum not

exceeding 10% of the total purchase value of the contract and the same would include 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 from 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.

63. For any clarification on any of the above conditions, tenderers may contact the Managing

Director or General Manager (Logistic, Procurement & Quality Control) or Deputy General

Manager (Procurement) during 3 – 4 p.m. on any working day.

64. The jurisdiction of any dispute will be Gandhinagar or Ahmedabad.

65. WARRANTY FOR 2 YEARS & CMC PRICE {NOT MORE THAN 10% COST OF THE EQUIPMENT,

OTHERWISE OFFER WILL BE OUT RIGHTLY REJECTED} FOR NEXT 5 YEARS, WHICH SHOULD

INCLUDE COST OF LABOUR & SPARES FOR ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN

INTO CONSIDERATION FOR PRICE COMPARISON. THE CMC PRICE SHOULD BY FILLED IN

COMMERCIAL BID ONLY.

66. Turnover Certificate: (i) Bidder firm has to submit Turnover certificate of CA for last three years (i.e. 2012-13, 2013-14, 2014-15).

(ii) The average annual Turnover of the last three years should not be less than 2 Crores.

(iii) C.A. Certificate in original / Notarized showing year wise Turnover for the last three years.

67. 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. As regards

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

Rupees only if such services are to be performed /undertaken in India.

Conversion of Tender Currency 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‟. (68) 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. 68 ).

SIGNATURE & STAMP OF TENDERER

16

[EQUIPMENT PURCHASE] [PART-I]

VERFICATION, UNDERTAKING, CHECK LIST & DOCUMENTS

From: M/s.________________________ No.:_________________________

________________________

________________________

________________________

To: The Managing Director,

Gujarat Medical Services Corporation Ltd.,

Regd. Office: Block No. “14”, Ist Floor,

Dr. Jivraj Mehta Bhavan,

Sector No. 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 “A” 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.

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, G.M.S.C.L.

Thanking you,

Yours faithfully

Date:_____________

SIGNATURE & STAMP OF TENDERER

17

[EQUIPMENT PURCHASE] [PART-I]

ANNEXURE “A”: SCHEDULE OF DOCUMENTS ATTACHED TO T.E. #____________

# Document / Certificate Attached Yours page No.

1 Manufacturing License / Product Permission / Registration

Certificate with C.S.P.O./ G.M.S.C.L. / S.S.I./ K.V.I.C./N.S.I.C./

D.G.S.& D.

Yes / No

2. List of Installations / Users / Customers Yes / No

3. Higher / Lower Price Certificate Yes / No

4. Valid Tax Clearance Certificate OR Returns of last 4 quarters. Yes / No

5. E.M.D. Yes / No

6. Confirmation of Delivery Period Yes / No

7. Itemwise notarized Authority Letter of manufacturer (MUST

BE NOTARIZED)

Yes/ No

8. IEC Certificate for imported items. Yes/ No

9. Whether Page Number is Given On Each Page of Tender? Yes / No

10. Partnership deed / Memorandum of article / Registration of firm etc. Yes / No

11. Document of 100% Subsidiary Company. Yes / No

12. Confirmation of Place of Delivery Yes / No

13. Confirmation of Payment. Yes / No

14. A.E.R.B. Certificate {if applicable} Yes / No / Not Applicable

15. I.S.O. Certificate (mandatory if asked in Technical

Specification).

Yes / No / Not Applicable

16. I.S.I. Certificate (mandatory if asked in Technical Specification). Yes / No / Not Applicable

17. Original Product Literature / Photograph Yes / No / Not Applicable

18. Turnover certificate of CA for last three years (i.e. 2012-

13,2013-14, 2014-15). {Please see Con. No.66}

Yes / No

19 (i) Certified / notarized copy of valid Small Scale

Industry Registration. Pl. see Condition No.(3)

Yes / No. / Not Applicable

(ii) Certified / 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) Certified / notarized copy of latest audited annual balance

sheet and investment in plant and machinery.

Yes / No. / Not Applicable

(iv) CERTIFICATE / DOCUMENTS MENTIONED IN Sr.

No. {19 - ii & iii} (SAME PROFESSIONAL)

Yes / No. / Not Applicable

20 Details of bank account in prescribed format for the

payment through RTGS

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 at Sr. No.3

(Page No.22), 7 (Page No.26) & 17 Declaration Part (Page No.21) are as per the format prescribed by the

G.M.S.C.L. and it is clearly and distinctly understood by me / us that the tender is liable to be rejected if on

scrutiny and of these certificates is found to be not as per the prescribed format of G.M.S.C.L.

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 :

SIGNATURE & STAMP OF TENDERER

18

[EQUIPMENT PURCHASE] [ PART-I]

ANNEXURE "B"

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 be make the supplier liable for disqualifications

Wrong/ Fraudulent data submission may lead to disqualification, please ensure that you furnish

correct data

Payment should be made in favour of “Gujarat Medical Services Corporation Limited,”

Gandhinagar, Gujarat, India.

SIGNATURE & STAMP OF TENDERER

19

EMD 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 favour of “Gujarat Medical Services

Corporation Limited,” Gandhinagar, Gujarat, India. Payment made towards EMD will not be refunded unless bid is accepted.

Non Payment of the EMD or insufficient amount of EMD will be make the

supplier liable for disqualifications. Wrong/Fraudulent date submission may lead to disqualification, please

ensure that you furnish correct data.

SIGNATURE & STAMP OF TENDERER

20

[EQUIPMENT PURCHASE] [ PART-I]

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 Managing

Directors of the tenderer are as under;

# Name Address Telephone® Fax e Mail

(O)

(R)

(M)

Date: ______________

SIGNATURE & STAMP OF TENDERER

21

[EQUIPMENT PURCHASE] [ PART-I]

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.}

SIGNATURE & STAMP OF TENDERER

22

[EQUIPMENT PURCHASE] [ PART-I]

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 Managing 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 with regards

to the determination of quantum payable shall be final.

Date:

SIGNATURE & STAMP OF TENDERER

23

[EQUIPMENT PURCHASE] [ PART-II] -[A]

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) Price must be quoted in above format with breakup. Quoting of consolidated price without

breakup will not be considered.

(2) Optional item shown in Technical Bid should be quoted separately. (3) 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.

SIGNATURE & STAMP OF TENDERER

24

[EQUIPMENT PURCHASE] [ PART-II] -[B] 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) (a) 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. As regards price (s) for allied services, if any required with the goods, the same shall be

quoted in Indian Rupees only if such services are to be performed /undertaken in India.

(b) Conversion of Tender Currency 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”.

(2) Price must be quoted in above format with breakup. Quoting of consolidated price without breakup will not be

considered.

(3) Optional item shown in Technical Bid should be quoted separately.

(4) If the rates are quoted in foreign currency, local agency commission will not be allowed for local agents / dealer.

(5) If required, custom exemption certificate shall be provided by consignees if it is allowed under relevant act and

issued by authority concerned.

(6) 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.

(7) THE RATES OF THE MAIN EQUIPMENT WITH ACCESSORIES AND OPTIONAL ITEMS SHOULD

BE QUOTED IN FOREIGN CURRENCY ONLY.

(8)* 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.

(9) For R.C. item: Rates should be quoted in Indian Currency even though the item is imported.

SIGNATURE & STAMP OF TENDERER

25

[EQUIPMENT PURCHASE] [ PART-II]-[B]

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 MORE THAN 10% COST OF THE EQUIPMENT,

OTHERWISE OFFER WILL BE OUT RIGHTLY REJECTED.

(2) Price must be quoted in above format with breakup. Quoting of consolidated price

without breakup will not be considered.

(3) 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.

(4) The Rates of CMC should be quoted in Indian Rupees only.

SIGNATURE & STAMP OF TENDERER

26

[EQUIPMENT PURCHASE] [ PART-I]

(FORMAT OF AUTHORIZATION LETER FOR AUTHORIZED DISTRIBUTOR) {IN ORIGINAL}

(Pl. see Condition No.17 (a) (ii))

I / We . hereby

declare that....

1. 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;

2. 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

3. 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;

4. I/We shall notify the Managing Director, G.M.S.C.L. 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 in the tender enquiry in case of such

a change of agreement.

5. This authority is applicable only for Tender Enquiry # .

Date:-

SIGNATURE & STAMP OF TENDERER

27

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

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:

Sign. with stamp

Place:

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

SIGNATURE & STAMP OF TENDERER

28

ANNEXURE -I

Government of Gujarat, Finance Department, GR. No.

EMD/10/2014/570/DMO

Date 01/04/2015

{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, 2016. 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.

(i) Commercial Banks

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

(ii) Co-operative and Rural Banks

1) The Kalupur Commercial Co-operative Bank Ltd.

2) Rajkot Nagarik Sahakari Bank ltd.

3) The Ahmedabad Mercantile Co-operative Bank Ltd.

4) The Mehsana Urban Co-operative Bank Ltd.

5) Nutan Nagarik Sahakari Bank Ltd.

6) Dena Gujarat Gramin Bank

All the eligible banks are instructed to collect the original documents / papers of guarantee from

the concerned tendering authority.

Sd/-

(Rajesh Manjhu)

Joint Secretary (Budget)

Finance Department.

……XXXXX…..

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Special Terms & Conditions

The tenderer who has been Black-listed or his/her tenders/supply order have ever been

cancelled or any legal proceedings have ever been initiated/pending or any penalty has ever

been levied on account of delay or non completion of supply order by any State/UT/Central

Government, his/her tender will be out rightly rejected.

Multiple bids from a same company in different names is not allowed and if proved, such bids

will be rejected

Sample: The tenderer will be required to submit 5 Sets of kits with testing report from NABL

approved laboratory to Gujarat Medical Services Corporation Ltd., Gandhinagar within 4 weeks

after last date of the submission of the tender. Quality of Fabric of sample should as per

specifications wherever as specified (Specification given in Tender documents). Non submission

of the sample will lead to rejection of the tender. The sample of successful tenderer shall be

retained in the office of the GMSCL, Gandhinagar till the supply against the order is complete.

All samples should be PINK in color i.e. PANTONE

Candy Pink 14-1911 TPX and color shade is available on

http://www.pantone.com/pages/pantone/colorfinder.aspx

Testing: The competent authority reserves the right to draw and test the kits samples supplied

by the tenderer will be got tested by GMSCL at the cost of tenderer from any NABL Accredited

laboratory (Like ATIRA) for testing of textile products.

Delivery: The acceptance of the tender will have binding effect on the said tenderer and he/she

has to supply the tendered items/ordered items within the period within 6 months. 30 % of

the supply has to be Made within 4 months, 60 % by the end of 5 months and 100% supply has

to be made by the end of the 6 months.

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

Inspection: Upon production of stipulated order quantity, the kits should be categorised in to

lots of minimum 2000 quantity of kits. The Committee of the corporation will inspect the Goods

supplied by the tenderer in response to the order/intent at the stores of GSMCL or at any other

designated place within Gandhinagar. GMSCL reserves all rights to reject the goods supplied if

same are not found in accordance with the required description/specifications

For inspection, 0.5 % sampling will be collected randomly from each lot for inspection and

testing for compliance to the specifications. In case of any discrepancies, the penalty will be

imposed as per terms & conditions of the tender document and the earnest money/security

deposit will be forfeited and the supply order will be cancelled. The cost of sampling & testing

will be borne by the supplier and testing from each lot would be done on 50-50 basis from two

different NABL approved laboratory which would be decided by GMSCL.

Site verification will be done under videography before giving order.

Variations and Corrections: In case, there is any variation in the specifications/samples

approved vis-à-vis the supply received, then that portion of supply will be rejected and the

tenderers shall be liable to supply the goods as per specification within a period of 15 days

alongwith the penalty as imposed by the competent authority.

Timely Delivery and Payment: in the event of finding the goods in order by the Committee after

inspection, the payment will released in the manner as decided by the competent authority. The

timely delivery/dispatch as stipulated in the supply order has to be strictly adhered to by the

tenderer and in case of any request for extension of time made by the said tenderer, in writing

the same will be considered by the competent authority subject to the payment of penalty as

provided in the terms & conditions of the tender.

Lifting of Defective supply: In case of defective supply, the supplier will be informed to lift the

said supply within 10 days from the date of issuance of a letter by the competent authority at

his own cost. In the event of non lifting of said defective goods within the specified period by

the tenderer, the competent authority will not be responsible in any manner for the loss or

damage if any, caused to the said goods. The competent authority also reserves a right to

impose any penalty as deem fit in case the said goods are released after the expiry of specified

period.

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-50/RC/2015-16

Name of Item : # 50.01 Mamta Kit

PENALTY: The competent authority reserves the right to impose penalties in the following

exigencies :

(a) In case the tenderer fails to submit the samples as per the above clause then Penalty @

1% of the total value of supply order will be levied. Further 15 days will be given to the

tenderer, failing which, the earnest money/security deposit will be forfeited & the

supply order will be cancelled.

(b) In case tenderer fails to complete the supply within time period as per clause above

then late penalty @ 0.1 % per day of delay of supply for the remaining goods will be

levied.

Force Majeure: If the performance in whole/part by the party is prevented/delayed by any one

or more of the force majeure events including but not limited to war, hostilities, civic

commotion, acts of public enemy, sabotage, fire, floods and other natural causes, explosion,

epidemics or non–availability of government controlled raw material under order/instruction of

Central/State Govt. regulations, strikes, lockouts, agitations, embargo, act of civic or military

authorities, the party shall not be made liable for the loss of damage due to delay or failure to

perform during the currency of force majeure event provided that the happening is notified in

writing (with documentary proof) within

7 days from the date of occurrence. The work shall be resumed as soon as practicable after the

force majeure event ceases to exist.

LOGO

Mamta Kit

Health Department

LOGO

Govt. of Gujarat