rffig medical officer-cum:...

27
rffig OFFICE OF THE CHIEF DISTRICT MEDICAL OFFICER-CUM: DISTRICT MISSION DIRECTOR, MAYURBHANJ otsTRtcT PRoGMMME MANAGEMENT UN|T (Dpillu;, HUU, Mayurbhanj, odisha Letter No.59T8' /DpMU/FtN-17-1 I Memo No. 35 fl / Date: aq. [1. r? Copy submitted to the ADMO(FW)ZeOrrAOfpit)-pf,,iOZDTOlDLO for information. Dt.l9_/_!L/_!_L OFFICE OF THE CHIEF DTSTRICT MEDICAL OFFICER, MAYURBHANJ CORRIGENDUM NOTICE ruo. 3E?R {Dt. :)q.il..l+ Ref: to the tender notice no.3276 dt.06.11.2017 and published on dt.08.1 1 .2017 in The DHAR|TR! a SeMedo. ?:"",: i:i r:PTssion of minimum number of bid proposat for !)_{!g p[,igQ the tast date ot O tender.will be opened on dt.0g.12.2017 at 11 am in ine omce chamber of undersigned. Also the financial bid of medical "qripr"nt. and instruments will be open on same day. , . Details regarding the items and terms and conditions may be downloaded from the website www.mavurbhani.nic,in. -itt tn" terms and condition will remain unchanged. sd/- Chief District Medical officer Mayurbhanj Chief Dii Mayurbhanj Copy to all office notice board -an Mayurbhanj

Upload: ngongoc

Post on 01-Apr-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

rffigOFFICE OF THE CHIEF DISTRICT MEDICAL OFFICER-CUM:

DISTRICT MISSION DIRECTOR, MAYURBHANJotsTRtcT PRoGMMME MANAGEMENT UN|T (Dpillu;, HUU, Mayurbhanj, odisha

Letter No.59T8' /DpMU/FtN-17-1 I

Memo No. 35 fl / Date: aq. [1. r?Copy submitted to the ADMO(FW)ZeOrrAOfpit)-pf,,iOZDTOlDLO for information.

Dt.l9_/_!L/_!_L

OFFICE OF THE CHIEF DTSTRICT MEDICAL OFFICER,

MAYURBHANJCORRIGENDUM NOTICE

ruo. 3E?R {Dt. :)q.il..l+

Ref: to the tender notice no.3276 dt.06.11.2017 and published ondt.08.1 1 .2017 in The DHAR|TR! a SeMedo.

?:"",: i:i r:PTssion of minimum number of bid proposat for !)_{!g

p[,igQ the tast date ot O

tender.will be opened on dt.0g.12.2017 at 11 am in ine omce chamber ofundersigned. Also the financial bid of medical

"qripr"nt. and instruments

will be open on same day.

, . Details regarding the items and terms and conditions may bedownloaded from the website www.mavurbhani.nic,in. -itt

tn" terms andcondition will remain unchanged.

sd/-Chief District Medical officer

Mayurbhanj

Chief DiiMayurbhanj

Copy to all office notice board

-an

Mayurbhanj

OFFICE OF THE CHIEF DISTRICT M EDICAL OFFICER, M AYURBHANJ

DISTRICT PROGRAM M E M ANAGEM ENT UNIT

No _____________ Dated _____/____/_____

Terms and Conditions of Tender submission & Finalisation Sealed Tenders are invited from the interested firms / agencies / Distributor for procurement & supply of Desktop,

Laptop, printer, Scanner & UPS for different NHM programme & PRMMCH of Mayurbhanj district as per specification detailed in Annexure “A”.

Pre-Bid Conference Date: 13-11-2017 Time: 11 AM at Office chamber of CDMO, Mbj.

Last date for submission of Tender

Date: 07-12-2017 Time : 1.00 P.M Address: CDMO cum DMD Mayurbhanj,

District Head Quarter Hospital, At/Po/Dist – Mayurbhanj, PIN – 757001 Trough Speed Post / Regd. Post only

Date, Time & Place of Opening of Tender

Date: 08-12-2017 Time : 11 A.M At – Office Chamber of the CDMO, Mayurbhanj

Details Item Desktop, Laptop, Printer, Scanner & UPS (Preference will be given DELL & HP) (Annexure – A)

Eligibility Criteria

a) Valid GSTIN registration certificate. b) Copy of PAN Card c) Copy of Registration of Agency / Organization d) Copy of Income tax Acknowledgement of last three F.Y.

(2014-15,2015-16 & 2016-17) e) Copy of Annual average Turnover of the firm is Rs.1 Crore or

more in the last three F.Y.(2014-15,2015-16 & 2016-17) certified by the Chartered Accountant as per the format Annexure-I

f) Three years experience in govt. sector (Proof of at least 5 work orders)

g) The declaration form in Annexure - II and duly signed by the tenderer before Notary Public / Executive Magistrate.

h) Valid Manufacturer authorization certificate as per the format Annexure-III

i) Undertaking for supply of the materials as per the specifications only as per the format Annexure - IV.

j) Tender paper cost of ₹.2000/- in form of Bank Draft/BC drawn in favor of ZSS Non-NRHM, Mayurbhanj (Non –Refundable) from any Nationalised /Scheduled Bank Payable at Baripada.

k) ₹. 25000/- in form of Bank Draft in favor of ZSS Non- NRHM, Mayurbhanj towards EMD from any Nationalised/ Scheduled Bank Payable at Baripada.

EMD will be refunded to the unsuccessful bidders after finalization of Tender Process. The EMD of successful bidder will

be refunded as per the tender norms. The previous non-performing agency or organization will be disqualified.

Signing of Documents All papers / documents submitted with the Tender must be signed by the Bidder and duly attested by notary/Executive Magistrate.

Completion of the Process 30 days from the placement of Supply Order in each case.

Submission of Bid Documents The Bidders must submit the bid documents in the sealed envelope and the outer envelope must be superscribed on the top of the envelope “Tender for supply of Desktop, Laptop, Printer, Scanner,

UPS for PRM medical college of Mayurbhanj district” and to be addressed

to the CDMO, Mayurbhanj, At/PO. – Baripada, Dist – Mayurbhanj PIN-757001 ,Odisha by speed post/Regd post only. Technical bid and financial bid must be submitted separately. Both the bids to be kept in the sealed envelope. The bidders qualified in the technical bid will be eligible for opening of financial bid. The Technical bid contain:

1. Bid documents Technical and related documents. 2. Tender paper cost.’

3. EMD. 4. Valid authorization

The Financial Bid contain: 1. Bid Document ( Financial)

Late supply penalty If the supply is not made within the time for tender items a late penalty of 2% per week or part thereof up to maximum10% from the billed amount.

Breakage Any breakage of glass item or any other material during transportation must be replaced immediately.

Term & Conditions All items are installed at the destination point as mentioned in order copy by the bidders. Bidder must provide the free services and warranty on site.

Validity The rate must be quoted as per specification, term & condition and will be valid for one year.

1. The bidders shall ensure that each page of the tender

document is to be signed with authorized signatory and

company seal.

2. Bidders who qualify in the technical bid will be eligible

for financial evaluat ion.

3. Quant it ies may be increased / decreased by the tender

invit ing authority as per the requirement.

4. It would be the responsibility of the Bidder’s

representat ive (only one person per bidder) to be

present at the venue of opening of Bids. In case absence

of any bidder then bid document could be opened by

the committee members.

5. The items delivered should be as per the specification

ment ioned with clear visibility of contents. If found

defect ive, the same has to be replaced immediately

within seven days & total cost will be borne by the

concerned awarded party.

6. That the supplier should give an under taking that

supplies are within one year from date of manufacture

and software should be updated.

7. Tender Document can also be downloaded from

‘Tenders’ link of the M ayurbhanj NIC website

www.mayurbhanj.nic.in

Bids once submit ted will be t reated, as f inal and no further

correspondence in this regard will be entertained. No bidder

shall be allowed to withdraw the bid. The CDM O, M ayurbhanj

has the right to reject any or all the bids received without

assigning any reason whatsoever. The CDM O, M ayurbhanj shall

not be responsible for non-receipt / non-delivery of the bid

documents due to any reason whatsoever.

Legal Issue All disputes or differences what so ever arising between the

supplier and Office of CDM O, M ayurbhanj shall be set tled by

the sole arbit rator appointed by CDM O, M ayurbhanj. No

object ion shall be raised on the ground that the arbit rator so

appointed is an employee of CDM O, M ayurbhanj or is one of

the part ies to the tender himself or that the persons so

appointed had to deal with the matter to which the tender

relates in his official capacity

Annexure “A” List of items with specifications

N.B. The equipment supplied must be properly labeled with Sl. No., Model Name, Make & year of manufacture. The agency should submit the undertaking that the product must be manufacture within one

and the software should be updated.

Sl NO

Name of the items Requirement

Specifications

1 Desktop (core i5) 10 AS per Annexure “A”

2 Desktop (core i3) 15 AS per Annexure “A”

3 Printer 10 AS per Annexure “A”

4 Scanner 3 AS per Annexure “A”

5 UPS 25 AS per Annexure “A”

6. Laptop (core i 7) 3 As per Annexure “A”

7. Copier 2 As per Annexure “A”

Bid Documents (Technical)

Name of the firm / agency (Proof of Registration to be Submitted)

Address of the Firm / Agency

Name of the Contact person

Email of the contact person

Contact Number

PAN Card No of the organization (Firm/Agency/Proprietor).Copy to be attached

Copy of valid GSTIN registration certificate

Copy of Income tax Acknowledgement of last three F.Y. (2014-15,2015-16 & 2016-17)

Copy of Annual average Turnover of the firm is Rs.2 Crore or more in the last three F.Y.(2014-15,2015-16 & 2016-17) certified by the Chartered Accountant as per the format Annexure-I

Three years experience (Proof of at least 5 work orders )

The declaration form in Annexure – II duly signed by the tenderer before Notary Public / Executive Magistrate.

Valid Manufacturer authorization certificate as per the format Annexure-III

Undertaking for supply of the materials as per the specifications only as per the format Annexure – IV.

Tender paper cost of ₹.2000/- in form of Bank Draft / BC drawn in favor of ZSS non- NRHM, Mayurbhanj (Non –Refundable) from any Nationalised/Scheduled Bank Payble at Baripada.

₹.25000/- in form of Bank Draft in favor of ZSS non-NRHM, Mayurbhanj towards EMD from any Nationalised/Scheduled Bank Payble at Baripada.

BID Document (Financial)

Sl Name of items Specifications Rate in Rs. Per unit/ piece

(Exclusive of all Tax & Inclusive of installation & Transportation)

Rate of GST in Rs.

Per unit/piece

Total Rate in Rs. Per Unit/Piece (Inclusive of all Tax & Inclusive of

installation & Transportation)

1 Desktop ( core i5)

AS per Annexure “A”

2 Desktop (core i3)

AS per Annexure “A”

3 Printer

AS per Annexure “A”

4 Scanner

AS per Annexure “A”

5 UPS

AS per Annexure “A”

6. Laptop (core i7)

AS per Annexure “A”

7. Copier

As per Annexure “A”

Date: Signature

Place: Name

Designation:

Technical Bid

Annexure-A (Technical Specification)

1. Technical Specification for Desktop Computer (Intel Core i3)

Sl NO Component Specification Compiled

(Yes/No)

1 Processor 7th Generation Intel core i3-7100 with 3.9 GHz, 3MB Cache or

Higher

2 Chipset Intel H270 Express chipset with integrated Intel HD graphics

3 RAM 4 GB DDR4-2133 RAM or Higher with 16 GB Expandability

4 HDD 1 TB HDD of 7200 rpm serial ATA HDD

5 Monitor Minimum 18.5’’ LED color MONITER tco-05/06 certified from the

same OEM

6 Keyboard USB 104 Keys or more Multimedia Keyboard Rupee ready

isolated keyboard

7 Mouse Optical with USB interface.

8 Bays Minimum 01 Nos or more.

9 Ports Min 4 USB ports with min 2x2.0 and 2x3.0 (With at least 2 in

front) , 1 serial audio ports for microphone and headphone in

front, 1 VGA Port

10 Bus

Architecture

2 PCI ( PCI/PCI express ) or more

11 Cabinet Tower

12 DVD re-writer Internal 16X DVD Writer or Higher

13 Network Integrated on board Ethernet Controller 10/100/1000 with PXE

support and Remote wake up

14 Operating

System

Windows 10pro 64 bit with separate recovery media disc for

each computer

15 Certifications Energy Star , RoHS & ISO 9001:2008 with Windows and Linux

Certification

16 Antivirus Latest Version of Antivirus ( Kaspersky /NOD32/e-Trust /McAfee /Quick Heal /Norton) with features like anti-virus, Anti-spyware, Installation Prevention Browser protection with single management console 3 years subscription) with 3 year subscription with support updates and patches. Should be able to prevent attacks below the operating system.

17 Warranty 3 years onsite comprehensive warranty with spare and labour.

18 Accessories With required connecting cabbies and driver media should be

supplied.

Technical Specification for Desktop Computer (Intel Core i5)

Sl. No. COMPONENT SPECIFICATIONS

i) Processor 7th Generation Intel core i5-7100 with 3.9 GHz, 3MB Cache or Higher

ii) Motherboard H110 with 2DIMM Slots

iii) Memory 4GB DDR4 (2.5Ghz) or better with 2DIMM Slots expandable up to 32GB

iv) Hard Disk Drive 1TB SATA HDD (7200rpm)

v) Hard Disk Controller Integrated On-Board Hard Disk Controller supporting Serial ATA Interfaces

vi) ODD Standard 24X DVD RW

vii) Monitor 18.5" Wide TFT TCO 06 monitor. Monitor resolution to be 1920*1080 with internal speakers and Energy Star

viii) Display VGA, DVI, HDMI Ports (all the ports to be available onboard, no converter)

ix) Power Supply Min 200W SMPS

x) Security (Software) McAfee Anti Virus for 3Years

xi) Security (Hardware) TMP 1.2

xii) Key Board USB 104 Keys or more Multimedia Keyboard Rupee ready isolated keyboard

xiii) Mouse USB Two Button Optical Scroll Mouse

Xiv) Network Card Integrated on board Ethernet Controller 10/100/1000 with PXE support and Remote wake up

xv) Interfaces 1Serial, 1 parallel, Minimum 6 USB (with 2 in front) & 2 NOS USB VER 3.0.Audio Ports

xvi) Expansion-Graphics Slots

1PCI, 2PCIe X1, 1PCIe X16

xvii) Cabinet MATX Cabinet with chassis capacity min 24mtrs

xviii) Audio Integrated on board audio controller

xix) Audio Ports Rear: 1Line in, 1Line out, 1Mic.

xx) Operating System Windows 10 Professional (64bit)

xxi) Certifications Windows, Energy Star, Linux, EPEAT Gold India

Laserjet Printer Specification (M ake: HP / canon)

Sl. No. Parameter Specification

1 Printer Type Laser

2 Paper Size A4

3 Print Speed (A4) Mono 28 PPM or Higher (A4)

4 Network Capability Required

5 Duplex Automatic

6 Duplex Print Speed (A4) 18 IPM or more

7 Processor Speed 800 MHz or above

8 Memory 256 MB or more

9 Duty Cycle 20000 pages or more

10 Recommended Monthly

Page Volume 2500 pages or more

11 Input Trays 250 sheets or more. Priority tray of

10 sheets or more

12 Output Tray 150 sheets or more

13 Warranty 3 or 5 Years

2. 0.6 KVA UPS with 30 minutes back up (Make: APC / Numeric / Emerson)

Specification

0.6 KVA UPS with battery back-up, isolation transformer, static switch and maintenance bypass as per following specs.

Type: Stand alone True online Double conversion technology with DSP control.

INPUT:

Rated voltage: 230 V, 50 Hz,

Voltage Range : 165 to 275 V( at full load), 110 V to 300 V( at 50% load)

Frequency Range : 46-54 Hz

Power factor > 0.95 at 100 % load

Protection: Thermal breaker.

RECTIFIER /CHARGER:

Latest generation IGBT based.

Auto Float cum Boost charging facility.

THDI </= 5 % at full load.

DC Ripple < 1 %

Voltage Regulation ±1%

INVERTOR:

Latest generation IGBT based PWM for true sine wave output.

OUTPUT :

Rated voltage 220/230/240 V

Rated frequency 50 Hz

Voltage regulation : 1%

Frequency regulation : 0.5 Hz in un-sync mode

Sync zone : 47.5 Hz to 52.5 Hz

Power factor > 0.8

Overload Up to 125 % for 60 seconds

Harmonic distortion : < 7% for 100% nonlinear load.

BATTERIES:

Maintenance free Battery for 0.5 hour back up.

BY PASS :

Static Switch operated By Pass takes over immediately in the event of overloads or faults, ensuring continuous power supply to the loads.

Manual Bypass : Make before break.

Transfer time : < 5 ms in sync mode and < 20 ms in un-sync mode.

EFFICIENCY : AC-AC : > 84 %

Crest Factor : 3:1

Communication Interfaces: USB, RS232

Technical Specification of Scanner

Sl. No. Component Specification Compiled (Yes/No)

1 Scanner Type Flat Bed

2 Scanning Technology CIS

3 Document Size A4

4 Scanning Feature Simplex

5 Resolution 1200x1200 or higher

6 USB Interface 2.0

7 Warranty 1 Year comprehensive onsite Warranty

Technical Specification for Laptop (Intel Core i7)

Sl. No. COMPONENT SPECIFICATIONS

i) Processor Latest Generation Intel core i7-1.6 GHz or above, 3MB Cache or Higher

ii) Motherboard Latest compatible 8 series chipset or higher

iii) Memory 4GB DDR4 (2.5Ghz) or better with 2DIMM Slots expandable up to 32GB

iv) Hard Disk Drive 1TB SATA HDD (7200rpm) with anti shock protection.

v) Webcam Inbuilt HD camera 1.3 mega pixel or above

vi) ODD Standard 24X DVD RW

vii) Display 14" and above resolution to be 1366 x 768 with integrated web camand Energy Star

viii) Display control Integrated Intel HD graphics 4400

ix) Wireless control Integrated wireless b/g/n, integrated blue tooth

x) Security (Software) McAfee Anti Virus for 3Years

xi) Security (Hardware) TMP 1.2

xii) Key Board Keyboard with touch pad

xiii) Accessories Driver Media disc, laptop backpack for each laptop, Required connecting cable.

Xiv) Network Card Integrated on board Ethernet Controller 10/100/1000 with PXE support and Remote wake up

xv) Interfaces 2 x 2.0 USB and 1 x 3.0 USB, HDMI port, 3 in one card reader & other standard feature.

xvi) Power supply Input voltage 110v- 250v AC adopter with OEM cables

xvii) Cabinet Scratch proves body in black colour.

xviii) Audio Integrated audio speaker with microphone.

xix) Backup Minimum 6 Hr. battery backup on single battery.

xx) Operating System Windows 10 Professional (64bit) with recovery media for each laptop.

xxi) Certifications Windows, Energy Star, Linux, EPEAT Gold India

Copier: (Canon/HP)

SPECIFICATIONS

1 Copy / Print Speed A4=22PPM A3=11PPM

Warm-Up Time 13 secs

Recovery from Sleep Mode 4.3 secs

First Copy Time 7.4 secs

Memory 512MB

Installation Space (W × D) 921 x 589mm (when multipurpose tray is extended) Power Supply 220 to 240 V AC, 50/60 Hz, 2.7 A

Max. Power Consumption 1.5 kWh (2 W during Sleep mode)

Drum Yield Approx. 61,700 sheets

Print Resolution 600 x 600dpi

Page Description Language UFRII LT (Standard)

Print OS Compatibility Windows 10/8.1/8/7/Vista/XP, Windows Server 2003/

Server 2003 R2/Server 2008, Mac OS X 10.6.X or later

Interface Ethernet 100Base-Tx/10Base-T, / USB x 1

Network Protocol TCP/IP (IPv4/IPv6) Frame type: Ethernet II Print applications: LPD/Raw/WSD

Copy Resolution 600 x 600dpi

Multiple Copies/Prints Up to 99 copies

Magnification 25% - 400%

Pull Scan & Push Scan (MF Toolbox)

BW/CLR 300 x 300dpi

Scan Speed (A4, 300dpi) BW: 23 sheets/minute CL: 12 sheets/minute

File Format (Scan) PDF/Compact PDF/Searchable PDF/BMP/JPEG/

EXIF/TIFF

Paper Sizes A3, B4, A4R, A4, B5R, B5, A5R, India-LGL, FOOLSCAP

Paper Input Capacity (Standard) 250 sheets (80gsm)

ANNEXURE – III

(Refer Clause No. 2.2(i))

(To be submitted in Cover A -Technical Bid)

M ANUFACTURER’S AUTHORISATION FORM AT

To

_______________.

________________

Ref: Tender No. Dated for ___________.

Dear Sir,

We, ------------------------------------------ are the manufacturers of ---------------------------------- (name of

Desktop, Laptop, Printer & UPS and have the manufacturing factory at --------------------------------------.

1. M essrs -------------------------------------- (name and address of the agent) is our authorized distributor for

sale and service of ----------------------------- (name of Desktop, Printer & UPS

2. We confirm that no supplier or firm or individual other than M essrs----------------------------------------------

------- (name of the above distributor) is authorized to submit a tender and enter into a contract with

you for the above goods manufactured by us.

3. We also extend our full warranty (3 years comprehensive warranty) and also full back-up support for 3

years AM C/ CM C after the warranty period as required by the purchaser.

Yours faithfully,

-----------------------------------

(Signature with date, name and designat ion)

For and on behalf of M essrs ------------------------------

(Name & address of the manufacturers)

Seal

Note :

1. This letter should be on the let terhead of the manufacturer and should be signed by a person

having the power of at torney to legally bind the manufacturer with contact number.

2. Original let ter shall be at tached to the technical bid.

ANNEXURE – I (Refer Clause No. 3.8)

(To be submitted in Cover A -Technical Bid) (To be furnished in the letter head of the Auditor/ Chartered Account)

ANNUAL TURN OVER STATEM ENT

The Annual Turnover for the last three financial years of M / s_____________________ who is a

M anufacturer / Distributor (Pl. t ick whichever is applicable) are given below and certif ied that the statement

is t rue and correct.

__________________________________________________________________________

Sl.No. Year Turnover in (Rs.)

__________________________________________________________________________

1. 2014 - 2015 (FY) -

2. 2015 - 2016 (FY) - 3. 2016 – 2017 (FY) -

___________________________________________________________________________

Average Annual Turnover (for the above three years) in (Rs.)_______________________

_________________________________________________________________________

Date: Signature of Auditor/

Place: Chartered Accountant

(Name in Capital)

Seal M embership No.-

Registration No. of Firm

Note: a) To be issued in the letter head of the Auditor/Chartered Accountant mentioning the Membership

no.

b) Separate certificates should be furnished for different manufacturer/importer in case the bidder

(authorized distributor) is quoting products of different manufacturers/importers. The authorized

distributor has also to furnish his turnover statement in the above format.

ANNEXURE

IV

(Refer Clause No. 3.10)

(To be submitted in Cover A -Technical Bid)

STATEMENT REGARDING DEVIATIONS FROM TECHNICAL SPECIFICATIONS (IF ANY)

Following are the Technical deviations and variations from the purchaser’s Technical Specifications.

Sl.

No. Item Name

Clause of Technical

Specification

Statement of Deviations /

Variations if any

1

2

..

..

..

In case there is no deviation from technical specification, Pl. Mention No Deviation.

Signature of the Bidder

Name :

Date : Place :

Seal

The supplied materials must be manufactured within 1 yr and mentioned (label) in the material.

ANNEXURE – II (Refer Clause No. 3.6)

(To be submitted in Cover A -Technical Bid)

DECLARATION FORM

I / We …………………………………………………………………having My / our

……………………………………………………………………office

at…………………………………………………….do declare that I / We have carefully read all the

terms & conditions of tender of the _______________, Odisha for the supply of Desktop, Laptop, Printer,

UPS, Copier. The approved rate will remain valid for a period of one year from the date of approval. I will

abide with all the terms & conditions set forth in the Tender Reference no. ____________________

I/ We do hereby declare I/ We have not been de-recognised / black listed by any State Govt. /

Union Territory / Govt. of India / Govt . Organizat ion / Govt . Health Institutions for supply of Not of

Standard Quality items / non-supply.

I/We agree that the Tender Inviting Authority can forfeit the Earnest Money Deposit and or

blacklist me/us for a period of 3 years if, any information furnished by us proved to be false at the time of

inspection / verification and not complying with the Tender terms & conditions.

I / We ………………………………………………………………………do hereby declare that I /

we will supply the _________________ as per the terms, conditions & specifications of the tender

document. I / we further declare that I / we have a service centre / will establish a service centre within

one month of installation of the equipment in Odisha.

Signature of the bidder :

Seal Date :

Name & Address of the Firm:

Affidavit before Executive Magistrate / Notary Public.

1 | P a g e

TENDER DOCUM ENT FOR TWO WHEELER VEHICLE

1. ELIGIBILITY CRITERIA OF THE BIDDER:

The bidder must meet the following eligibilit y criteria and must furnish the proof of

documents in Technical Bid thereof otherwise the bid will be rejected.

1.1 The bidder should have an average annual turnover of 2 crore (Rupees two creore

only) in the last 3 f inancial year i.e (2014-15, 2015-16 & 2016-17). The Bidder shall

submit a cert ificate as per Annexure-II f rom a Charted Accountant .

1.2 The bidder must have to furnish Odisha GSTIN Regist rat ion Cert if icate along with

up-to dated VAT Clearance Cert ificate of FY 2016-17 valid t ill 31.03.2018.

1.3 Self-Declarat ion form in the f irm let ter head as per Annexure-IV.

1.4 Valid Authorisat ion cert ificate from OEM.

1.5 PAN card of the firm.

2. SUBM ISSION OF BID:

The Bids are to be submit ted under Two-Part Bid System. Both t he bids should be submit ted

in separate sealed covers duly super scribed as TECHNICAL BID and PRICE BID respect ively

and both the bids should be put into a third cover which should be super scribed as,

“TENDER FOR SUPPLY OF TWO WHEELER VEHICLE” (as the case may be) and should

ment ion Tender Ref. No failing which it w ill be t reated as non-responsive. The Technical Bid

should be submit ted along with the documents annexed as Annexure- I, II, III, IV (Page no- 6

to 9) and Price Bid as per Page no-10 respect ively. The bidder should ment ion the name and

address on each cover.

3. TECHNICAL BID:

Documents to be submitted in the Technical Bid are follows:

i. Demand Draft towards EM D amount ing to Rs 20,000/ - (Rupees Ten Thousand Only)

ii. The bidder must furnish PAN and up-to dated VAT Clearance Cert ificate of F.Y 2016-17.

iii. Bidder Profile and Pre-Qualif icat ion Form (Annexure-I)

iv. Annual Turnover Statement in the let ter head of t he Charted Accountant (Annexure-II)

v. The bidder (OEM / Authorised Business Part ners) has to submit M anufacturer’s

Authorisat ion Form (M AF) from the Original Equipment M anufacturer (Annexure-III).

vi. Self-Declarat ion form in the f irm let ter head as per Annexure-IV.

vii. Technical Specificat ion Compliance Sheet at Page No-05. Technical informat ion and

specificat ions prescribed by the manufacturer for the items quoted.

4. PRICE BID

i. Hard Copy signed & sealed both in words and figures as per Page No-10.

ii. The Price bid of the technical qualified bidders will only be opened.

iii. The net quoted price should both in f igures and words. In case of difference in words

and f igures, words will be taken into considerat ion for evaluat ion.

iv. The cost of Vehicle includes all kinds of taxes including GST & insurance etc.

2 | P a g e

5. TERM S AND CONDITIONS

5.1 Bidders are advised to study the tender document carefully. Submission of bids shall

be deemed to have been done after careful study and examinat ion of the tender

document with full understanding of its implicat ions.

5.2 The sealed tender will be received through Registered Post / Speed Post on or

before 07/ 12/ 2017 by 1 PM . The bids received t hrough hand / Telex / Telegrams /

Fax / Email shall not be acceptable. It w ill be opened on next date at 11.00 A.M in

the Office Chamber of CDM O-cum-District M ission Director, M ayurbahnj.

5.3 The bids will not be accepted after last date and t ime specif ied in the tender

document .

5.4 The bidders shall ensure that each page of the tender document is to be signed with

authorized signatory, company seal and indexing.

5.5 It is suggested that the perspect ive bidders may submit their tender after clarifying

doubts at the above ment ioned address between 11.00 AM to 4.00 PM on all

working days from the date of issue of not if icat ion t ill the date of closure of tender.

5.6 Quant it ies may be increased / decreased by the tender invit ing authority as per the

requirement .

5.7 The quoted price shall remain valid for a period of not less than 1 year from the date

of approval.

5.8 The items should to be supplied and installed within 2 weeks from the date of

purchase order / award of work. The CDM O, M ayurbhanj reserves right to cancel the

order in the case of delay in delivery of all the items.

5.9 The bidder should quote product as per the specif icat ion in the tender document .

5.10 Bidders to ensure the availability of crit ical spare of the Hardware so that the

downt ime will be less than 3 days.

5.11 It would be the responsibilit y of the Bidder’s representat ive (only one person per

bidder) to be present at the venue of opening of Bids.

5.12 The items delivered should be new and defect free else if found defect ive the same

has to be replaced immediately.

6. M ODIFICATION AND / OR W ITHDRAWAL OF BIDS:

Bids once submit ted will be t reated, as final and no further correspondence in this regard

will be entertained. No bidder shall be allowed to withdraw the bid. The CDM O, M ayurbhanj

has the right to reject any or all the bids received without assigning any reason whatsoever.

The CDM O, M ayurbhanj shall not be responsible for non-receipt / non-delivery of the bid

documents due t o any reason whatsoever.

3 | P a g e

7. EARNEST M ONEY DEPOSIT – (EM D)

7.1 Rs 10,000 (Rupees ten Thousand only) should be paid as EM D in the form of

Demand Draft from a Nat ionalised Bank located in India, drawn in favour of ZSS

NVBDCP, M ayurbhanj payable at Baripada and submit ted in the Technical Bid. The

bidder should write the organizat ion name at the back side of the DD. Bids without

EM D shall be treated as non-responsive and will not be accepted. No exemption

from submission of EM D is allowed.

7.2 The EM D of successful bidder is liable to be forfeited if the tendered, revokes any

terms of the tender within the validity period.

7.3 EM Ds given by unsuccessful bidders will be refunded after placing of work order t o

the successful bidder.

7.4 EM D of the successful bidder will be forfeited in case the successful bidder fails to

accept / executes the order.

7.5 EM D of successful bidder will be returned after receiving of successful installat ion

cert ificate of all items.

7.6 EM D shall not carry any interest .

8. EVALUATION :

The rates of the item quoted by the tenderer who qualify technically will be evaluated after

taking the following points into considerat ion: -

8.1 Rate of items of each bidder w ill be taken after inclusion of the installat ion, excise

duty, t ransportat ion, insurance, packing, forwarding, warranty, support & including

all taxes as applicable.

8.2 After Evaluat ion the lowest Eligible Bidder (NET Price) will be selected.

9. WARRANTY/ SUPPORT:

9.1 M inimum 5 years warranty of vehicle equipments.

9.2 This warranty (Comprehensive)/ support shall remain valid as per the technical

specificat ion at Page No-05.

9.3 The warranty will cover all the parts of the hardware as per the technical

specificat ion provided in the tender document and any replacement or repair

required within the warranty period will be provided by the supplier free of cost at

the Installed locat ions. The supplier will take back the replaced parts / goods at the

t ime of their replacement . No claim whatsoever shall be made on the purchaser for

the replaced parts / goods thereafter. No t ravelling allowances or t ransportat ion

cost will be paid by the purchaser during warranty period.

9.4 The Supplier warrants that the Goods supplied under this cont ract are new, unused,

of the most recent or current models and they incorporate all recent improvements

in design and materials (even if the advanced facilit ies are not ment ioned in our

product specif icat ion). The Supplier further warrants that all Goods supplied under

this cont ract shall have no defect arising from design, materials or workmanship

(except when the design and / or material is required by the Purchaser’s

Specificat ions) or from any act or omission of the Supplier, that may develop under

normal use of the supplied Goods in the condit ions prevailing in the place of final

dest inat ion.

4 | P a g e

9.5 The Purchaser / consignee shall prompt ly not ify the Supplier in writ ing / Fax /

Telephone of any claims arising under this warranty.

9.6 Upon receipt of such not ice, the Supplier shall w ith all responsible speed will repair

or replace the defect ive goods or parts thereof without cost to the purchaser to

maintain its UP TIM E offered in the beginning of purchase otherwise penal

provisions shall apply if the supplier fails to keep up its UPTIM E.

9.7 If the Supplier, having been not ified, fails to remedy the defect (s) w ithin 1 days, the

Purchaser may proceed to take such remedial act ion as may be necessary, like

forfeiture of EM D incurred by the purchaser.

10. DELIVERY, INSPECTION & INSTALLATION :

The two wheeler vehicles are to be supply at O/ o CDM O, M ayurbhanj (NVBDCP

Unit )Baripada. After delivery & test drive cert if icate should be obtained from the concerned

in charge of the health inst itut ion along with stock ent ry cert ificat ion that should be

submit ted to the O/ o CDM O, M ayurbhanj for process of payment .

11. PAYM ENT TERM S :

The payment will be made after successful supply and commissioning of all the items at

respect ive locat ions. The bidder has to produce installat ion and commissioning cert ificate

from concerned authority in order to release payments. Payment of the purchase order

value will be released after the supply of all the it ems.

12. ARBITRATION:

Office of the CDM O (NVBDCP Unit ), M ayurbhanj & the supplier shall make every effort to

resolve amicably by direct negot iat ion on any disagreement or dispute arising between

them under or in connect ion with the work assigned. In case of their failure to resolve the

mat ter, it w ill be referred to the CDM O- cum-Dist rict M ission Director, NHM whose decision

will be f inal & binding on both the part ies.

13. LEGAL JURDICATION:

All legal disputes are subject to the jurisdict ion of Baripada Courts.

5 | P a g e

TECHNICAL BID FOR TWO WHEELER BIKE

MAKE & MODEL: ______________________________________ (To be specified)

COM PONENTS SPECIFICATIONS COM PLIED (Y/ N) DEVIATIONS IF ANY

Engine : Air cooled, 4 st roke, 125 CC ; pet rol

Performance : 9 Ps(BHP) and above

Compression rat io : 10

Fuel System : Carburet tor

Start ing System : Kick &electric

Air filter : Paper filter

Transmission : 4 speed gear

Fuel tank : 6 lts. and above

Ground clearance : 150 mm

Tyre : Tube less 80/ 100

Brake system : as per AIS/ BIS safety

Battery/ Headlamp: 12V

24 month onsite warranty with t ransportat ion

(including loading & unloading)

Seat ing capacity 2 person

Colour : black

Accessories: complete built unit along with all

standard mount ing and accessories e.g. tool kit leg

guard, mud flaps, seat covers and standard

fitments.

As per the test cert ificate from agencies of rule

126 CM VR-1989

Signature of Tenderer

Full name in Capital

Designation with Seal

6 | P a g e

TECHNICAL BID FOR TWO WHEELER SCOOTY

MAKE & MODEL: ______________________________________ (To be specified)

COM PONENTS SPECIFICATIONS COM PLIED (Y/ N) DEVIATIONS IF ANY

Engine : Displacement (cc) 125cc

Cylinders 1

Max Power 8.50 bhp @ 6,500

rpm

Maximum Torque 10.54 Nm @ 5,000

rpm

Bore (mm) 52

Stroke (mm) 58

Valves Per Cylinder 2

Fuel Delivery System Carburettor

Fuel Type Petrol

Cooling System Air Cooled

Fuel Tank Capacity (Litres) 5 lts.

Colour : Black

Accessories: complete built unit along with all

standard mount ing and accessories e.g. tool kit leg

guard, mud flaps, seat covers and standard

fitments.

As per the test cert ificate from agencies of rule

126 CM VR-1989

Signature of Tenderer

Full name in Capital

Designation with Seal

7 | P a g e

Annexure‐I BIDDER PROFILE AND PRE-QUALIFICATION FORM

Name of the Firm/ Company

Detail Address

Contact Details

Email Id

Address of Service Cent re

Contact Details of the Service Cent re

Email Id

Type of Company (PSU/ Public/ Pvt Ltd/ Partnership/

Proprietary/ OEM / Authorised Business Partner)

Year of Establishment / Incorporat ion

GSTIN Regist rat ion No. w ith Latest VAT Clearance

Cert ificate (Copy to be Enclosed) 2016-17

Contact Details of the Person authorised t o make communicat ion to CDM O, M ayurbhanj

Name

Designat ion

Contact Details

Fax No

Email Id

Classificat ion (If not OEM , Bidders need to submit OEM Authorisat ion Let ter)

OEM

Others, Pl Specify

Company/ Firm Details

Signature of Witness Signature of the Tenderer

Date Date

Place Place

Company Seal

8 | P a g e

Annexure‐II ANNUAL TURN OVER STATEM ENT

(In letterhead of Charted Accountant)

The Annual Turnover of M / s_________________________________________________for

the past three years are given below and cert ified that the statement is t rue and correct .

Signature of Charted Accountant

(Full Name in Capital Letter)

Date: M embership No.

Place: Seal

Sl. No. YEAR Turnover in Lakhs(in Rs.)

1 2014-2015

2 2015-2016

3 2016-2017

Average Annual Turnover of last three (3) years

9 | P a g e

Annexure‐III

M ANUFACTURER'S AUTHORIZATION FORM (M AF)

(in case the bidder is not an OEM )

Dated______________

To,

The CDM O – cum- District M ission director

M ayurbhanj

Baripada 757001

Dear Sir,

Tender Reference No. ______________, dated ___________________. We

_________________________________________________, who are established and

reputable manufactures of ____________________________ having offices

at________________________ and _________________________ do hereby authorize

M / s.____________________________________________________(Name and address of

Authorised Business Partners) to offer their quotat ion, negot iate and conclude the cont ract

with you against the above invitat ion for tender offer. We hereby extend our full guarantee

of providing warranty support during the warrant y period as per terms and condit ions of the

tender and the cont ract for the equipment , services offered against this invitat ion for tender

offer by the above f irm.

Yours faithfully,

(Name)

For and on behalf of M / s____________________

(Name of OEM )

Note: This let ter of authority (M AF) should be on the let terhead of the manufacturer (OEM )

and should be signed by a competent person of the manufacturer.

10 | P a g e

Annexure‐IV

SELF DECLARATION FORM

(To be submit ted on Bidder’s let ter head)

[To be submit ted in Technical Bid]

To

The CDM O cum District M ission Director

M ayurbhanj

At/ Po- Baripada-757001

Dist- M ayurbhanj

Dear Sir,

Sub: Your Tender Ref. No. ____________, Dated _________________.

This is with reference to your above ment ioned t ender for supply and installat ion of

DG Set . Having examined the tender document , we hereby submit our proposal along with

the necessary documents. I / We hereby declare that our company is having unblemished

past record and was not under a declarat ion of ineligibilit y for corrupt and fraudulent

pract ices issued by Government of India or any State Government / PSU in the count ry of

India.

Further, we agree to abide by all the terms and condit ions as ment ioned in the

tender document . We have also noted that NHM reserves the right to consider/ reject any

or all bids without assigning any reason thereof.

Date:_______/ _______/ 2017

Authorised Signatory:

Name:

Designation:

Place:

Phone:

Email:

11 | P a g e

PRICE BID DG SET

SL.

NO.

SPECIFICATION Total Cost

(Excluding

taxes) in Rs

per Unit

GST/ Any Taxes/

Govt. Duty in Rs

per Unit

Total cost

(inclusive of

all Taxes as

applicable) in

Rs

1. TWO WHEELER BIKE

2. TWO WHEELER SCOOTY

Signature of Tenderer

Full name in Capital

Designation with Seal