supply of high end diagnostic equipments · pdf fileguidelines for uploading documents in my...
TRANSCRIPT
1
Notice Inviting e-Tender
West Bengal Medical Services Corporation Limited Swasthya Bhawan Complex GN-29, Salt Lake, Sector-V
Kolkata-700091 Phone No (033) 23576504 / 23576505 E mail: [email protected]
SUPPLY OF HIGH END DIAGNOSTIC EQUIPMENTS [DIGITAL RADIOGRAPHY (DR)] IN THE
HOSPITALS AND MEDICAL COLLEGES OF THE GOVERNMENT OF WEST BENGAL.
(Submission of Bid through online)
Bid Reference No.: WBMSCL/NIT-15/2013 Dated- 14.05.2013
2nd call of schedule III of tender no. WBMSC/NIT-05/2012-13, dated 20.12.2012
The following amendments have been made in the tender document,
Amendment - I
Replace the following (marked in Red) (In Page: 47)
Form 8: Statement of Breakup of Duties and Taxes
Sl.
No.
Particulars Percentage Price (In INR)
1 Basic Price of
Equipment / Work /
Services
2 Customs Duties
3 Excise Duties
4 Freight Charges
5 Insurance
6 CST
7 VAT
8 Service Tax in case of
CMC
2
9 Others, if any
Gross Price / CMC
Charges
Note: Please submit 2 (two) separate statements for gross price of equipment and
CMC charges.
As Under
Form 8: Statement of Breakup of Duties and Taxes
Sl.
No.
Particulars Percentage Price (In INR)
1 Basic Price of
Equipment / Work
2 Customs Duties
3 Excise Duties
4 Freight Charges
5 Insurance
6 CST
7 VAT
8 Others, if any
Gross Price
Note: Please submit 2 (two) separate statements for
i) Gross price of equipment and
ii) Cost of site preparation including interiors.
3
Amendment - II
Replace the following (marked in Red) (In Page: 30)
SCC - 5
GCC - 32
Add GCC clause 32
The successful bidder shall be required to undertake supplies of quantity
as per schedule of requirement spread over a period of 18 months from the
date of contract at the accepted bid price.
As Under
SCC - 5
GCC - 32
Add GCC clause 32
The successful bidder shall be required to undertake supplies of quantity
as per schedule of requirement spread over a period of 1 year from the
date of contract at the accepted bid price.
4
Amendment - III
Replace the following (marked in Red) (In Page: 13-14)
E. Submission and Opening of Bids
The following are to be submitted:
i) Non statutory documents to be submitted under My Space
(Each sub-category item should be in multiple page single PDF file)
Guidelines for uploading documents in My Space:
Sl. No. Category Name Sub - Category Name Document Name
1 CERTIFICATES CERTIFICATES
a) PAN Card
b) Service Tax registration
c) VAT Registration
d) CST registration
e) Import Licence
2 COMPANY DETAILS
COMPANY
DETAILS 1 a) TRADE Licence/Enlistment
b) Registration with the Registrar Of Companies
COMPANY
DETAILS 2
a) Valid Drug Manufacturing Licence (National/International)
b) (In case, manufacturing licence is not required / applicable
for production of the quoted item, notarized declaration from
the manufacturer is to be submitted)
c) Current registration as SSI (if any)
3 CREDENTIAL
CREDENTIAL 1
Performance Statement Form (For the period of last three financial
years) - Form 6 of Section V
To attach: Documentary evidence (Client’s certificate) in support of
satisfactory completion of above orders.
CREDENTIAL 2 ISO certificate of the manufacturing factory
4
DECLARATION
DECLARATION1 a) Income Tax returns for last three financial years
b) Service Tax returns for last three financial years
DECLARATION2 a) VAT Returns for last three financial years
b) VAT Clearance Certificate
DECLARATION3 a) CST Returns for last three financial years
b) CST Clearance Certificate
DECLARATION 4
Legal declaration affirmed before a First Class Magistrate / Notary on
non judicial stamp paper of Rs. 100/- for,
a) Acceptance of Terms and Conditions of NIT and its
Amendments and Addendums thereto. (As per Form 9 of
Section V).
Note: Technical evaluation of the bid will be taken up only after scrutiny
of Form 9 (NIT Acceptance Form) duly notarized.
5
DECLARATION 5
Legal declaration affirmed before a First Class Magistrate / Notary on
non judicial stamp paper of Rs. 100/- for,
a) Non conviction (Should include that “[Name of the
company] have never been convicted in any State and Govt.
of India”)
b) No Adverse Action Confirmation (as per Form no. 7 of
Section V)
c) Number of the offered equipment commissioned globally in
last 3 calendar years (i.e. from 01.01.2010 to 31.12.2012)
5 EQUIPMENT
MACHINERIES 1
Manufacturer‟s Authorization (If applicable) as per Form 5 of Section V
MACHINERIES 2 List of installations & commissioning of offered model. (self declaration)
MACHINERIES 3
Satisfactory Performance Certificate from the institutions [at least
3(three) reputed Hospital (Private & Government)] where the particular
offered equipment is commissioned.
MACHINERIES 4 Statement of production capacity of the manufacturing unit per year of
the quoted & similar model. (Self Declaration)
6
FINANCIAL INFO
P/L & BALANCE SHEET
2009-2010 P/L & Balance sheet 2009-2010
P/L & BALANCE SHEET
2010-2011 P/L & Balance sheet 2010-2011
P/L & BALANCE SHEET
2011-2012 P/L & Balance sheet 2011-2012
As Under
E. Submission and Opening of Bids
The following are to be submitted:
i) Non statutory documents to be submitted under My Space
(Each sub-category item should be in multiple page single PDF file)
Guidelines for uploading documents in My Space:
Sl. No. Category Name Sub - Category Name Document Name
1 CERTIFICATES CERTIFICATES
a) PAN Card
b) Service Tax registration Certificate
c) VAT Registration Certificate
d) CST registration Certificate
e) Import Licence
f) AERB Certificate
2 COMPANY DETAILS
COMPANY
DETAILS 1 a) TRADE Licence/Enlistment
b) Registration with the Registrar Of Companies
6
COMPANY
DETAILS 2
a) Valid Manufacturing Licence (National/International)
b) (In case, manufacturing licence is not required / applicable for production of the quoted item, notarized declaration from
the manufacturer is to be submitted)
c) Current registration as SSI (if any)
3 CREDENTIAL
CREDENTIAL 1
Performance Statement Form (For the period of last three financial
years) - Form 6 of Section V
To attach: Documentary evidence (Client’s certificate) in support of
satisfactory completion of above orders.
CREDENTIAL 2 ISO certificate of the manufacturing factory
4
DECLARATION
DECLARATION1 a) Income Tax returns for 2009-10, 2010-11 & 2011-12
b) Service Tax returns for 2011-2012
DECLARATION2 a) VAT Returns for 2011-2012
b) VAT Clearance Certificate
DECLARATION3 a) CST Returns for 2011-2012
b) CST Clearance Certificate
DECLARATION 4
Legal declaration affirmed before a First Class Magistrate / Notary on
non judicial stamp paper of Rs. 100/- for,
a) Acceptance of Terms and Conditions of NIT and its
Amendments and Addendums thereto. (As per Form 9 of
Section V).
Note: Technical evaluation of the bid will be taken up only after scrutiny
of Form 9 (NIT Acceptance Form) duly notarized.
DECLARATION 5 Legal declaration affirmed before a First Class
Magistrate / Notary on non judicial stamp paper of
Rs. 100/- as per Form – 7.
5 EQUIPMENT
MACHINERIES 1
Manufacturer‟s Authorization (If applicable) as per Form 5 of Section V
MACHINERIES 2 List of installations & commissioning of offered model. (self declaration)
MACHINERIES 3
Satisfactory Performance Certificate from at least 3 (three) users of the
quoted model in support of the satisfactory operation. At least 1 (one)
client / user should be in India.
MACHINERIES 4 Statement of production capacity of the manufacturing unit per year of
the quoted & similar model. (Self Declaration)
6
FINANCIAL INFO
P/L & BALANCE SHEET
2009-2010 P/L & Balance sheet 2009-2010
P/L & BALANCE SHEET
2010-2011 P/L & Balance sheet 2010-2011
P/L & BALANCE SHEET
2011-2012 P/L & Balance sheet 2011-2012
7
Amendment - IV
Replace the following (marked in Red) (In Page: 39-40)
Form 1: Check-List [Please fill in and include with your Bid]
Note 1: It is essential that all documents in hard copy are to be placed before the Committee and arranged in
the same sequence as given in the Check List. All the documents should be appropriately flagged.
Note 2: If any document is written in any language other than English, an English translation of the document
duly authenticated is to be submitted.
Note 3: All licenses should be valid as on the last date of submission of bid.
Note 4: All the documents mentioned below are essential for qualifying in the technical evaluation.
Note 5: After opening of the technical bids, if it is found that any of the documents required to be submitted
with the bids is wanting, WBMSCL shall reserve the right to allow late submission of such document at its
discretion within a specified time limit.
Non statutory documents to be submitted under My Space
Sl.
No. Activity Yes/No/NA
Page
No in
the
Bid
Remark
1 PAN Card
2 Service Tax Registration
3 VAT Registration
4 CST Registration
5 Import Licence
6 TRADE Licence/Enlistment
7 Registration with the Registrar Of Companies
8
Valid Manufacturing Licence (National / International)
(In case, manufacturing licence is not required / applicable for production of the quoted item, notarized declaration from the manufacturer is to be submitted)
9 Current registration as SSI (if any)
11
Performance Statement Form (For the period of last five
years) - Form No. 6 of Section V To attach: Documentary evidence (Client‟s certificate) in support of satisfactory completion of above orders.
12 ISO certificate of the manufacturing factory
13 Income Tax returns for 2009-10, 2010-11 & 2011-12
14 Service Tax returns for 2009-10, 2010-11 & 2011-12
15 VAT Returns / VAT Clearance Certificate for 2009-10,
2010-11 & 2011-12
16 CST Returns / CST Clearance Certificate for 2009-10,
2010-11 & 2011-12
8
17
Legal declaration affirmed before a First Class Magistrate /
Notary on non judicial stamp paper of Rs. 100/- for,
a) Acceptance of Terms and Conditions of NIT and its
Amendments and Addendums thereto. (As per
Form 9 of Section V). Note: Technical evaluation of the bid will be taken up only after scrutiny of Form
9 (NIT Acceptance Form) duly notarized.
18
Legal declaration affirmed before a First Class Magistrate /
Notary on non judicial stamp paper of Rs. 100/- for,
a) Non conviction (Should include that “[Name of the
company] have never been convicted in any State
and Govt. of India”)
b) No Adverse Action Confirmation (as per Form no.
7 of Section V)
c) Number of the offered equipment commissioned
globally in last 3 calendar years (i.e. from
01.01.2010 to 31.12.2012)
19 Manufacturer‟s Authorization (If applicable) as per
Form no. 5 of Section V
20 List of all facilities where the quoted equipment has been
commissioned (Self Declaration)
21
Satisfactory Performance Certificate from the institutions
[at least 3(three) reputed Hospital (Private & Government)]
where the particular offered equipment is commissioned.
22 Statement of production capacity of the manufacturing unit
per year of the quoted & similar model. (Self Declaration)
23 P/L & Balance sheet 2009-2010
24 P/L & Balance sheet 2010-2011
25 P/L & Balance sheet 2011-2012
BID - A
Sl.
No. Activity
Yes/No
/NA
Page
No in
the Bid
Remark
26 Tender Fees
27
Earnest Money Deposit (EMD)/ Bid Security in the form of
Demand Draft (DD) or Bank Guarantee (BG). (*Tenderers
to follow the format given in Form No. 4 of Section V, if
EMD is submitted in the form of Bank Guarantee)
BID - B
Sl.
No. Activity Yes/No/NA
Page
No in
the Bid
Remark
28 Model of the equipment offered for (Self Declaration)
29 Comparative Data Table of the Technical Specifications
(Form No. 3 of Section V)
30 2 sets of Brochure of the offered product / model.
31 CE ("Conformité Européene") Certificate of the offered
model, as applicable
32 US FDA approval Certificate of the offered model, as
applicable
33 Self declaration by the Tenderer for agreeing that
WBMSCL will do quality check by Third Party Agency, if
9
required
34
Confirmation from manufacturer of the offered equipment that
all the facilities exist in his factory for inspection and testing
and these will be made available to WBMSCL or his
representative, if inspection is considered necessary.
As under
Form 1: Check-List [Please fill in and include with your Bid]
Note 1: It is essential that all documents in hard copy are to be placed before the Committee and arranged in
the same sequence as given in the Check List. All the documents should be appropriately flagged.
Note 2: If any document is written in any language other than English, an English translation of the document
duly authenticated is to be submitted.
Note 3: All licenses should be valid as on the last date of submission of bid.
Note 4: All the documents mentioned below are essential for qualifying in the technical evaluation.
Note 5: After opening of the technical bids, if it is found that any of the documents required to be submitted
with the bids is wanting, WBMSCL shall reserve the right to allow late submission of such document at its
discretion within a specified time limit.
Non statutory documents to be submitted under My Space
Sl.
No. Activity Yes/No/NA
Page
No in
the
Bid
Remark
1 PAN Card
2 Service Tax Registration Certificate
3 VAT Registration Certificate
4 CST Registration Certificate
5 Import Licence
6 AERB Certificate
7 TRADE Licence/Enlistment
8 Registration with the Registrar Of Companies
9
Valid Manufacturing Licence (National / International)
(In case, manufacturing licence is not required /
applicable for production of the quoted item, notarized
10
declaration from the manufacturer is to be submitted)
11 Current registration as SSI (if any)
12 Performance Statement Form (For the period of last five
years) - Form No. 6 of Section V
13 ISO certificate of the manufacturing factory
14 Income Tax returns for 2009-10, 2010-11 & 2011-12
15 Service Tax returns for 2011-12
16 VAT Returns / VAT Clearance Certificate for 2011-12
17 CST Returns / CST Clearance Certificate for 2011-12
18
Legal declaration affirmed before a First Class Magistrate /
Notary on non judicial stamp paper of Rs. 100/- for,
Acceptance of Terms and Conditions of NIT and its
Amendments and Addendums thereto. (As per Form 9 of
Section V).
Note: Technical evaluation of the bid will be taken up only after scrutiny of Form
9 (NIT Acceptance Form) duly notarized.
19
Legal declaration affirmed before a First Class Magistrate /
Notary on non judicial stamp paper of Rs. 100/- as per Form
– 7.
20 Manufacturer‟s Authorization (If applicable) as per
Form no. 5 of Section V
21 List of all facilities where the quoted equipment has been
commissioned (Self Declaration)
22
Satisfactory Performance Certificate from at least 3
(three) users of the quoted model in support of the
satisfactory operation. At least 1 (one) client / user
should be in India.
23 Statement of production capacity of the manufacturing unit
per year of the quoted & similar model. (Self Declaration)
24 P/L & Balance sheet 2009-2010
25 P/L & Balance sheet 2010-2011
26 P/L & Balance sheet 2011-2012
BID - A
Sl.
No. Activity
Yes/No
/NA
Page
No in
the
Bid
Remark
11
27 Tender Fees
28
Earnest Money Deposit (EMD)/ Bid Security in the form of
Demand Draft (DD) or Bank Guarantee (BG). (*Tenderers
to follow the format given in Form No. 4 of Section V, if
EMD is submitted in the form of Bank Guarantee)
BID - B
Sl.
No. Activity Yes/No/NA
Page
No in
the Bid
Remark
29 Model of the equipment offered for (Self Declaration)
30 Comparative Data Table of the Technical Specifications
(Form No. 3 of Section V)
31 2 sets of Brochure of the offered product / model.
32
CE ("Conformité Européene") Certificate of the offered
model, as applicable
CE ("Conformité Européene") Certificate should be from EU Notified
Bodies authorized to conduct audits.
33 US FDA approval Certificate of the offered model, as
applicable
34
Self declaration by the Tenderer for agreeing that
WBMSCL will do quality check by Third Party Agency, if
required
35
Confirmation from manufacturer of the offered equipment that
all the facilities exist in his factory for inspection and testing
and these will be made available to WBMSCL or his
representative, if inspection is considered necessary.
Amendment - V
Replace the following (marked in Red) (In Page: 6)
8. Service Up time in Warranty & CMC
Digital radiography (DR)
Working condition for a minimum period of 350 days out of a period of 365 days.
(i.e. 96% uptime)
12
The response time to any fault should be not more than 6 hrs. Time for rectification
should not be more than 24 hours
Maximum Downtime allowed without penalty :48 hours
Penalty beyond 12 hour of non physical attendance: Rs. 1500 per 24 hours.
Penalty for Downtime after 48hrs is Rs. 3000/- per 24 hours cycle
(Penalty will be paid to Private Sector Partner)
Penalty calculation will be per machine
As Under 8. Service Up time in Warranty & CMC
Digital radiography (DR)
Working condition for a minimum period of 350 days out of a period of 365 days.
(i.e. 96% uptime)
The response time to any fault should be not more than 6 hrs. Time for rectification
should not be more than 24 hours
Maximum Downtime allowed without penalty :48 hours
Penalty beyond 12 hours of non physical attendance: Rs. 3500 per 24 hours.
Penalty for Downtime after 48hrs is Rs. 7000/- per 24 hours cycle
(Penalty will be paid to Private Sector Partner)
Penalty calculation will be per machine
13
Amendment - VI
Replace the following (marked in Red) (Page: 14)
(c) Comprehensive Maintenance Contract (CMC) charges: include CMC charges of (i) the equipment
(including all accessories and ancillaries as given in the specification of the particular equipment), (ii)
all the accessories and ancillaries required for the site preparation and interiors (if included for this
item), (iii) Taxes etc. if any for this item. The rates to be quoted year wise. The annual CMC charges
shall be paid quarterly in four equal instalments.
As Under (c) Comprehensive Maintenance Contract (CMC) charges: include CMC charges of (i) the equipment
(including all accessories and ancillaries as given in the specification of the particular equipment) (ii)
all the accessories and ancillaries required for the site preparation and interiors (if included for this
item) excluding taxes and duties. The rates to be quoted year wise. The annual CMC charges shall be
paid quarterly in four equal installments.
14
Amendment - VII
Replace the following (marked in Red) (Page: 5)
5 (a) Date of Supplies & Commissioning
Work description Digital radiography (DR)
Completion of Commissioning of each award of work
(including interiors) from the date of issuance of award 30 Days
As Under
Work description Digital radiography (DR)
Completion of Commissioning of each award of work
(including interiors) from the date of issuance of award 75 Days
15
Amendment - VIII
Replace the following (marked in Red) (Page: 7)
10. Experience and Technical Capacity
Digital radiography (DR)
The manufacturer whose product is offered by the Tenderer must have commissioned at least 5 (five)
Digital Radiography machines (80 KW power output) which are functioning satisfactorily as on the
date (s) of physical inspection.
The offered equipment must be from manufacturing unit having the ISO quality certification. The
certificate must be valid and established by an internationally recognised inspection company.
Tenderers shall invariably furnish documentary evidence of at least 3 (three) users (Client's certificate)
in support of the satisfactory operation of the Goods supplied by the Tenderer.
Confirmation from manufacturer of the offered equipment that all the facilities exist in his factory for
inspection and testing and these will be made available to WBMSCL or his representative, if
inspection is considered necessary.
As under
10. Experience and Technical Capacity
Digital radiography (DR)
The manufacturer whose product is offered by the Tenderer must have commissioned at least 3
(three) Digital Radiography machines (80 KW power output) which are functioning satisfactorily as
on the date (s) of physical inspection.
The offered equipment must be from manufacturing unit having the ISO quality certification. The
certificate must be valid and established by an internationally recognised inspection company.
Tenderers shall invariably furnish documentary evidence / Client's certificate of at least 3 (three) users
of the quoted model in support of the satisfactory operation. At least 1 (one) client / user should be in
India.
Confirmation from manufacturer of the offered equipment that all the facilities exist in his factory for
inspection and testing and these will be made available to WBMSCL or his representative, if
inspection is considered necessary.
16
Amendment - IX
Replace the following (marked in Red) (In Page: 46)
Form 7: No Adverse Report Confirmation Form
This is to certify that there is no adverse report against the equipment offered by......................................
(Insert Tenderer‟s name)
Authorised Signatory of Tenderer_____________
Name__________________________________
Designation with stamp____________________
Date___________________________________
As under
Form 7: No adverse report, non conviction and successful commissioning of equipment
This is to certify that
a) There is no adverse report against the equipment offered by......................................
(Insert Tenderer‟s name)
b) [Name of the company] have never been convicted in any State and Govt. of India
c) [Name of the company] have successfully commissioned .................. number of the
offered equipment globally in last 3 calendar years (i.e. from 01.01.2010 to
31.12.2012)
Authorised Signatory of Tenderer_____________
Name___________________________________
Designation with stamp_____________________
Date____________________________________
17
Amendment - X
Replace the following (marked in Red) (In Page: 5)
5 (b) Payment Terms
Digital radiography (DR)
I. General Terms
(i) The payment to Manufacturer/ Indian Distributor will be made under Delivered Duty
Paid contract. The currency in which the price is quoted in the bid will be converted to INR as per the
conversion rate of RBI on the day previous to the date of opening of the financial bid for the purpose
of evaluation and payment.
(ii) The Tenderers may quote in INR, US Dollar, Euro & Yen only.
II. Payment terms for Manufacturer/Indian Distributor
80% of the value of goods, accessories & ancillaries, Delivered Duty Paid (DDP) value [which
includes Export-Customs declaration, Carriage to port of export, Unloading of truck in port of export,
loading Charges in port of export, Carriage (Sea Freight/ Air Freight) to port of import, Unloading
charges in port of import, Loading on truck in port of import, Carriage to place of destination, Import
custom clearance, import taxes & insurance], VAT & Entry Tax shall be paid in INR by e-payment to
sellers Bank in India on commissioning of the goods subject to acceptance of the goods by WBMSCL
or its authorized representatives through inspection.
Remaining 20% of the value of goods, accessories & ancillaries, Delivered Duty Paid (DDP)
value [which includes Export-Customs declaration, Carriage to port of export, Unloading of truck in
port of export, loading Charges in port of export, Carriage (Sea Freight/ Air Freight) to port of import,
unloading charges in port of import, Loading on truck in port of import, Carriage to place of
destination, Import custom clearance, import taxes & insurance),VAT & Entry Tax shall be paid on
submission of claim supported by the acceptance certificate issued by the consignee/purchaser’s
representative in Form 2 of Section V of the NIT, inter alia mentioning therein that the date of
completion of 90 days satisfactory and faultless functioning of the equipment and subject to other
provisions of the agreement. The cost of site preparation including interiors etc. will be paid
together with the balance 20% payment.
However, WBMSCL will furnish to the seller Bank Guarantee to be issued by United Bank of India,
Sector-V, and Salt Lake Branch for payment of the price of the goods on its delivery to the WBMSCL
at the place of installation.
18
As under
Digital radiography (DR)
I. General Terms
(i) The payment to Manufacturer/ Indian Distributor will be made under Delivered Duty
Paid contract. The currency in which the price is quoted in the bid will be converted to INR as per the
conversion rate of RBI on the day previous to the date of opening of the financial bid for the purpose
of evaluation and payment.
(ii) The Tenderers may quote in INR, US Dollar, Euro & Yen only.
II. Payment terms for Manufacturer/Indian Distributor
80% of the value of goods, accessories & ancillaries, Delivered Duty Paid (DDP) value [which
includes Export-Customs declaration, Carriage to port of export, Unloading of truck in port of export,
loading Charges in port of export, Carriage (Sea Freight/ Air Freight) to port of import, Unloading
charges in port of import, Loading on truck in port of import, Carriage to place of destination, Import
custom clearance, import taxes & insurance], VAT & Entry Tax shall be paid in INR by e-payment to
sellers Bank in India on commissioning of the goods subject to acceptance of the goods by WBMSCL
or its authorized representatives through inspection.
Remaining 20% of the value of goods, accessories & ancillaries, Delivered Duty Paid (DDP)
value [which includes Export-Customs declaration, Carriage to port of export, Unloading of truck in
port of export, loading Charges in port of export, Carriage (Sea Freight/ Air Freight) to port of import,
unloading charges in port of import, Loading on truck in port of import, Carriage to place of
destination, Import custom clearance, import taxes & insurance),VAT & Entry Tax shall be paid on
submission of claim supported by the acceptance certificate issued by the consignee/purchaser’s
representative in Form 2 of Section V of the NIT, inter alia mentioning therein that the date of
completion of 90 days satisfactory and faultless functioning of the equipment and subject to other
provisions of the agreement. The cost of site preparation including interiors etc. will be paid
together with the balance 20% payment.
However, WBMSCL will furnish to the seller Bank Guarantee to be issued by United Bank of India,
Sector-V, and Salt Lake Branch for payment of the price of the goods on its delivery to the WBMSCL
at the place of installation. The Bank Guarantee shall be provided on the date of signing of the
Contract and shall be valid for a period of 75 days.
19
Addendum I
The following addendum has been made in the tender document,
FORMAT OF BANK GUARANTEE TO BE PROVIDED TO THE SELLER BY THE BUYER
(To be executed by any bank, as per attached list, on a Rs 200 non-judicial stamp paper under
bank’s covering letter mentioning address of the bank)
In consideration of M/s XYZ Limited, {hereinafter referred to as XYZ, which expression unless
repugnant to the context and meaning thereof shall include its successors and assigns} having agreed
to exempt M/s WBMSCL {hereinafter referred to as „buyer‟ which expression unless repugnant to
the context and meaning thereof shall include its successors and assigns} from paying with XYZ a
sum of Rs._____________________ towards security in lieu of the said buyer having agreed to
furnish a bank guarantee for the said sum of Rs.__________________ as required under the term and
conditions of contract / work order / purchase order no. __________________ dated
_______________ [„hereinafter referred as the order‟] placed by XYZ on the said buyer. We
_____UBI_______ the bank [ hereinafter referred to as „the bank ‟which expression shall include its
successor and assigns] do herby undertake to pay XYZ an amount not exceeding Rs. ____________
on the demand made by XYZ on us due to a breach committed by the said supplier / contractor to the
terms and conditions to the order.
1. We _________ the bank hereby undertake to pay the amount under the guarantee without any
demur merely on a demand from XYZ stating that there is a breach by the supplier / contractor of
any of the terms and conditions contained in the order or by the reasons of the supplier‟s failure to
comply with the terms and conditions as stipulated in the order or amendment(s) thereto. The
demand made on the bank shall be conclusive as to the breach of the terms and conditions of the
order and as regard to the amount due and payable by the bank under this guarantee, notwithstanding
any dispute or disputes raised by the said supplier / contractor regarding the validity of such breach
and we agree to pay the amount so demanded by XYZ without any demur. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs.______________.
2. We, _____________ the bank further agree that the guarantee herein contained shall remain
in full force and effect during the period that would be taken for the performance of the said order
and that it shall continue to be enforceable till the dues of XYZ under or by virtue of the said order
have been fully paid and its claim satisfied or discharged or till XYZ certifies that the terms and
conditions of the order have been fully and properly carried our by the supplier / contractor and
accordingly discharge the guarantee.
20
3. We _______________ the bank, undertake to pay the XYZ any money so demanded
notwithstanding any dispute or disputes raised by the said supplier / contractor in any suit or
proceedings pending before any court or tribunal relating thereto as our liability under this present
being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge
of our liability for payment there under and the said supplier / contractor shall have no claim against
us for making such payment.
4. We _____________ the bank further agree that XYZ shall have full liability, without our
consent and without affecting in any manner our obligation hereunder to vary any of the terms and
conditions of the order or to extent time of performance by the said buyer from time to time or to
postpone for any time or from time to time of the powers exercisable by the XYZ against the said
buyer and to forbear or enforce any of the terms and conditions relating to the order and shall not be
relieved from our liability by reason of any such variation extension being granted to the said buyer
or for any forbearance, act or omission on the part of XYZ or any indulgence by XYZ to the buyer or
by any such matter or thing whatsoever which under the law relating to sureties would but for this
provisions have effect of so relieving us.
5. Our liability under this guarantee is restricted to Rs. ___________ and shall remain in force
up to _____________ unless demand or claim under this guarantee is made on us in writing on or
before the date of expiry viz. ____________. We shall be discharged from all liabilities under this
guarantee thereafter.
6. The guarantee will not discharge due to change in the constitution in the bank or the said
supplier / contractor.
7. The bank hereby agrees to address all the future correspondence in regards to this bank
guarantee to XYZ.
8. We,_UBI, the bank lastly undertake not to revoke this guarantee during its currency except
with the previous consent of the XYZ in writing.
Signed on the _________________ day of ______________________
For the Bank Signature
Witness:
Name(s) & Designation(s)
Name & Address
1
Notice Inviting e-Tender
West Bengal Medical Services Corporation Limited Swasthya Bhawan Complex GN-29, Salt Lake, Sector-V
Kolkata-700091 Phone No (033) 23576504 / 23576505 E mail: [email protected]
SUPPLY OF HIGH END DIAGNOSTIC EQUIPMENTS [DIGITAL RADIOGRAPHY (DR)] IN
THE HOSPITALS AND MEDICAL COLLEGES OF THE GOVERNMENT OF WEST
BENGAL.
(Submission of Bid through online)
Bid Reference No.: WBMSCL/NIT-15/2013 Dated- 14.05.2013
2nd call of schedule III of tender no. WBMSC/NIT-05/2012-13, dated 20.12.2012
Revised technical Specifications of Digital Radiography System
(Ceiling Suspended))
1. Generator a) The Generator should be of high frequency of capacity of 80 KW or above. b) KVP range should be 40 KV- 150 KV or more. c) The output at 100 KV should be 800mA or more. d) Should have display of KVP & mAs. e) Anatomical Radiography Programming should be possible. f) Indication for Exposure timing should be there with automatic exposure control facility.
2. X-Ray Tube and Collimator a) The X-Ray Tube should be of rotating anode with dual focus having the following sizes:
(i) Large focus: 1.2 mm or less (ii) Small focus: 0.6 mm or less b) The unit should have Anode Heat Storage capacity of 350 KHU or more. c) Distance measuring scale should be provided. d) Tube rotation on vertical axis should be +/- 90 degree at least. e) Tube Angulations around horizontal axis should be at least + 90 degree. f) Should have multi-leaf collimator having bright light source auto shut provision for the
light along with automatic image shuttering and cropping facility.
3. Digital Detector [Flat panel Caesium Iodide (CsI)] - 2 (Two) nos. of fixed/portable type (wired / wireless) with required battery.
a) One detector should be fixed with horizontal table and another detector will be fixed with vertical bucky stand.
b) The active image size of the detector should be at least 35 cm x 41 cm or more. c) The spatial resolution should be minimum of 2.5 lines pair/mm.
2
d) The pixel size should be 200 micrometers or less. e) The detector should be capable of fixing in vertical Bucky stand. f) Detective Quantum Efficiency (DQE) should be 65 % or above at 0 lp/mm.
4. Vertical Detector Stand a) The unit should be provided with vertical stand. b) The unit should have provision to do all upright X-Rays. c) The vertical Detector should travel from at least 1.5 feet to 5 feet above floor level. d) Bucky tilting should be -16 to + 90 degree or wider
5. Work Station a) The operating console should have LCD/TFT monitor. b) Storage disc capacity should be 500 GB or more. c) The system should have built in DICOM interface ready.
6. Table a) Fixed type table with fixed/portable type detector as per point no. 3 above b) Patient couch should be automatic and can be operated from the table side. Movement
should be vertical and horizontal.
7. Accessories a) Should provide with Dry Imager camera. The Camera should print at least standard film
sizes. b) Should provide with 2 no. of Lead Apron ( Light weight user friendly) c) One Separate additional work station to be provided d) UPS from reputed manufacturer of at least 30 minutes back up for the console only and
a Servo Stabilizer of appropriate KVA for the whole system. e) The equipment should be new and unused. The manufacturing date should not be more
than 180 days when it would reach the consignee address. f) Gonadal shield for boys and girls of all age group one set. g) Stand for LEAD apron and Gonadal shield.
7. Standard & Safety
Should be of US FDA / CE ("Conformité Européene"), AERB type approval / NOC may be allowed.
8. Warranty & CMC
a) Warranty and CMC includes (i) everything in specification of the equipment including Air conditioning, UPS, Servo Stabilizer and all other accessories (ii) all accessories and ancillaries in site preparation including interiors.
b) All the items should be under warranty for 1 year followed by 7 years CMC. The Prices of CMC shall be considered for the evaluation. The service & spares will be available for another 3 years after the completion of 1 year warranty & 7 years CMC.
c) Warranty and CMC will also include X-Ray tube which will have to be replaced by a new, fresh and functioning one in case of tube fault, if any, during period of contract.
9. Site preparation including interiors and Air-conditioning
3
a) Area to be Prepared including interiors: 400 sq. feet approx (Only covered space would be provided to the supplier)
b) Vendor to prepare complete interiors including wall finish, flooring, false roofing, high
quality room lighting, A/C ducting, Gas Pipelines etc.
1
Notice Inviting e-Tender
West Bengal Medical Services Corporation Limited Swasthya Bhawan Complex GN-29, Salt Lake, Sector-V
Kolkata-700091 Phone No (033) 23576504 / 23576505 E mail: [email protected]
SUPPLY OF HIGH END DIAGNOSTIC EQUIPMENTS [DIGITAL RADIOGRAPHY (DR)] IN THE
HOSPITALS AND MEDICAL COLLEGES OF THE GOVERNMENT OF WEST BENGAL.
(Submission of Bid through online)
Bid Reference No.: WBMSCL/NIT-15/2013 Dated- 14.05.2013
2nd call of schedule III of tender no. WBMSC/NIT-05/2012-13, dated 20.12.2012
READ
Bidder Name : #Name of currency:
Figures Words
1 Digital Radiography
(As per technical specification)
(Type: Equipment)1 No.
0.00 #Currency name to be given above 0.00
1.1 Cost of site preparation
(As per the norms of Competent
Authority)
(Type: Work)
1 No.
0.00 Rupees only 0.00
1.2 CMC charges for Year1 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
1.3 CMC charges for Year2 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
1.4 CMC charges for Year3 after
completion of warranty of 1 year
(Type: Services)1 No.
0.00 Rupees only 0.00
1.5 CMC charges for Year4 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
1.6 CMC charges for Year5 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
1.7 CMC charges for Year6 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
1.8 CMC charges for Year7 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
Tender Inviting Authority:West Bengal Medical Services Corporation Limited
Description Qty.
Name of Work:SUPPLY OF Digital Radiography
Contract No. WBMSCL/NIT-15/2013
Unit
PRICE SCHEDULE
(For comparison of financial bids)
Sl.
No.
RATE In Figures To be entered by the Bidder AMOUNT Estimated
Rate
2
AS
Bidder Name : #Name of currency:
Figures Words
1 Digital Radiography
(As per technical specification)
(Type: Equipment)1 No.
0.00 #Currency name to be given above 0.00
1.1 Cost of site preparation including
interiors
(As per the norms of Competent
Authority)
(Type: Work)
1 No.
0.00 Rupees only 0.00
1.2 CMC charges for Year1 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
1.3 CMC charges for Year2 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
1.4 CMC charges for Year3 after
completion of warranty of 1 year
(Type: Services)1 No.
0.00 Rupees only 0.00
1.5 CMC charges for Year4 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
1.6 CMC charges for Year5 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
1.7 CMC charges for Year6 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
1.8 CMC charges for Year7 after
completion of warranty of 1 year
(Type: Services) 1 No.
0.00 Rupees only 0.00
Unit
PRICE SCHEDULE
(For comparison of financial bids)
Sl.
No.
RATE In Figures To be entered by the Bidder AMOUNT Estimated
Rate
Tender Inviting Authority:West Bengal Medical Services Corporation Limited
Description Qty.
Name of Work:SUPPLY OF Digital Radiography
Contract No. WBMSCL/NIT-15/2013