Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

Final Bid Document For Pulmonary Medicine

Download as pdf or txt
Download as pdf or txt
You are on page 1of 108

Odisha State Medical Corporation Limited

(A Government of Odisha Enterprise)


Website: www.osmcl.nic.in, Email:
proc.osmcl.od@nic.in

Bid Reference No. OSMCL/2023-24/PULMONARY MEDICINE_EQP/29

TENDER DOCUMENT

Tender for Supply, Installation & Commissioning of


Equipments for the Dept. of Pulmonary Medicine for
Different Medical College & Hospitals

Regd. Office: In front of Ram Mandir, Convent Square, Unit – III,


Bhubaneswar -751 007
Tel.: (0674) 2380660

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
1
INDEX
Sl. PAGE
DESCRIPTION
NO. NO.

1 NOTICE INVITING TENDER 3-4

2 SECTION – I INSTRUCTION TO BIDDERS 5-6

GENERAL DEFINITION & SCOPE OF


3 SECTION – II 7-9
CONTRACT

4 SECTION – III TENDER SCHEDULE 10-11

5 SECTION – IV SCHEDULE OF REQUIREMENT 12-14

SPECIAL CONDITIONS OF
6 SECTION – V 15-20
CONTRACT

GENERAL CONDITIONS OF
7 SECTION – VI 21-56
CONTRACT

8 SECTION - VII TECHNICAL SPECIFICATIONS 57-80

9 SECTION - VIII FORMATS OF BID SUBMISSION 81-96

10 PRICE SCHEDULE 97-98

ANNEXURES – FOR SELECTED


11 SECTION -IX 99-108
BIDDERS

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
2
Odisha State Medical Corporation Limited
In front of Ram Mandir, Convent Square, Unit – III,
Bhubaneswar -751 007
Tel.: (0674) 2380660 Website: www.osmcl.nic.in, Email: proc.osmcl.od@nic.in
NOTICE INVITING BID

Notification No. 1728 /OSMCL/2024 Dt.: 07.03.2024

Online Bids through e-Tender portal (https://tendersodisha.gov.in) are invited from eligible
bidders for supply, installation & commissioning of Equipment as per the particulars mentioned
below:

Bid Document
Sl. Bid Reference No. Item Name Cost inclusive
of GST
Tender for Supply, Installation &
Commissioning of Equipments
Bid Reference No: for the Dept. of Pulmonary
1 OSMCL/2023-24/PULMONARY Rs 5,900/-
Medicine for
MEDICINE_EQP/29
Different Medical College &
Hospitals

Sl.
Particulars Date and time
No.

1. Date & time of release of bid 07/03/2024, 5 PM

18/03/2024, 11.30 AM
Venue : Conference Hall,
Date & time of Prebid Odisha State Medical Corporation Ltd., In front
2. meeting
of Ram Mandir, Convent Square,Unit – III,
Bhubaneswar

Date & time of Online bid Start Date & Time End Date & Time
3. submission 27/03/2024, 3 PM 15/04/2024, 5 PM
Date & time of online
4. 19/04/2024, 3 PM
Technical bid opening

5. Date of opening of PriceBid To be informed to the qualified bidders

The bid document with all information relating to the bidding process including cost of bid
document, EMD, Prequalification criteria and terms & conditions are available in the websites:
www.osmcl.nic.in and https://tendersodisha.gov.in The Authority reserves the right to accept /
reject any part thereof or all the bids without assigning any reason thereof.

Sd/-
Managing Director
OSMC Ltd., Odisha

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
3
Memo No.: 1729 /OSMCL/2024 Dt.: 07.03.2024

Copy submitted to:


1. Commissioner Cum Secretary to Government, H & FW Dept. (O) for kind information.
2. DHS (O)/ DMET (O)/ DPH (O) for information.
3. Superintendent/Dean & Principal, SCBMCH-Cuttack, VIMSAR-Burla, MKCGMC&H-
Berhampur, FM MC&H-Balasore, PRM MC&H-Baripada, BB MC&H-Bolangir, SJ MC&H-
Puri, DD MC&H, Keonjhar, SLN MC&H-Koraput and GMC&H-Sundargarh for information.
4. Director, AHPGIC-Cuttack for information.
5. The State Head Portal, IT Cell, Odisha Secretariat, Bhubaneswar for information.
6. The Chief Manager (Technical), State Procurement Cell, Nirman Saudh, Bhubaneswar.

Sd/-
Managing Director
OSMC Ltd., Odisha

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
4
SECTION I
INSTRUCTION TO BIDDERS
1.1 The Odisha State Medical Corporation Limited - OSMCL (Tender
Inviting Authority) is a Govt. of Odisha Enterprise for providing
services to the various health care institutions under the Department
of Health & Family Welfare. One of the key objectives of the OSMCL
is to act as the central procurement agency for all essential drugs
and equipments for all health care institutions (hereinafter referred to
as user institutions) under the department.

1.2 This ‘Bid Document’ contains the following:


Section I: Instruction to bidders
Section II: Scope and Description of Contract
Section III: Bid Schedule
Section IV: Schedule of Requirement
Section V: Specific Conditions of Contract
Section VI: General Conditions of Contract
Section VII: Technical Specifications
Section VIII: Formats for bidder for Submission of Bid (Technical bid)
Section IX: Annexures [Formats for the successful bidder (Supplier)
after finalization of bid]

1.3 The bid documents published by the Bid Inviting Officer


(Procurement Officer Publisher) in the e-procurement portal
https://tendersodisha.gov.in will appear in the “Latest Active
Tender”. The Bidders/ Guest Users can download the Bid
documents only after the due date & time of sale. The publication of
the bid will be for specific period of time till the last date of
submission of bids as mentioned in the Bid Schedule (Section
III) after which the same will be removed from the list of “Latest
Active Tender”. The bid document is also available at website:
www.osmcl.nic.in

1.4 PARTICIPATION IN BID


1.4.1 PORTAL REGISTRATION:
The bidder intending to participate in the bid is required to register
in the e-procurement portal using an active personal/official e-
mail ID as his/her Login ID and attach his/her valid Digital
signature certificate (DSC) - Class II or III to his/her unique
Login ID. He/She has to submit the relevant information as asked
for about the bidder. The portal registration of the bidder is to be

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
5
authenticated by the State Procurement Cell after verification of
original valid certificates/documents such as (i) PAN and (ii)
Registration Certificate (RC) / GST Registation Certificate of the
concerned bidder. The time period of validity in the portal is at par
with validity of RC/ GST Registration Certificate. Any change of
information by the bidder is to be re-authenticated by the State
Procurement Cell. After successful authentication, bidder can
participate in the online bidding process.
1.4.2 LOGGING TO THE PORTAL:
The Bidder is required to type his/her Login ID and password. The
system will again ask to select the DSC and confirm it with the
password of DSC as a second stage authentication. For each login, a
user’s DSC will be validated against its date of validity and also
against the Certificate Revocation List (CRL) of respective CAs
stored in system database. The system checks the unique Login ID,
password and DSC combination and authenticates the login process
for use of portal.
1.4.3 DOWNLOADING OF BID:
The bidder can download the bid of his / her choice and undertake
the necessary preparatory work off-line and upload the completed
bid at their convenience before the closing date and time of
submission.
1.4.4 CLARIFICATION ON BID:
The registered bidder can ask questions related to online bid in the
e-procurement portal through email: proc.osmcl.od@nic.in but
before the pre-bid meeting. OSMCL will clarify queries related to
the bid.
1.4.5 PREPARATION OF BID
The detail guideline for preparation of bid is mentioned at General
condition of Contract- Section VII (Clause 6.4 – 6.7 & 6.17)
1.4.6 PAYMENT OF EMD AND COST OF BID DOCUMENTS:
The detail guideline for payment of EMD & Cost of Bid Documents is
mentioned at General Condition of contract- Section VII (Clause
6.5 - 6.7)

1.4.7 SUBMISSION AND SIGNING OF BID


The detail guideline for submission of & signing of bid is mentioned
at General Condition of Contract- Section VII (Clause 6.16 - 6.17)

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
6
SECTION II
General Definitions & Scope of Contract
2.1 General Definitions

2.1.1 Department means Health & Family Welfare Department,


Government of Odisha.

2.1.2 Government means Government of Odisha.

2.1.3 Bid / Tender Inviting Authority is the Managing Director or authorized


person of OSMCL by the Managing Director, who on behalf of the
User Institution/Government or the funding agencies calls and
finalize bids and ensure supply, installation and after sales service of
the equipments procured under this bid document.

2.1.4 Bid Evaluation Committee & Technical Committee are Committees


authorized by the Managing Director of OSMCL to decide on the
purchase of the drugs and equipments to be procured by the OSMCL.

2.1.5 User Institutions are the Govt. health care institutions under the
Health & FW Department, Government of Odisha for which the
equipment under this bid is procured.

2.1.6 Funding agencies are usually Directorates of Health & FW


Department, Govt. of Odisha like Directorate of Health Services,
Directorate of Family Welfare, Directorate of Public Health,
Directorate of Medical Education & Training, Directorate of Drugs
Control Administration etc. and Societies like OHS&FW, SIHFW etc.
that provide funds for the procurement of drugs and equipments.

2.1.7 Blacklisting/debarring – the event occurring by the operation of the


conditions under which the bidders will be prevented for a period of 3
years from participating in the future bids of Tender Inviting
Authority/User Institution, more specifically mentioned in the Specific
Conditions of Contract (Section V) and General Conditions of Contract
(Section VI) of this bid document, the period being decided on the
basis of number of violations in the bid conditions and the
loss/hardship caused to the Tender Inviting Authority/User Institution
on account of such violations.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
7
2.2 Scope

2.2.1 The bids are invited for the supply, installation and commissioning
(including training) of the equipments, the details of which are mentioned
in Section IV, needed for the government health institutions of Odisha on
behalf of the Government of Odisha. The Odisha State Medical Corporation
Ltd. - OSMCL (hereinafter called as the Tender Inviting Authority) is acting
as the central procurement agency as well as service provider for the
institutions. The main objective is to obtain competitive price through
centralized procurement and ensure after sales service to the equipments
procured under this bid. For this, the Corporation, on behalf of the Depart
of Health & Family welfare, Government of Odisha, will undertake and
over see the procurement process, ensure that the successful bidders are
installing the equipments properly at the locations/institutions specified
and provide the after sales service during the agreed period of contract in
respect of the equipments installed to the satisfaction of the Tender
Inviting Authority as well as the user institution.

2.2.2 Rate Contract: This is a Rate contract Bid, the rate of which will be valid
for a period of one year from the date of signing and acceptance of the
contract. However, the approx. quantity requirement is mentioned in the
Schedule of Requirement – Section IV, which may increase or decrease to
an extent of 15%. The bidders are expected to quote their best rates for
the equipment, the technical specifications, approx. quantity and locations
of the equipment mentioned in Section IV of this bid document. During the
rate contract period, only OSMCL is authorized on behalf of Health &
Family Welfare Department, Govt. of Odisha to place purchase orders for
the supply and installation of the same equipments procured under this
bid during the validity of the rate contract period.

2.2.3 If the Tender Inviting Authority chose to place repeat order(s) for the
main unit(s)/basic machine(s) (along with the first set of standard
accessories, Reagent and consumables as mentioned in the technical
specification) during the rate contract period for supply, installation
and commissioning, then the successful bidder is bound to supply the
same make/model of equipment(s) as approved at the same rates
and under the same terms and conditions of this bid.

2.2.4 However after the supply / installation of the item, for the
subsequent requirement of recurring Reagents, consumables
and additional standard accessories only, the purchase orders
shall be given by the concerned Institutions of the respective
end users at the same rates as approved (as quoted in the Format-B
and Format-A of the price bid). The price validity of the said
consumables and standard accessories shall be same as the

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
8
warranty period mentioned at the schedule of requirement
from the start date of warranty period after installation of the item as
applicable.
N.B: The standard accessories supplied along with the main
unit(s)/basic machine(s) shall be repaired/replaced onsite
free of cost within the warranty period. However, if the
standard accessory is an additional requirement or the
standard accessory cannot be covered under universally
standard warranty clause due to theft, force majeure,
accidental damage etc then the concerned Institutions of the
respective end users shall purchase them at the same rates as
approved within the validity of the warranty period.

2.2.5 The rate contractors can withdraw at any point of time, after the minimum
price firmness period of 180 days, but not after accepting the Letter of
Intent or entering into agreement with OSMCL.

2.2.6 Withdrawal or non-compliance of agreed terms and conditions after the


execution of agreement will lead to invoking of penal provisions and may
also lead to blacklisting.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
9
SECTION III
TENDER SCHEDULE
3.1. Bid Details

Bid Reference
1. OSMCL/2023-24/PULMONARY MEDICINE_EQP/29
No.
Cost of Bid
2. Rs.5,900/- (Inclusive GST)
Document
Sl. EMD Value
No. Name of the Item
(in Rs.)
BODYPLETHESMOGRAPHY WITH
1 3,60,000
DIFFUSION STUDY
Pulmonary function Test with Lung
2 5,60,000
Diffusion system
3 Cardio - Pulmonary Exercise Testing 1,40,000
4 Impulse Oscillometry 80,000
Earnest Money 5 RIGID BRONCHOSCOPE SYSTEM 5,50,000
3.
Deposit
6 RIGID THORACOSCOPE SYSTEM 4,50,000
Fractional Exhaled Nitric Oxide
7 20,000
(FENO) Monitor
8 Spirometry System 1,96,000
Note-The EMD may be furnished in the shape of DD / BG (in
shape of one or multiple DD/BG & the details of DD(s) /
BG(s) are to be furnished in Format T3). In case of BG(s), it
must be submitted in the required format at Annexure V,
which is / are to be valid till dt.31.10.2024.
Bids should be valid for a minimum period of 180 days from
the date of opening of technical bid for the purpose of bid
evaluation / finalization of rate contract. As this is rate
4. Validity of bid contract tender, after finalization of the rate contract, the
approved rates shall be valid for a period of one year from
the date of signing and acceptance of the contract. The
bidder should quote in INR only.
Performance
5. 10% of the purchase order price (for successful bidders)
Security

Validity of
Up to 60 days after the date of completion of the contractual
6. Performance
obligations including warranty period.
Security

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
10
3.2. Important Dates:

Sl.
Particulars Date and time
No.

1. Date & time of release of bid 07/03/2024, 5 PM

18/03/2024, 11.30 AM
Venue : Conference Hall,
Date & time of Prebid Odisha State Medical Corporation Ltd., In front
2.
meeting of Ram Mandir, Convent Square,Unit – III,
Bhubaneswar

Start Date & Time End Date & Time


Date & time of Online bid
3. submission 27/03/2024, 3 PM 15/04/2024, 5 PM
Date & time of online
4. 19/04/2024, 3 PM
Technical bid opening

5. Date of opening of PriceBid To be informed to the qualified bidders

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
11
SECTION IV
SCHEDULE OF REQUIREMENT
4.1 Equipment(s) Tendered:
Whether
NAME OF THE Qty. Warranty Place of Installation
Sl. CMC to
No. EQUIPMENT Period
be
quoted

BODYPLETHESMOGR SCB MC&H,Cuttack-1


1 APHY WITH 3 No 3 years MKCH MC&H,Berhampur-1
DIFFUSION STUDY VIMSAR, Burla-1

FM MC&H, Balasore-1
PRM MC&H, Baripada-1
Pulmonary function BB MC&H, Bolangir-1
2 Test with Lung 7 No 3 years SJ MC&H, Puri-1
Diffusion system DD MC&H, Keonjhar-1
SLN MC&H, Koraput-1
GMC&H, Sundargarh-1

Cardio - Pulmonary
3 1 No 3 years SCB MC&H,Cuttack-1
Exercise Testing

SCB MC&H,Cuttack-1
4 Impulse Oscillometry 2 No 3 years
VIMSAR, Burla-1

SCB MC&H,Cuttack-1
RIGID MKCH MC&H,Berhampur-1
5 BRONCHOSCOPE 5 No 5 years VIMSAR, Burla-1
SYSTEM BB MC&H, Bolangir-1
SJ MC&H, Puri-1
SCB MC&H,Cuttack-1
RIGID MKCH MC&H,Berhampur-1
6 THORACOSCOPE 5 No 5 years VIMSAR, Burla-1
SYSTEM BB MC&H, Bolangir-1
SJ MC&H, Puri-1

Fractional Exhaled
SCB MC&H,Cuttack-1
7 Nitric Oxide (FENO) 2 No 3 years VIMSAR, Burla-1
Monitor

FM MC&H, Balasore-2
PRM MC&H, Baripada-2
BB MC&H, Bolangir-2
8 Spirometry System 14 No 3 years SJ MC&H, Puri-2
DD MC&H, Keonjhar-2
SLN MC&H, Koraput-2
GMC&H, Sundargarh-2

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
12
*Important Notes:
1) Price Offered shall be in Indian Rupees only.

2) The bidder has to quote the basic unit cost of the Equipment / Item/
Set in the separate individual item wise BOQ file in excel format
along with the respective price break up and spare part cost in
another separate PDF file.
N.B: For more information, please refer to the “PRICE SCHEDULE” in
Section VIII of the bid document.

3) The bidders shall have to quote for their concerned tendered


equipment / Item/ Set in the price schedule in the price BoQ
(attached as excel file) in the e-tender portal which shall be inclusive
of comprehensive onsite warranty (as mentioned under Clause 4.1
above), customs duty, packing, insurance, transportation (door
delivery), installation, commissioning, labor charges and all other
incidental charges EXCEPT for GST. GST shall be applicable as per the
prevailing rate.

4) The bidders shall also have to quote the prices in the separate price
schedule format attached as a PDF file) in the e-tender portal as
follows;
a. Format B (Price break up of Unit basic machine + Standard
Accessories+necessary consumables): It is Mandatory to quote
the price of Unit basic machine along with the price of each
standard accessory and necessary consumables with required
quantity exactly as mentioned in the Technical Specification or any
modifications made in subsequent amendment, in this format and
upload along with Price BoQ. The total of the break up prices
(excluding taxes) mentioned in the PDF file should be the same as
the Unit price mentioned in the respective BoQ file (Excel file).
b. Format C (For Spare parts): This format is applicable for generally
all equipments which involves repair & maintenance using spare
parts. The bidders have also to quote the cost of any other
accessories/ disposable/ consumable/ spare part other than as
asked in the technical specification for all the quoted items in the
separate price schedule format (Format-C) attached as PDF file in
the e-tender portal. However, this shall not be taken into account
for evaluation. This format is also mandatory to be submitted.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
13
5) Reasonable care must be taken while quoting the price BOQ file
(Excel file) and the required Formats of the PDF file since a minor
error, even typographical, may impact the overall price and in some
cases may also lead to rejection of the bid.

6) The quoted price of standard accessories and necessary consumables


as quoted in Format-B shall be fixed during the entire comprehensive
warranty period for the respective item and the bidder is bound to
supply the same make/model of the standard accessory /
consumable as approved at the same rates. However, purchase order
for the same shall be issued from concerned Institutions of the
respective end users.

7) Any representations/suggestions for amendments must be received


within THREE (03) working days after the pre-bid meeting. The said
representations/suggestions must be sent to OSMCL through hard
copy or email (proc.osmcl.od@nic.in) only, failing which the
representations/suggestions may not be considered.

8) All the representations/suggestions pertaining to technical


specification during pre-bid meeting and subsequent tender
evaluation process must be received with supporting
documents/letters from the Original Equipment Manufacturer unless
the representations shall not be accepted.

9) All representatives attending pre-bid meeting should come with


proper authorization letter from the company and the same shall be
produced before the pre-bid meeting.

4.2 Technical Specifications:

The detailed technical specifications and other quality parameters of the


above equipment are contained in Section VII.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
14
SECTION V
SPECIAL CONDITIONS OF CONTRACT
5.1 Time Limits Prescribed

Sl. No Activity Time Limit


70 days from date of issuance of
Purchase Order for Indian
Products.
5.1.1 Delivery period
 90 days from date of issuance of
Purchase Order for Imported
Products of Foreign Origin.
As mentioned in Section IV
Comprehensive warranty
5.1.2 Schedule of Requirement (under
period
Clause 4.1)
5.1.3. CMC/AMC period Not required to be quoted
Preventive maintenance One visit every six months (2 visits
visits to all User Institution in a year) for periodic /preventive
5.1.4
concerned during Warranty maintenance and any time for
/ CMC or AMC attending repairs/break down calls.

Frequency of payment of
5.1.5 N.A
CMC or AMC charges
Submission of Performance
10 days from the date of issuance
5.1.6 Security and entering into
of Letter of Intent
contract
Maximum time to attend
5.1.7 Within 48 hours
any Repair call
5.1.8 Uptime in a year 95%

5.2 Pre qualification of the Bidders:


5.2.1 Manufacturers/Importers are eligible to participate in the bid
provided, they fulfill the following conditions:

(i) In case of manufacturers, they will have to furnish the


manufacturer’s forms as per Format T6.

(ii) Import License (In case of Importer only)

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
15
(iii) In case of Importers, they will have to furnish the manufacturer’s
authorization forms directly from the original equipment
manufacturer (OEM)/ it’s Indian Subsidiary as per Format T7.
The supporting documents regarding subsidiary of the original
equipment manufacturer (OEM) must be furnished.
(iv) Valid ISO certificate (of the Manufacturer).
(v) Product must be AERB/BIS/CE/USFDA/IEC etc. certified (valid
AERB/BIS / CE / USFDA / IEC certificate etc.) (As per Section VII -
technical specification)
(vi) Should have past experience of supply of same or similar Category
Products for 20% of bid quantity, in the last three Financial years
executed directly by manufacturer through Self/Importer/Distributor
of the equipment(s) to any Govt. organization/PSU Hospitals/
Public Listed Company in India and should submit the purchase
order copies and proof of supply in support of that in last 3 Financial
years i.e. 2019-20, 2020-21 & 2021-22 OR 2020-21, 2021-22 &
2022-23 (As per Format T9– Item-wise).
(vii) Proof of average annual turnover (Manufacturer/Importer) as
mentioned below for respective items in the last three (3) Financial
years i.e. 2019-20, 2020-21 & 2021-22 or 2020-21, 2021-22 &
2022-23 certified by the Chartered Accountant as per the format at
Format T8. The proof of turnover is to be furnished in Format T8
certified by the Chartered accountant & supported by audited annual
statements/annual report with the turnover figures highlighted there.
(Provisional statement of account shall not be considered).The
Format T8 must have the UDIN No. of the certifying Chartered
Accountant followed by physically signed audited financial statements
and balance sheet by the proprietor as well as CA firm.
Minimum Average Annual Turn
Over of Manufacturer/Importer (in
Sl. Name of the Item Rs.) in the last three (3) financial
years certified by the Chartered
Accountant
1 Body Box with Rs 1,80,00,000/-
diffusion system
2 Pulmonary function Rs 2,80,00,000/-
Test with Lung
Diffusion system
3 CPET Rs 70,00,000/-
4 Impulse Oscillometry Rs 40,00,000/-

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
16
5 Rigid Bronchoscope Rs 2,75,00,000/-
6 Rigid Thoracoscope Rs 2,25,00,000/
7 FENO Rs 10,00,000/-
8 Spirometer Rs 98,00,000/-

(viii) Must have three years of experience in manufacturing / Importing


of same or similar Category of items.

(ix) Bidder / manufacturer who has been blacklisted / debarred/ banned


by any other State Government / Central Govt. Organization /State
Medical Corporations/ Director Health Services (Odisha) and or
convicted by any court of law due to
(a) Service or quality failure of the equipment(s) supplied
(b) Submission of fake or forged documents
(c) Submission of incorrect information / Suppression of vital
information & facts/misrepresentation of quality certificates
(d) Non performance or non supply is not eligible to participate in the
tender during the period of blacklisting / debarment/ Banned for that
item during the period of blacklisting. Bidder / manufacturing unit
which has been blacklisted / debarred/banned by OSMC for any
reasons is not eligible to participate in the tender during the period of
blacklisting / debarment/banned. Copies of stay order(s) if any
against the blacklisting should be furnished along with the bid.

(x) Any bidder who has been convicted by a competent court of law for
supplying equipments within a period of preceding 3 years from the
date of floating of tender shall not be eligible to participate in the
tender. (Copies of stay order(s) if any against the blacklisting should
be furnished along with the bid.)

(xi) Alternative bids are not allowed.

5.2.2 Authorized Distributors are eligible to participate in the bid


provided:
(i) They submit manufacturer’s authorization form directly from the
original equipment manufacturer (OEM)/ it’s Indian
Subsidiary as per Format T7. The supporting documents regarding
subsidiary of the original equipment manufacturer (OEM) must be
furnished.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
17
(ii) Should have past experience of supply of same or similar Category
Products for 20% of bid quantity, in the last three Financial years
executed directly by manufacturer through Self/Importer/Distributor
of the equipment(s) to any Govt. organization/PSU Hospitals/
Public Listed Company in India and should submit the purchase
order copies and proof of supply in support of that in last 3 Financial
years i.e. 2019-20, 2020-21 & 2021-22 OR 2020-21, 2021-22 &
2022-23 (As per Format T9– Item-wise). Out of Proof of supply of
20% of Bid quantity, the Distributor must have past experience of
supply of same or similar Category Products for 10% of Bid
quantity, in the last three Financial years to any Govt. organization
/PSU Hospitals/ Public Listed Company in India and should submit the
purchase order copies and proof of supply in support of that. (As per
Format T9– Item-wise)
(iii) Must have three years of experience in trading/importing of same
or similar Category of items.

(iv) Proof of average annual turnover (Distributor) as mentioned below


for respective items in the last three (3) Financial years i.e. 2019-
20, 2020-21 & 2021-22 or 2020-21, 2021-22 & 2022-23
certified by the Chartered Accountant as per the format at Format
T8. The proof of turnover is to be furnished in Format T8 certified by
the Chartered accountant & supported by audited annual
statements/annual report with the turnover figures highlighted there.
(Provisional statement of account shall not be considered).
The Format T8 must have the UDIN No. of the certifying Chartered
Accountant followed by physically signed audited financial statements
and balance sheet by the proprietor as well as CA firm. In addition to
this, the distributor shall also submit the average annual turnover of
the Manufacturer/Importer/Indian Subsidiary of the
Manufacturer of the item(s) as mentioned in 5.2.1 (vii) above.
Minimum Average Annual Turn
Over of Distributor (in Rs.) in the
Sl. Name of the Item last three (3) financial years
certified by the Chartered
Accountant
1 Body Box with diffusion Rs 90,00,000/-
system
2 Pulmonary function Test Rs 1,40,00,000/-
with Lung Diffusion
system

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
18
3 CPET Rs 35,00,000/-
4 Impulse oscillometry Rs 20,00,000/-
5 Rigid Bronchoscope Rs 1,37,50,000/-
6 Rigid Thoracoscope Rs 1,12,50,000/
7 FENO Rs 5,00,000/-
8 Spirometer Rs 49,00,000/-

(v) The authorized distributor will submit the following documents in


support of the manufacturer along with the bid:
a) Valid ISO certificate
b) Valid ISI / BIS / CE / USFDA / IEC certificates of the
manufacturer (As per Section VII - technical specification).

(vi) Alternative bids are not allowed.

vii) Bidder / distributor who has been blacklisted / debarred/banned by


any other State Government / Central Govt. Organization /State
Medical Corporations/ Director Health Services (Odisha) and or
convicted by any court of law due to
(a) Service or quality failure of the equipment(s) supplied
(b) Submission of fake or forged documents
(c) Submission of incorrect information / Suppression of vital
information & facts/misrepresentation of quality certificates
(d) Non performance or non supply can’t participate in the tender
during the period of blacklisting /debarment/ Banned. Bidder
/manufacturing unit which has been blacklisted/ debarred /banned by
OSMC for any reasons can’t participate in the tender during the
period of blacklisting / debarment/banned. Copies of stay order(s) if
any against the blacklisting should be furnished along with the bid.

viii)Any bidder who has been convicted by a competent court of law for
supplying equipments within a period of preceding 3 years from
the date of floating of tender shall not be eligible to participate in
the tender. Copies of stay order(s) if any against the blacklisting
should be furnished along with the bid.
Note: Valid certificate mean the certificates should be valid on the
date of opening of technical bid.

5.2.3 The turnover shall be the turnover of the manufacturer /


Importer/authorized Distributor as mentioned in the bid and the
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
19
turnover of a group of companies / firms or fully/partly subsidiary
companies (in which the manufacturer/ Importer/ authorized
Distributor as mentioned in the bid is one of the entity) shall not be
considered.
5.2.4 The bidders have to submit the EMD & Bid document cost as
mentioned in Section-III.
5.2.5 Presence of authorized service centre in Odisha/Eastern India or
posting of a dedicated Service Engineer in Odisha (Proof to be
submitted in Format T4 at point No. 9)
5.2.6 The bidder must be registered under GST.
5.2.7 Both manufacturer and its authorized dealer are not allowed to
participate in the same tender. In cases where the manufacturer has
submitted the bid, the bids of its authorized dealer will not be
considered, as per GFR manual for Procurement of Goods 2017,
Chapter 5, clause 5.1.4 (viii). In case the manufacturer authorizes
any bidder, then the manufacturer should provide sole authorization
to only one bidder against this specific bid reference number.
5.2.8 Any bidder from a country which shares a land border with India will
be eligible to bid in this Tender only if the bidder is registered with
the Competent Authority as per Notification No. F.7/10/2021-PPD (1)
Order (Public Procurement No. 4) regarding Restrictions under Rule
144 (xi) of the General Financial Rule (GFRs), 2017 and Notification
No. 27945/F Dated. 16.10.2020 of Govt. of Odisha, (Finance
Department) regarding Restriction on Public Procurement from
bidders of certain countries. In this regards the Bidder is requested
to furnish the following declaration Affidavit before Executive
Magistrate / Notary Public with ref. to the above notification,
"I have read the clause regarding restrictions on procurement from a
bidder of a country which shares a land border with India; I certify
that this bidder is not from such a country or, if from such a country,
has been registered with the Competent Authority. I hereby certify
that this bidder fulfills all requirements in this regard and is eligible to
be considered. [Where applicable, evidence of valid registration by
the Competent Authority shall be furnished in the Bid.]"
5.2.9 The Tender Inviting Authority reserves the right to reject or modify
any conditions of the tender or cancel the tender at any stage
without assigning any reason thereof.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
20
SECTION VI
GENERAL CONDITIONS OF CONTRACT
6.1 Contents of the Bid Document:

This ‘Bid Document’ contains the following:


Section I: Instruction to Bidders
Section II: General Definition & Scope of Contract
Section III: Bid Schedule
Section IV: Schedule of Requirement
Section V: Special Conditions of Contract
Section VI: General Conditions of Contract
Section VII: Technical Specifications
Section VIII: Formats for bidder for Submission of Bid (Tech. Bid)
Section IX: Annexures [Formats for the successful bidder
(Supplier) after finalization of bid]

6.2 Bid Document:

6.2.1 The detailed technical specifications and terms and conditions


governing the supply, installation, commissioning and the after
sales service of the equipments bided are contained in this “Bid
Document”.

6.2.2.1 The bid document shall be made available in the website


www.osmcl.nic.in and https://tendersodisha.gov.in for
downloading. Bidder shall submit Bid Document cost (mentioned
in Section III) as described in clause 6.5 and non submission of
the same shall be one of the primary reasons for rejection of the
offer in the first round.

6.2.3 The documents shall be submitted online through the e-Tender


portal https://tendersodisha.gov.in Bidders have to enroll
themselves in the e-procurement portal and digital signature
certificate is required.
6.2.4 The general guidelines on e-Tender process is as mentioned
below:
6.2.4.1 Bidders should have a Class II or III Digital Signature
Certificate (DSC) to be procured from the Registration
Authorities (RA). Once, the DSC is obtained, bidders have to
register in the e-procurement portal
https://tendersodisha.gov.in for participating in this bid.
Website registration is a one-time process without any registration
fees. However, bidders have to procure DSC at their own cost.
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
21
6.2.4.2 Bidders may contact e-Procurement support desk of OSMCL over
telephone at 0674 - 2380950, or State Procurement cell help
desk 1800-3456765, 0674-2530998 for assistance in this
regard.

6.2.4.3 The e-Tender process comprises the stages viz. downloading the
bid document, pre-bid meeting (as applicable to each bid), bid
submission (technical cover and financial cover), opening of
technical bid and opening of financial bids for the technically
qualified bidders.

6.2.4.4 Payment of Bid Document Cost & EMD:

The details of payment of document cost & EMD is mentioned


at clause 6.5

6.2.4.5 The details of documents (in PDF format) for online submission of
technical bid is mentioned at clause 6.17

6.2.4.6 The blank price bid format for each items should be downloaded
and saved on bidder’s computer without changing file-name
otherwise price bid will not get uploaded. The bidder should fill in
the details and upload the same back to the website.

6.2.4.7 Prices quoted by the Bidder shall be fixed during the bidder's
performance of the contract and not subject to variation on any
account. A bid submitted with an adjustable/variable price
quotation will be treated as non - responsive and rejected.

6.3 Responsibility of Verification of Contents of Bid Document:

6.3.1 The purchasers of the bid document shall examine all instructions,
forms, terms and specifications in the Bid Document and verify
that all the contents mentioned under clause 6.1, are contained in
the ‘Bid Document’.
6.3.2 Failure to furnish any information required by the bid documents
and submission of an offer not substantially responsive to it in
every respect shall be at the bidder’s risk and may result in the
rejection of the bids, without any further notice.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
22
6.4 Guidelines for Preparation of Bid

6.4.1 The Bidder shall bear all costs associated with the preparation and
submission of its bid and OSMCL, hereinafter referred to as
“Tender Inviting Authority”, will in no case be responsible or liable
for these costs, regardless of the conduct or outcome of the
bidding process. The documents to be submitted online is
mentioned in clause 6.17.

6.4.2 In the event of documentary proof as required being not enclosed,


the Bid shall be liable to be rejected. All pages of the bid, except
for unamendable printed literature, shall be signed by the
authorized person or persons signing the bid along with the stamp
of the bidder.

6.4.3 Language of Bid:- The Bid prepared by the bidder and all
correspondence and documents relating to the bid exchanged by
the bidder and the Tender Inviting Authority, shall be in English
language. Supporting documents and printed literature furnished
by the bidder may be written in another language provided they
are accompanied by an authenticated accurate translation of the
relevant passages in the English language in which case, for
purposes of interpretation of the Bid, the English translation shall
govern.

6.4.4 The bid (in English Language only) for the supply of equipments
mentioned in Section IV shall be submitted along with detailed
specifications. A technical leaflet /brochure / literature shall be
furnished.

6.4.5 The documentary evidence regarding past performance shall be


submitted along with the Bid duly attested by the bidder on every
page and serially numbered. Any interlineations, erasures or over
writing shall be valid only if they are initialled by the person (s)
signing the offer.

6.4.6 Bidder shall submit a declaration letter as per the format given as
Format T5 and copy of amendments published if any signed by
the bidder or the authorized representative shall be enclosed as
part of the technical bid as a proof of having read and accepted
the terms and conditions of the bid document.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
23
6.4.7 An offer submitted in vague /ambiguous financial terms and the
like, shall be termed as non-responsive and shall be summarily
rejected.

6.4.8 Clarifications to specific requests shall be responded through e-


mail and general clarifications, affecting all the bidders shall be
published in the official website of the Tender Inviting Authority
(www.osmcl.nic.in). However, it shall be the duty of the
prospective bidder to ensure that the clarifications sought for has
been properly received in time by the Tender Inviting Authority.

6.4.9 Any clarification on the e-Tender procedure shall be obtained from


OSMCL and the contact numbers are 0674 - 2380660 .

6.5 Payment for e-Tenders (Bid Document Cost & EMD)


6.5.1 The bid document cost and EMD shall be paid by the bidder in
the following manner through the e-Tender system:

1. The bid document cost & EMD as mentioned in Section–III


shall have to be furnished in shape of Demand Draft (DD) /
Bank Guarantee (BG) from any nationalized/scheduled bank in
India in favour of Managing Director, Odisha State Medical
Corporation Ltd., payable at Bhubaneswar. In case of BG, the
EMD is to be furnished in the prescribed format enclosed at
Annexure V.

2. The bidder has to furnish the scan copy (in PDF format) of the
demand draft (s) along with other required document of technical
bid through online submission on or before the due date & time of
submission of technical bid.

3. However, the original instrument of the bid document cost as


mentioned in Section–III & EMD in a sealed envelope must reach
the Tender Inviting Authority by post / courier on or before the
opening of technical bid, failing which the bid shall be rejected.
The sealed envelope containing the bid document cost should be
clearly super scribed as: Bid document cost, Bid Reference No.
and the Name of the bidder.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
24
6.6 Bid Document Cost
6.6.1 The bidder has to submit the bid document cost as mentioned
in Section–III and non-submission of Bid Document Cost as
mentioned in Section III shall be one of the primary reasons for
rejection of the offer in the first round.

6.6.2 All bidders shall pay bid document cost as per the instructions
provided in clause 6.5. Bidders are liable to pay bid document
cost even if any exemption is allowed in EMD.

6.7 Earnest Money Deposit (EMD):

6.7.1 The amount of the EMD(s) to be submitted per item is mentioned


at Section III and Non- submission of EMD as mentioned in
Section III shall be one of the primary reasons for rejection of the
offer in the first round.

6.7.2 Local MSEs only registered in Odisha with the respective DICs,
Khadi, Village, Cottage & Handicraft Industries, OSIC, NSIC shall
be exempted from submission of EMD, subject to submission of
the valid registration certificate from the concerned authority.

6.7.3 None of the bidders other than those specified in clause 6.7.2 are
exempted from submission of EMD.

6.7.4 EMD of unsuccessful bidders will be discharged/ returned within 30


days of finalization of tender.

6.7.5 The successful bidder's EMD will be discharged upon the bidders
signing the contract and furnishing the performance security.

6.7.6 No interest will be paid for the EMD (In case of DD) submitted.

6.7.7 The EMD will be forfeited, if a bidder;


6.7.7.1 Misrepresents facts or submit fabricated / forged / tampered /
altered / manipulated.
6.7.7.2 Withdraws bid after opening of technical bid;
6.7.7.3 A successful bidder, fails to sign the contract after issuance of
Letter of Intent
6.7.7.4 Fails to furnish performance security after issuance of Letter of
Intent.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
25
6.8 Deadline for Submission of Bid
6.8.1 Bidders shall upload all the necessary documents in the e-Tender
portal before the last date & time for online submission and the
Tender Inviting Authority shall not be held liable for the delay.
6.8.2 The Tender Inviting Authority may, at its discretion, extend the
deadline for submission of Bid, in which case, all rights and
obligations of the Tender Inviting Authority and the bidders
previously subjected to the deadline shall thereafter be subjected
to the same deadline so extended.

6.9 Modification and Withdrawal of Bids

6.9.1 The bidder can modify or withdraw bids submitted online before
the last date & time for online submission.

6.10 Period of Validity of Bid

6.10.1 The bid must remain valid for minimum 180 days (six months)
from the date of opening of technical bid for the purpose of bid
evaluation / finalization of rate contract. A bid valid for a shorter
period shall be rejected by the Tender Inviting Authority as non-
responsive.

6.10.2 The successful bidder upon entering into a contract can withdraw
from the contract by giving one month prior notice after 180 days
of price firmness, but not after the execution of agreement or
issuance of Supply order for any of the agreed items.

6.10.3 Withdrawal or non-compliance of agreed terms and conditions


after the execution of agreement or issuance of Supply Order will
lead to invoking of penal provisions and may also lead to black
listing/debarring of the successful bidder.

6.11 Rejection of Bids:


6.11.1 The bids shall be rejected in case the bidder fails to meet the pre-
qualification criteria as specified in Clause 5.2 of Section V
6.11.2 At any point of time, the Tender Inviting Authority reserves the
right to reject the bid if the bidder fails to fulfil the terms &
conditions of the bid document including technical specification,
furnishing of relevant document & information in the required
format of the tender and demonstration (wherever required) to
the satisfaction of Tender Inviting Authority. The affidavit (Format
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
26
T5), Manufacturer’s Form / Manufacturer’s Authorization Form
(Format T6 / T7 as per the case) must be uploaded with the
relevant signature (s) and seals as asked in the format.

6.12 Notices

6.12.1 The Tender Inviting Authority shall publish the following


information on its website or e-Tender portal at the appropriate
time as part of ensuring transparency in the bid process;
6.12.1.1 The bid notices, documents, corrigendum, addendum etc if any.
6.12.1.2 Amendments to the bid conditions, if any, especially after the
pre-bid meeting.
6.12.1.3 Deleted
6.12.1.4 Final List of technically qualified bidders qualified for price bid
opening along with Reasons for rejection of unqualified bidders.
6.12.1.5 Summary of Online price bid opening

6.12.2 Notice, if any, relating to the contract given by one party to the
other, shall be sent in writing by email or fax and confirmed by
post. The procedure will also provide the sender of the notice, the
proof of receipt of the notice by the receiver. The addresses of the
parties for exchanging such notices will be the addresses as
incorporated in the contract

6.12.3 The effective date of a notice shall be either the date when
delivered to the recipient or the effective date specifically
mentioned in the notice, whichever is later.

6.13 Other Terms and Conditions

6.13.1 All the terms and conditions in respect of warranty/guarantee,


Training of Staff etc mentioned in Section IV & V shall be complied
with.

6.13.2 Technical Specifications and Standards:- The Goods & Services to


be provided by the successful bidder under this contract shall
conform to the technical specifications and quality control
parameters mentioned in Section VII of this document.

6.13.3 The bidder shall be responsible for payment of any charges due to
any statutory authorities such as Income Tax, GST, Customs
Duties etc.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
27
6.13.4 In the event, if it found that there is some statutory deduction to
be made at the source, the Tender Inviting Authority will have the
authority to do so.

6.14 Pre-Bid Meeting

6.14.1 A pre-bid meeting will be convened to clarify the doubts of the


prospective bids. The Tender Inviting Authority may or may not
amend the terms and conditions as well as technical specifications
of the bid document after the pre-bid meeting on the basis of
feedback obtained during such meeting with a view to obtain
maximum number of competitive bids.

6.14.2 Date of pre-bid meeting is mentioned in Section III.


6.14.3 Pre-bid meeting is called by the Tender Inviting Authority to
explain briefly about the requirements as well as the terms and
conditions of the bid document and to get the views of the
prospective bidders, or any clarifications sought by the prospective
bids on bid terms & conditions / specifications etc., as part of
ensuing transparency in the bid process. Response to pre-bid
queries if any by the prospective bidders shall be based on the
written letters with supporting documents from the Principal
Manufacturer for the respective items along with supporting
documents justifying their claims in their letter head.
6.14.4 It is an opportunity for the prospective bidder to obtain all the
details about the bid items, conditions governing the bids and also
to get the explanation of any ambiguous condition that may be
present in the bid document.
6.14.5 It is also an opportunity for the Tender Inviting Authority to assess
the market and obtain feedback on the technical
specifications/features etc requested by the User
Institution/funding agency, so as to make amendments in the bid
document on the basis of expert advice.
6.14.6 Failure to attend the Pre-bid meeting will not be a disqualification,
but a loss of opportunity for the prospective bidders to understand
about the items bided and the bid conditions.

6.14.7 Filled up Bids (Online Submission) will be accepted only after


the date of pre-bid meeting. The representations regarding the
pre-bid meeting must be received on or before the pre-bid date
and time otherwise the requests may not be considered.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
28
6.14.8 All the representations pertaining to technical specification in the
pre-bid meeting and any clarifications submitted in the
subsequent stage of the tender process must be supported by the
letter from principal manufacturer unless the requested points
shall not be considered.

6.15 Amendment of Bid Documents:


6.15.1 At any time prior to the dead line for submission of Bid, the
Tender Inviting Authority may, for any reason, modify the bid
document by amendment and publish it in e-tender portal & OSMC
website.
6.15.2 The Tender Inviting Authority shall not be responsible for
individually informing the prospective bidders for any notices
published related to the bid. Bidders are requested to browse e-
Tender portal or website of the Tender Inviting Authority for
information/general notices/amendments to bid document etc. on
a day to day basis till the bid is concluded before submission of
bid.

6.16 Submission of Bid


6.16.1 The bids are to be submitted on-line in two parts in the e-Tender
portal. Each process in the e-procurement is time stamped and
the system can detect the time of log in of each user including the
Bidder.

6.16.2 PART-I as TECHNICAL BID shall be submitted on-line only in


the e-Tender portal with all the required documents as mentioned
in clause 6.17.

6.16.3 PART II as PRICE BID (in the required Format) for each of the
quoted items shall be submitted separately through online only.
The price bid format (excel sheet available in e-Tender portal) is
specific to a bid and is not interchangeable. The price bid formats
for each of the quoted items shall be downloaded from the e-
Tender portal and quote the prices in the respective fields before
uploading it. The Price bid submitted in any other format will be
treated as non-responsive. Multiple price bid submission for any of
the items by the bidders shall lead to cancellation of bids.

6.16.4 The bidder should check the system generated confirmation


statement on the status of the submission.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
29
6.16.5 SIGNING OF BID

The bidder shall digitally sign on all statements, documents,


certificates uploaded by him, owning responsibility for their
correctness / authenticity. If any of the information furnished by
the bidder is found to be false / fabricated / bogus, the
EMD/Performance Security shall stand forfeited & his/her name
shall be liable for recommending for blocking of portal registration
and blacklisting/debarring/suspension.

6.16.6 SECURITY OF BID SUBMISSION:

6.16.6.1 All bid uploaded by the bidder to the e-procurement portal will
be encrypted.

6.16.6.2 The encrypted bid can only be decrypted / opened by the


authorized openers on or after the due date and time.

6.16.7 RE-SUBMISSION AND WITHDRAWAL OF BIDS:

6.16.7.1 Resubmission of bid by the bidders for any number of times


before the final date and time of submission is allowed.

6.16.7.2 Re-submission of bids shall require uploading of all documents


including price bid afresh.

6.16.7.3 If the bidder fails to submit his modified bids within the pre-
defined time of receipt, the system shall consider only the last
bid submitted.

6.16.7.4 The Bidder can withdraw its bid before the closure date and time
of receipt of the bid by uploading scanned copy of a letter
addressing to the Procurement Officer Publisher (Officer Inviting
Bid) citing reasons for withdrawal. The system shall not allow
any withdrawal after expiry of the closure time of the bid.

6.16.7.5 The bidder should avoid submission of bid at the last moment to
avoid the system failure & the like.

6.16.7.6 The details of the documents to be uploaded online are


mentioned in Clause 6.17.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
30
6.17 List of Documents in Bid Submission

The list of documents (Scanned documents to be uploaded


online in PDF format) as a part of Technical Bid (PART I) is as
mentioned below:

6.17.1 Bid Document cost as mentioned in Section–III [(Scanned copy of


the DD in PDF)]
6.17.2 Earnest Money Deposit (s) [Scanned copy of the DD / BG in PDF)]
[Original Instrument of the bid document cost & EMD (s) in a
sealed envelope must reach the Tender Inviting Authority by
post/courier. The original instrument will only be received after
closing date of online bid submission and within the date and time
of opening of online technical bid falling which the bid shall be
rejected.

6.17.3 Format – T1 (Check List)

6.17.4 Format – T2 (Details of Items quoted)

6.17.5 Format – T3 (Details of EMD submitted)

6.17.6 Format – T4 (Details of Bidder & Service Center)

6.17.7 Format – T5 (Declaration Form)

6.17.8 Format – T6 (Manufacturer’s Form – in case the bidder is the


OEM)
6.17.9 Format – T7 (Manufacturer’s authorization Form – in case the
bidder is the authorized Importer/Distributor of OEM)

6.17.10 Format – T8 (Annual Turnover Statement by Chartered


Accountant)

6.17.11 Copies of the annual audited statements/ Annual Reports for


2019-20, 2020-21 & 2021-22 or 2020-21, 2021-22 & 2022-23
(Provisional statement of account shall not be considered).

6.17.12 Format–T9 (Performance Statement during the last Three Years)

6.17.13 Copies of purchase orders, proof of supplies & end user certificates
in support of the information furnished in Format T-9

6.17.14 Format – T10 (Statement of deviation – Technical Specification)

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
31
6.17.15 Format – T11 (Para-wise compliance to Technical Specification)

6.17.16 Copy of the Leaflets / Technical Brochures / Product Data


Sheets of the Model offered in support of the information
provided in Format – T11

6.17.17 Copy of Quality Certificates (valid AERB/BIS/ CE/ USFDA/ IEC,


etc. & ISO) of the product/organization (As per Section VII -
Technical Specification).

6.17.18 Copy of the GST registration certificate

6.17.19 Copy of PAN

6.17.20 Copies of IT Returns of the financial years 2019-20, 2020-21 &


2021-22 or 2020-21, 2021-22 & 2022-23
A Copy of the all the above documents uploaded in the
technical bid shall also to be submitted along with the
Original EMD (DD / BG) & Tender document Cost (DD) as
mentioned in Section–III by post/courier on or before the
opening of technical bid, failing which the bid shall be
rejected. However, the copy of all documents to be submitted
should be exactly the same as uploaded in e-tender portal.
Copy of the documents to be submitted shall be only for the
purpose of clarity / better visibility of the documents uploaded in
case of any scanned documents uploaded (like product catalogues
etc.) is not clear. In that case, the documents shall be considered
for evaluation only if the scan copy of the same is uploaded.

Note: No price information to be furnished in the Technical bid.

6.18 Opening of Technical Bid

6.18.1 The technical bid opening is online. The date of technical bid
opening is published in advance. The date of opening of price bid
will be decided after demonstration (the items for which is decided
by Tender Inviting Authority) for those bidders who qualify in the
technical bid evaluation and shall be informed in advance.

6.18.2 The on-line opening of the technical bid and the price bid shall be
done by the Tender Inviting Authority or his authorized
representatives as per bid schedule. The prospective bidders or

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
32
his/her representative can access to the on-line bid opening by
logging in to the e-Tender portal with the registered digital
signature. Bidders or his/her representative shall not come to the
office of the Tender Inviting Authority for the opening of either
technical or price bids.

6.18.3 In the event of the specified date for opening of bid being declared
holiday, the Bid shall be opened at the appointed time and venue
on the next working day.

6.18.4 In the event of the claims in the on-line documents are materially
missing or of substantial error or unqualified for want of required
qualifications, the bid shall be rejected. However, minor infirmities
in the submission of documents will be allowed to be rectified by
obtaining required clarification by the Tender Inviting Authority so
as to ensure qualification of maximum number of competitive
offers to the final round.
6.18.5 The bidder shall be responsible for properly uploading the relevant
documents in the format specified in the e-Tender portal in the
specific location and the Tender Inviting Authority shall not be
held liable for errors or mistakes done while submitting the on-line
bid.
6.18.6 The date and time of Price Bid will be announced only after the
opening of the Technical Bid and demonstration of the features,
operation etc of the equipment by the bidders.

6.18.7 Notice to Bidder

Bidders shall submit any query or observation or representation


on uploaded technical bids within 7 days of opening of Technical
Bid. Bidders can submit their queries or observations or
representations for their quoted items through email:
proc.osmcl.od@nic.in or at OSMCL office. The query or
observation or representation submitted must be supported with
the letter from the principal manufacturer for the respective items
along with supporting documents justifying their claims. No
representations shall be entertained by the Tender Inviting
Authority after 07 days of Technical bid opening. The Tender
Inviting Authority may at its discretion accept or reject the
representation and the decision of the Tender Inviting Authority
shall be final and shall be binding on all bidders participating in
this bid.
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
33
6.19 Evaluation of Bid
6.19.1 Bid Evaluation Committee:
6.19.1.1 The documents submitted as part of the technical bids shall be
scrutinized by a Technical Committee duly appointed.
6.19.1.2 The Managerial Committee duly appointed may also verify the
veracity of claims in respect of the known performance of the
equipment offered, the experience and reputation of bidder in the
field, the financial solvency etc.

6.19.1.3 The decisions of the Technical & Managerial Committee on


whether the bidders are responsive or non-responsive will be
published.
6.20 Deleted

6.21 Clarification of Bids


6.21.1 During evaluation of bids, the Tender Inviting Authority may, at its
discretion, give opportunity to the bidder(s) for clarification of
points raised by the bid evaluation committee on its bids
submitted.
6.21.2 The request for clarification and the response shall be in writing,
either through email or fax or by post.

6.22 Demonstration of Technical Specifications & Performance:

6.22.1 Before opening of the Price Bid, if it is decided by the by the Tender
Inviting Authority for certain equipment to have a demonstration of
the equipment for assessing the compliance to the technical
specification as indicated in Section VII, then the bidder shall
arrange for demonstration of offered items (of the same make &
model as offered in the bid) at Bhubaneswar at its own cost, either
directly or through authorized Dealer /Distributors, as the case may
be.

6.22.2 The intimation of demonstration of technical specification &


performance will be intimated to the bidders with a notice of 7 days
to 14 days and the bidder should get ready accordingly to

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
34
participate in the demonstration session with the requested sample
of items without fail.

6.22.3 Failure to demonstrate the technical specification or performance of


the items to the satisfaction of the technical committee or the
Tender Inviting Authority will lead to automatic rejection of the bids
and the price bids of such bidders for those items shall not be
considered for opening.

6.22.4 The Tender Inviting Authority’s/User Institution’s contractual right


to inspect, test and, if necessary, reject the goods after the
goods‟ arrival at the final destination shall have no bearing of the
fact that the goods have previously been inspected and cleared by
Tender Inviting Authority’s inspector during demonstration as
mentioned above.

6.23 Price Bids Opening

6.23.1 Opening of the price bids shall be done online by the Tender
Inviting Authority or his authorized representative and only the
Price Bids of those items of the bidders qualified in the detailed
scrutiny and evaluation of the Technical bid and successful PDI/
demonstration conducted by the Technical Committee/Tender
Inviting Authority shall be opened in the second round.

6.23.2 Price Offered shall be in Indian Rupees only. Price should be


quoted for the supply, installation, training (if necessary) and
successful commissioning of the accessories and fulfilment of
warranty/guarantee and after sales service to the satisfaction of
the User Institution.

6.23.3 Fixed price: Prices quoted by the Bidder shall be fixed during the
period of the contract and not subject to variation on any account.

6.23.4 There shall also be no hidden costs.

6.23.5 Bidder shall quote prices in all necessary fields in the available
format. The price shall be entered separately in the following
manner:

6.23.5.1 Basic Price: The bidders have to quote the total price of the
complete Equipment with all accessories and consumables
with specified quantity as asked in the technical specification

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
35
including onsite warranty as mentioned in the schedule of
requirement, cost of installation & commissioning and all other
incidental charges excluding GST against column-3 of excel
BoQ file. The rate quoted against the Equipment / Item in col.3 of
the excel based price BoQ shall include the Unit Price the
Equipment / Item with all accessories as asked in technical
specification or any modifications made in subsequent
amendment; which shall also be inclusive of the cost towards
excise duty / customs duty, packing, insurance, forwarding /
transportation (door delivery), installation & commissioning (a
standard kit shall be provided free of cost comprising of all the
reagents and consumables required to conduct the asked tests
during installation, demonstration and commissioning of the
machines), labor charges and all other incidental charges; with
warranty (as defined in schedule of requirement) from the date of
installation but excluding GST.
6.23.5.2 For the purpose of clarity, the Price break-up of Unit basic
machine along with all its accessories with required quantity of the
accessories exactly as mentioned in technical specification or any
modifications made in subsequent amendment has to be quoted in
Format B of the separate PDF file mandatorily. The total of
the break up prices (excluding taxes) mentioned in the PDF
Format B should be the same as the Unit price quoted against
the said Equipment / Item in col.3 of the respective excel based
price BoQ file (Excel file) which shall be taken into account for
price evaluation. Mismatch of the prices quoted in BoQ &
Format-B shall lead to rejection of the bid.
6.23.5.3 Applicable GST shall be quoted in the specified column in numeric
values (If the field is left blank, value will be taken as zero) in the
BOQ format.

6.23.5.4 The bidders shall offer the price which shall be inclusive of all the
accessories to be supplied with the equipment as mentioned in the
technical specification under Section VII.

6.23.5.5 Bidders in no way can alter/modify the price bid/ BOQ format,
if so he is liable for disqualification.
6.23.5.6 No bidder shall be allowed at any time on any ground,
whatsoever it may be, to claim revision or modification in the
rates quoted by him (Except any change made by the
NPPA/Govt.). Representation to make correction in the tender
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
36
documents on the ground of Clerical error, typographical error,
etc., committed by the bidder in the Bids shall not be
entertained after submission of the tenders. Conditions such as
“SUBJECT TO AVAILABILITY” “SUPPLIES WILL BE MADE AS
AND WHEN SUPPLIES ARE RECEIVED” etc., will not be
entertained under any circumstances and the tenders of those
who have given such conditions shall be treated as incomplete
and accordingly the Tender will be rejected.
6.23.5.7 Deleted
6.23.5.8 Deleted
6.23.5.9 Deleted
6.23.5.10 Deleted
6.23.5.11 Deleted

6.24 Price Bid Evaluation

6.24.1 The quoted rate should include customs duty, transportation,


insurance, packing & forwarding, door delivery including onsite
warranty as mentioned in the schedule of requirement, cost
of installation & commissioning and all other incidental
charges & excluding GST.

6.24.2 The quoted price in the excel BoQ file (total price of the complete
Equipment with all accessories with specified quantity as asked in
the technical specification including onsite warranty as mentioned
in the schedule of requirement, cost of installation &
commissioning and all other incidental charges excluding GST)
shall be taken into account for evaluation. The auto generated
comparison list generated through the e-tender portal after price
bid opening is not the final evaluation list. Manual evaluation
shall be carried out by the tender inviting authority based on the
quoted price in the e-tender portal, correction of arithmetic error if
any and the evaluation criteria mentioned above to arrive at the
lowest evaluated responsive bid.

6.25 Award of Contract


6.25.1 Criteria: - The contract will be awarded to the lowest evaluated
responsive bidder qualifying to the final round after scrutiny of the
technical bids and demonstration of the item if any, jointly taking
the cost towards the Equipment / Item along with their standard
accessories.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
37
6.25.2 Variation of Quantities at the Time of Award/ Currency of
Contract:-At the time of awarding the contract, the Tender
Inviting Authority reserves the right to increase or decrease by up
to fifteen (15) per cent of the quantity of goods and services
mentioned under cl. 4.1 (rounded off to next whole number)
without any change in the unit price and other terms & conditions
quoted by the bidder.

6.26 Notification of Award/Letter of Intent (LOI)

6.26.1 Before expiry of the bid validity period, the Tender Inviting
Authority will notify the successful bidder(s) in writing, by
registered / speed post or by fax or by email (to be confirmed by
registered / speed post immediately afterwards) that its bid for
accessories, which have been selected by the Tender Inviting
Authority, has been accepted, also briefly indicating there in the
essential details like description, specification and quantity of the
goods & services and corresponding prices accepted. This
notification is undertaken by issuing a Letter of Intent (LOI) by the
Tender Inviting Authority.
6.26.2 The successful bidder, upon receipt of the LOI, shall furnish the
required performance security and submit an agreement in the
prescribed format within Fifteen days, failing which the EMD may
be forfeited and the award may be cancelled.
6.26.3 The Notification of Award shall constitute the initiation of the
Contract.
6.27 Signing of Contract

6.27.1 The successful bidder shall execute an agreement in the format as


given under Annexure I for ensuring satisfactory supply,
installation, commissioning and the after sales service/support
during the warranty period.

6.27.2 The successful bidder shall submit bank guarantee in the format
as per Annexure VI, a performance security prescribed under
cl.6.28.

6.27.3 Promptly after notification of award, within Fifteen days from the
date of the letter of intent, the successful bidder shall execute the
contract (as per agreement Annexure I) on Rs.100/- stamp paper
purchased in the name of the successful bidder, duly signed and
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
38
dated, to the Tender Inviting Authority by registered / speed post
or in person.
6.27.4 Deleted
6.27.5 Assignment:-The Successful bidder shall not assign, either in
whole or in part, its contractual duties, responsibilities and
obligations to perform the contract, except with the Tender
Inviting Authority’s prior written permission.

6.27.6 Sub Contracts: - The Successful bidder shall not sub contract the
execution of the contract. Such action, if done without the
knowledge of the Tender Inviting Authority prior to the entering of
the contract, shall not relieve the Successful bidder from any of its
liability or obligation under the terms and conditions of the
contract.

6.27.7 Modification of contract:- If necessary, the Tender Inviting


Authority may, by a written order given to the successful bidder at
any time during the currency of the contract, amend the contract
by making alterations and modifications within the general scope
of contract in any one or more of the following:

6.27.7.1 Specifications, drawings, designs etc. where goods to be supplied


under the contract are to be specifically manufactured for the
Tender Inviting Authority,
6.27.7.2 Deleted
6.27.7.3 Incidental services to be provided by the successful bidder
6.27.7.4 Mode of Installation
6.27.7.5 Place of delivery
6.27.7.6 Converting the installation of the accessories in all or any of the
locations as turnkey project and
6.27.7.7 Any other term(s) of the contract, as felt necessary by the Tender
Inviting Authority depending on the merits of the case.

6.27.8 In the event of any such modification/alteration causing increase


or decrease in the cost of goods and services to be supplied and
provided, or in the time required by the successful bidder to
perform any obligation under the contract, an equitable
adjustment may be made in the contract price and/or contract
delivery schedule, as the case may be, and the contract amended
accordingly.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
39
6.27.9 If the successful bidder doesn’t agree to the adjustment made by
the Tender Inviting Authority/User Institutions, the successful
bidder shall convey its views to the Tender Inviting Authority/user
institutions within ten days from the date of the successful
bidder’s receipt of the Tender Inviting Authority’s/User
Institution’s amendment / modification of terms of the contract.
6.28 Performance Security

6.28.1 There will be a performance security deposit amounting to the


total value as mentioned in Section III excluding taxes, which
shall be submitted by the successful bidder to the Tender Inviting
Authority within 15 days from the date of issuance of LOI. The
successful local SSI unit shall have to pay 25% of the prescribed
performance security.

6.28.2 The contract duly signed and returned to the Tender Inviting
Authority shall be accompanied by a Performance Security in any
of the form as mentioned below;

6.28.2.1 Account Payee demand Draft drawn in favour of the Managing


Director, OSMCL payable at Bhubaneswar
OR
6.28.2.2 Real Time Gross Settlement (RTGS) / National Electronic Funds
Transfer (NEFT): The successful bidder(s) shall provide the Unique
Transaction Reference (UTR) number and date of transfer for
validation of the transaction by OSMCL along with the duly signed
contract. The bank details for opting RTGS / NEFT mode of
payment are as follows,
Name of the Account Holder- Odisha State Medical Corporation Limited
Account Number- 006101059948
IFSC Code- ICIC0000061
Name of the Bank- ICICI BANK
 Branch Details- Kharavel Nagar, Unit-III, Bhubaneswar
OR
6.28.2.3 Bank Guarantee in the prescribed format

6.28.3 Upon receipt of such contract and the performance security, the
Tender Inviting Authority shall issue the Supply Orders containing
the terms and conditions for the execution of the order.
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
40
6.28.4 Failure of the successful bidder in providing performance security
mentioned in Section III and/or in returning contract copy duly
signed in time shall make the bidder liable for forfeiture of its
EMD.

6.28.5 The details of Performance security are given below:


It shall be denominated in Indian Rupees.
6.28.5.1 It shall be in any one of the forms namely Account Payee Demand
Draft or Bank Guarantee issued by a Scheduled bank in India, in
the prescribed form as provided in this document endorsed in
favour of the Tender Inviting Authority/user institution.
6.28.5.2 Deleted
6.28.5.3 In the event of any amendment issued to the contract, the
successful bidder shall, within ten (10) days of issue of the
amendment, furnish the corresponding amendment to the
Performance Security (as necessary), rendering the same valid in
all respects in terms of the contract, as amended.
6.28.5.4 Tender Inviting Authority/User Institution will release the
Performance Security without any interest to the successful bidder
on completion of the successful bidder’s all contractual obligations
including the warranty obligations & after receipt of certificates
confirming that all the contractual obligations have been
successfully complied with.
6.28.5.5 The Bank Guarantee submitted in place of DD shall be in the
prescribed format (Annexure VI); Bank Guarantee in no other
form will be accepted and will lead to rejection of bids.

6.29 Delivery and Installation

6.29.1 The successful bidder shall visit the scheduled institution and
recommend pre installation requirements at each institution. The
details may be consolidated and shall submit to Tender Inviting
Authority for further actions. If the supplier fails to communicate
any of such instances before delivery of equipment and cannot
complete the delivery within the stipulate period, Tender Inviting
Authority shall deduct Liquidated Damage (LD) charges as per
the bid conditions specified in clause 6.43.5

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
41
6.29.2 The successful bidder will have arrange transportation of the
ordered goods as per its own procedure and pay necessary
insurance against loss or damage incidental to manufacture or
acquisition, transportation, storage and delivery and pay all
necessary charges incidental till it is installed in the User
Institution. It shall be ensured that the equipments arrive at the
destination(s) in good condition within the delivery period
mentioned and as per the other requirements of the Bid
Document.

6.29.3 If at any time during the currency of the contract, the successful
bidder encounters conditions hindering timely delivery of the
goods and performance of services, the successful bidder shall
inform the Tender Inviting Authority/User Institution in writing
within a week about the same and its likely duration and make a
request to the Tender Inviting Authority/User Institution for
extension of the delivery schedule accordingly. On receiving the
successful bidder’s communication, the Tender Inviting
Authority/User Institution shall examine the situation as soon as
possible and, at its discretion, may agree to extend the delivery
schedule, with or without liquidated damages for completion of
successful bidder’s contractual obligations by issuing an
amendment to the contract.

6.29.4 The successful bidder is required to deliver the equipments at the


site within time specified under cl 5.1. from the date of issue of
the ‘Supply Order’ and demonstrate individually the
specification/features as well as operation / performance of the
equipment to the satisfaction of the institution head or his/her
representative and obtain an individual CRC ‘Consignee Receipt
Certificate’ (as per format in Annexure II (A)) and SIC
‘Satisfactory Installation Certificate’ (as per format in
Annexure II (B)) for each equipment and Warranty Certificate
(as per format in Annexure III) duly signed and with proper stamp
of the institution concerned. A proper detail of stock taking has to
be obtained in the invoices from the respective User Institutions
with signature and seal.

6.29.5 A copy of the invoice shall be submitted to every User Institution


for stock entry at the respective location.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
42
6.29.6 The installation report and two month performance reports shall
be submitted separately, in a single sheet printed back to back
and shall be submitted individually for each equipment installed.

6.29.7 The Tender Inviting Authority may also depute one of its
representatives or from the funding agency with prior intimation
to the successful bidder to be present for the demonstration. The
signature of such official, if deputed, in the installation certificate
is essential.

6.29.8 Installation & Commissioning: The electrical power supply point


will be provided by the purchaser at the room where the
equipment will be installed but the wiring and electrical fittings
inside the room and accessories if any required for installation &
commissioning of the equipment from the power supply point to
the point of actual installation will be provided by the supplier
without any extra cost.

6.30 Payment:
6.30.1 No advance payments towards cost of medical equipments will be
made to the bidder.

6.30.2 90% of the quoted cost of the equipment+100% tax shall be paid
to the supplier on receipt of the stock entry certificate, Consignee
Receipt Certificate (CRC) form as per format in Annexure II duly
signed by hospital authorities and demonstration/training of the
item from the consignee. The Biomedical personnel of OSMCL
(BME/Jr.BME) shall verify the technical specification after
installation of the supplied equipment at consignee locations as per
below stipulations,
a. Cost: ≥50 Lakhs/unit->At all locations
b. Cost: 20 to 50 Lakhs/unit-> 15% of total quantity
c. Cost: 10 to 20 Lakhs/unit-> 10% of total quantity
d. Cost: 5 to 10 Lakhs/unit -> 5% of total quantity
e. Costing ≤ 5 Lakhs/Unit-> 2% of total quantity or 50 Nos.,
whichever is higher.

6.30.3 The balance 10% of the payment of equipment will be made after
receipt of certificate on working status of the equipment from the
consignee after 8 weeks of supply of the item as per format in
Annexure IV duly signed by hospital authorities.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
43
6.30.4 The original invoice submitted shall be in the name of the Tender
Inviting Authority and the name of the consignee shall also be
mentioned in it.
6.30.5 Deleted
6.30.6 Where there is a statutory requirement for tax deduction at
source, such deduction towards income tax and other taxes as
applicable will be made from the bills payable to the Successful
bidder at rates as notified from time to time.

6.31 After Sales Service Conditions:

6.31.1 OSMCL attaches paramount importance to the after sales service


of the equipments installed to ensure smooth operation
afterwards. The successful bidder is required to undertake
preventive maintenance and attend all repairs, if any, that may
arise during the warranty period free of cost and thereafter for
additional period mentioned in the Specific Conditions of Contract.

6.31.2 The after sales terms and conditions will be strictly enforced and
those bidders who are willing to support the Tender Inviting
Authority in its endeavour to provide trouble free
operation/performance of the equipments for the prescribed
period need only participate in the bid.

6.31.3 The after sales service shall be performed during the warranty
period and also during the Comprehensive Maintenance Period
(CMC)/ Annual Maintenance Contract, if awarded either by
Concerned Institution or Biomedical Equipment Maintenance
Service Providing Agency, i.e. currently M/s Kirloskar Technologies
Pvt. Ltd. (M/s. KTPL).

6.31.4 Failure to provide satisfactory after sales services during or after


the warranty period and CMC/AMC will lead to blacklisting/
debarring of the bidders, but after issuing due notice and provide
opportunity for being heard.

6.32 Guarantee/Warranty Terms:

6.32.1 The successful bidder has to warrant that the Goods supplied
under this Contract are new, unused, of the most recent or

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
44
current models and incorporate all recent improvements in design
and materials unless provided otherwise in the Contract.

6.32.2 The successful bidder further have to warrant that the Goods
supplied under this Contract shall have no defect arising from
design, materials or workmanship (except when the design and/or
material is required by the Tender Inviting Authority’s
specifications) or from any act or omission of the successful
bidder, that may develop under normal use of the supplied goods.

6.32.3 All the equipment including the accessories supplied as per the
technical specification in clause 4.1 should carry comprehensive
warranty for a period of 5 years. During this period, the successful
bidder shall replace all defective parts and attend to all repairs
/break downs and undertake stipulated number of preventive
maintenance visits to every user installation site. The cost of spare
parts for all replacements has to be borne by the successful bidder
during the period of comprehensive warranty.

6.32.4 On expiration of the comprehensive warranty period, the


successful bidder shall be willing to provide after sales support for
an additional period prescribed under Format-T6 or Format-T7.

6.32.5 The prospective bidder, who are manufacturers, shall submit an


undertaking in the Format T6 OR T7 from the Original Equipment
Manufacturers (OEM) that they are willing to provide spare parts
for the period of warranty as mentioned and also during the
additional CMC/AMC period, if awarded. The OEM shall also assure
continuity of service to their product, in the event of change in
dealership or the bidders – their existing dealers - couldn’t provide
service during the warranty / AMC period.

6.32.6 After sales service centre in Odisha/Eastern India or posting of a


dedicated Service Engineer in Odisha should be available as part
of the pre-qualification criteria under cl.5.2.5 and the bidder shall
provide proof of their capability to undertake such maintenance /
repair within the stipulated time.
6.32.7 Site Visits: The successful bidder shall visit each User Institution
as part of preventive maintenance as per the frequency mentioned
under cl.5.1 during the warranty period. The bidder shall attend
any number of break down/repair calls as and when informed by
the Tender Inviting Authority/User Institution.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
45
6.32.8 During every visit, a copy of the service report/break down call
report, duly signed by the custodian of the equipment/head of the
health care institution and stamped shall be forwarded by
email/fax/post to the OSMCL or Biomedical Equipment
Maintenance Service Providing Agency, i.e. currently M/s Kirloskar
Technologies Pvt. Ltd. (M/s. KTPL) within 10 days from the due
date.
6.32.9 Complaints should be attended properly, maximum within the
time mentioned in clause 5.1.7. In case, the repair/fault duration
is likely to exceed 7 working days, the period of warranty or CMC
period shall be extended for 2 days for every 1 day delay
maximum up to 15 working days. On exceeding the 15 working
days, the performance security of the successful bidder shall be
forfeited and deemed action shall be initiated as per the
procurement guideline.

6.32.10 Upon receipt of such notice for repair/breakdown from the Tender
Inviting Authority or user institution, the successful bidder shall,
within the period specified under cl.5.1.7, and with all reasonable
speed, repair or replace the defective goods or parts thereof,
without cost to the Tender Inviting Authority or to the user
institution.
6.32.11 If the successful bidder, having been notified, fails to rectify the
defect(s) within the period specified mentioned in cl.5.1.7, the
Tender Inviting Authority may proceed to take such remedial
action as may be deemed necessary, at the successful bidder’s
risk and cost and without prejudice to any other rights which the
Tender Inviting Authority may have against the successful bidder
under the contract.
6.32.12 Failure to attend the repairs in time or failure to attend the
stipulated preventive maintenance visit or failure to replace the
defective equipments or to provide stand by equipment if the
fault/down time exceeds the stipulated period or to ensure the
stipulated up-time in an year shall lead to forfeiture of the
performance security and/or may lead to blacklisting/debarring of
the defaulting bidder.

6.32.13 A warranty certificate (as per format in Annexure III) duly signed
and with proper stamp of the institution concerned and also
signed by the authorized signatory with the stamp of the
successful bidder shall be submitted to the Tender Inviting

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
46
Authority for keeping it under safe custody along with the
Installation Certificate. A copy of the original warranty papers has
to be given to the institution head concerned.

6.32.14 The equipment which requires quality assurance test shall be done
at free of cost immediately after installation, during the
comprehensive warranty period/CMC/AMC period and also when
major spares are replaced.
6.32.15 Any mandatory approval required for installation shall be obtained
by the authorities of respective Institution in liaison with the
successful bidder.

6.32.16 The bidder shall undertake on-site calibration of the equipment


every year as part of the after sales service during the period of
comprehensive warranty, CMC/AMC and also when major spares
are replaced and submit a ‘calibration certificate’ to the head of
the User Institution with a copy to the Tender Inviting Authority
afterwards.

6.32.17 The offered warranty includes visits to the user institutions at


frequencies prescribed under cl.5.1 as part of preventive
maintenance, Testing & calibration as per technical / service /
operation manual of the manufacturer or as per the period
specified or as per the demand of the user institute or Tender
Inviting Authority.

6.32.18 In case the supplier do not undertake on-site calibration of the


equipment as well as visits to the user institutions at frequencies
prescribed under cl.5.1 as part of preventive maintenance as
defined under clause no. 6.32.16 and 6.32.17, penalty amounting
to @0.5% of the contract value shall be imposed on those
equipment for which preventive maintenance and calibration has
not been carried out.

6.32.19 The bidder shall provide up-time warranty of complete equipment


as mentioned in clause 5.1.8, the uptime being calculated on 24
(hrs) X 7 (days) basis failing which the extension of Warranty
period will be extended by double the downtime period.

6.32.20 All software updates, if any required, should be provided free of


cost during Warranty period.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
47
6.33 Maintenance Contract (CMC or AMC)

6.33.1 The decision for CMC has been determined on the basis of cost
and complexity of the equipment.
6.33.2 The Comprehensive Maintenance Contract (CMC) is otherwise an
extended warranty. All the terms and conditions agreed by the
successful bidder for executing the comprehensive warranty of the
equipment shall be extended during the period of CMC, only
difference being the payment of CMC charges is absent during the
period of comprehensive warranty.

6.33.3 During Annual Maintenance Contract, the cost of spares will be


borne by the Tender Inviting Authority or the user institutions, as
the case may be. During the period of AMC, other terms and
conditions will remain the same as in the case of Comprehensive
Warranty/CMC, except in respect of the cost of spares. In short,
the AMC is a CMC with provisions for payment of cost of spare
parts during the currency of the contract by the Tender Inviting
Authority or User Institution as the case may be.

6.33.4 Deleted

6.33.5 Failure/refusal on the part of the successful bidder


supplying/installing the equipments to enter into CMC with the
Tender Inviting Authority/User Institution, at the end of the
Comprehensive Warranty Period, shall lead to forfeiture of
performance security and may result in the blacklisting/debarring
of the bidder.
6.33.6 Deleted
6.33.7 Deleted
6.33.8 Deleted

6.34 Spare Parts/Reagents


6.34.1 The bidders shall offer prices for all the spares/reagents
mentioned in the technical specifications separately in the price
bid form.
6.34.2 Successful bidder shall carry sufficient inventories to assure ex-
stock supply of consumable spares for the goods so that the same
are supplied to the Tender Inviting Authority/User Institution
promptly on receipt of order from the Tender Inviting
Authority/User Institution.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
48
6.34.3 The successful bidder shall take over the replaced parts/goods
after providing their replacements and no claim, whatsoever shall
lie on the Tender Inviting Authority for such replaced parts/goods
thereafter.

6.34.4 The Tender Inviting Authority or User Institution may place orders
for additional spares/consumables/reagents which are needed for
the smooth performance/operation of the equipment and the
successful bidder shall be willing to supply the same in time at the
cost offered in the price bid forms, failing which, such instances
will be construed as a breach of bid conditions and lead to penal
provisions.
6.34.5 Deleted
6.35 Training
6.35.1 The successful bidders have to impart on-site training to Doctors/
Technicians/ para-medical staff on the operation and preventive
maintenance of the equipment at the time of installation and
anytime during warranty period if demanded by the User
Institution to the satisfaction of the Tender Inviting Authority and
User Institution.
6.35.2 The training details shall be recorded in the installation certificate
for enabling the Tender Inviting Authority to make the first 90%
payment.

6.36 Imported Equipment

6.36.1 The Tender Inviting Authority shall no way involve in the import of
the equipments from foreign countries, if such equipments are
manufactured outside the country. It shall be the sole
responsibility of the bidder to import the equipments offered by
paying the requisite consideration in foreign currency and
following the stipulations issued by the Government of India, from
time to time, in the import of equipments, especially when the
import is from hostile nations.
6.36.2 The bidders shall inform any advantages in prices to the Tender
Inviting Authority because of reductions/exemptions in customs
duty in case of imported equipment at the time of pre-bid meeting
and the bid document shall be modified by amendment to that
extent.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
49
6.36.3 The Tender Inviting Authority or the user institution will not
interfere in any manner with the import process and the
successful bidder shall be solely responsible for supply and
installation of any equipment at the time and locations
stipulated/agreed to in the bids.
6.36.4 The Tender Inviting Authority prefers to deal with the importers or
Indian subsidiaries of the foreign original equipment manufacturer
having a place of business in India.
6.36.5 The payment will be made in Indian Rupees to the successful
bidder and under no circumstance; the request for opening of
letter of credit or payment in foreign currency will be entertained.
6.36.6 The successful bidder shall indemnify the Tender Inviting Authority
from all liabilities/damages, if any, that may arise out of the
conduct of the bidder in violation of foreign exchange regulations.
6.36.7 However, the bidders shall disclose the country of origin and shall
obtain an undertaking from such OEM to provide spares or service
support for the period of contract. Failure on the part of the OEM
to perform the agreed terms of the undertaking in providing the
spares and after sales support will be construed as violation of the
contractual obligations by the successful bidder terming the
relation as that of a principal and agent under laws of the country.
Such violations may eventually lead to forfeiture of performance
security and also lead towards blacklisting/debarring the
successful bidder.
6.37 Intellectual Property Rights (IPR)
6.37.1 The successful bidder shall, at all times, indemnify and keep
indemnified the Tender Inviting Authority, free of cost, against all
claims which may arise in respect of goods & services to be
provided by the successful bidder under the contract for
infringement of any intellectual property rights or any other right
protected by patent, registration of designs or trademarks.
6.37.2 In the event of any such claim in respect of alleged breach of
patent, registered designs, trademarks etc. being made against
the Tender Inviting Authority, the Tender Inviting Authority shall
notify the successful bidder of the same and the successful bidder
shall, at his own expenses take care of the same for settlement
without any liability to the Tender Inviting Authority.

6.37.3 The Successful bidder/its Indian Agent/CMC Provider shall at all


times, indemnify and keep indemnified the Tender Inviting
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
50
Authority/ Government of India against all claims/ damages etc.
for any infringement of any Intellectual Property Rights (IPR)
while providing its services under Comprehensive Warranty/
CMC/AMC.

6.38 Corrupt or Fraudulent Practices


6.38.1 It is required by all concerned namely the User Institution/
Bidders/ Successful bidders etc to observe the highest standard of
ethics during the procurement and execution of such contracts. In
pursuance of this policy, the Tender Inviting Authority defines, for
the purposes of this provision, the terms set forth below as
follows:
6.38.2 “corrupt practice” means the offering, giving, receiving or
soliciting of anything of value to influence the action of a public
official in the procurement process or in contract execution; and
6.38.3 “fraudulent practice” means a misrepresentation of facts in order
to influence a procurement process or the execution of a contract
to the detriment of the Tender Inviting Authority, and includes
collusive practice among Bidders (prior to or after Bid submission)
designed to establish Bid prices at artificial non-competitive levels
and to deprive the Tender Inviting Authority of the benefits of free
and open competition;
6.38.4 Tender Inviting Authority will reject a proposal for award if it
determines that the bidder recommended for award has engaged
in corrupt or fraudulent practices in competing for the contract in
question; will declare a firm ineligible, either indefinitely or for a
stated period of time, to be awarded a contract by the Tender
Inviting Authority if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in
executing the contract.
6.38.5 No bidder shall contact the Tender Inviting Authority or any of its
officers or any officers of the government on any matter relating
to its bid, other than communications for clarifications and
requirements under this bid in writing, with an intention to
influence the members of various committees or officials of Tender
Inviting Authority. Any such effort by a bidder to influence the
Tender Inviting Authority in the Tender Inviting Authority’s bid
evaluation committee, bid comparison or contract award decisions
may result in rejection of the bid.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
51
6.39 Force Majeure
6.39.1 For purposes of this clause, Force Majeure means an event beyond
the control of the successful bidder and not involving the
successful bidder’s fault or negligence and which is not
foreseeable and not brought about at the instance of , the party
claiming to be affected by such event and which has caused the
non–performance or delay in performance. Such events may
include, but are not restricted to, acts of the Tender Inviting
Authority/User Institution either in its sovereign or contractual
capacity, wars or revolutions, hostility, acts of public enemy, civil
commotion, sabotage, fires, floods, explosions, epidemics,
quarantine restrictions, strikes excluding by its employees,
lockouts excluding by its management, and freight embargoes.
6.39.2 If a Force Majeure situation arises, the successful bidder shall
promptly notify the Tender Inviting Authority/User Institution in
writing of such conditions and the cause thereof within twenty one
days of occurrence of such event. Unless otherwise directed by the
Tender Inviting Authority/User Institution in writing, the successful
bidder shall continue to perform its obligations under the contract
as far as reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force
Majeure event.
6.39.3 If the performance in whole or in part or any obligation under this
contract is prevented or delayed by any reason of Force Majeure
for a period exceeding sixty days, either party may at its option
terminate the contract without any financial repercussion on either
side.
6.39.4 In case due to a Force Majeure event the Tender Inviting
Authority/User Institution is unable to fulfill its contractual
commitment and responsibility, the Tender Inviting Authority/User
Institution will notify the successful bidder accordingly and
subsequent actions taken on similar lines described in above sub-
paragraphs.
6.40 Resolution of Disputes
6.40.1 If dispute or difference of any kind shall arise between the Tender
Inviting Authority/User Institution and the successful bidder in
connection with or relating to the contract, the parties shall make
every effort to resolve the same amicably by mutual consultations.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
52
6.40.2 If the parties fail to resolve their dispute or difference by such
mutual consultation within twenty-one days of its occurrence,
then, unless otherwise provided in the bid document, either the
Tender Inviting Authority/User Institution or the successful bidder
may give notice to the other party of its intention to commence
arbitration, as provided the applicable arbitration procedure will be
as per the Arbitration and Conciliation Act, 1996 of India.

6.40.3 Deleted

6.40.4 Venue of Arbitration: The venue of arbitration shall be the place


from where the contract has been issued, i.e., Bhubaneswar,
Odisha.
6.41 Applicable Law & Jurisdiction of Courts
6.41.1 The contract shall be governed by and interpreted in accordance
with the laws of India for the time being in force.

6.41.2 All disputes arising out of this bid will be subject to the jurisdiction
of courts of law in Bhubaneswar / High court of Odisha.

6.42 General/ Miscellaneous Clauses

6.42.1 Nothing contained in this Contract shall be constructed as


establishing or creating between the parties, i.e. the Successful
bidder/its Indian Agent/CMC Provider on the one side and the
Tender Inviting Authority on the other side, a relationship of
master and servant or principal and agent.
6.42.2 Any failure on the part of any Party to exercise right or power
under this Contract shall not operate as waiver thereof.
6.42.3 The Successful bidder shall notify the Tender Inviting
Authority/User Institution of any material change would impact on
performance of its obligations under this Contract.
6.42.4 The Successful bidder(s) shall be liable to and responsible for all
obligations towards the Tender Inviting Authority/User Institution
/ Government for performance of contract/services including that
of its Associates/ Sub Contractors under the Contract.

6.42.5 The Successful bidder shall, at all times, indemnify and keep
indemnified the Tender Inviting Authority / User Institution /
Government of Odisha against any claims in respect of any
damages or compensation payable in consequences of any
accident or injury sustained or suffered by its employees or agents
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
53
or by any other third party resulting from or by any action,
omission or operation conducted by or on behalf of the successful
bidder/its associate/affiliate etc.

6.42.6 All claims regarding indemnity shall survive the termination or


expiry of the contract.
6.43 Penalties for Non-performance

6.43.1 The penalties to be imposed, at any stage, under this bid are;
6.43.1.1 Imposition of liquidated damages,
6.43.1.2 Forfeiture of EMD/performance security
6.43.1.3 Termination of the contract
6.43.1.4 Blacklisting/Debarring/Suspension of the bidder
6.43.2 Failure to produce the requisite certificates after claiming to
possess such certificates or concealment or misrepresentation of
facts will lead to rejection of bids and may lead to forfeiture of
EMD or performance security as well as result in black
listing/debarring of the bidder.

6.43.3 The penalties to be imposed on the bidder, at any stage, will be


decided on the basis of the violations of number of bid conditions
specifically mentioned in the bid document as that leading to
forfeiture or EMD/ Performance Security or leading to black-
listing/ debarring.

6.43.4 Any unexcused delay by the successful bidder in maintaining its


contractual obligations towards delivery of goods and performance
of services shall render the successful bidder liable to any or all of
the following sanctions:

6.43.5 Liquidated Damages:- If the successful bidder fails to deliver


any or all of the goods within the time frame(s) prescribed in the
contract, the Tender Inviting Authority/User Institution shall,
without prejudice to other rights and remedies available to the
Tender Inviting Authority/User Institution under the contract,
deduct from the contract price / purchase order price as liquidated
damages, a sum equivalent to 1% of the value of the item to
be supplied per week of delay or part thereof on delayed
supply of item (s) until actual delivery or performance subject to a
maximum of 4%. Managing Director, OSMCL reserves the right
to allow an additional penal period of 4 (four) weeks beyond the
normal penal period (4 weeks) on the written request of the

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
54
supplier with the condition that liquidated damage @ 1.5% will be
charged for each week or part thereof during the extended penal
period.

Acceptance of goods beyond the maximum allowed period is only


at the discretion of MD, OSMCL subject to recovery of additional
penal charges @5% on the value of goods supplied beyond the
maximum allowable period for delivery.
Penal period shall start after the stipulated delivery period (as the
case may be). No goods shall be received from the supplier after
expiry of the penal period of 4 weeks and the purchase order shall
stand cancelled unless the supplier is allowed an additional penal
period for delivery (maximum of another 4 weeks) by the
managing director of OSMCL.

Once the delivery period / extended delivery period with LD is


exceeded, Tender Inviting Authority/User Institution may consider
termination of the contract. During the above-mentioned delayed
period of supply and / or performance, the conditions incorporated
shall also apply and Tender Inviting Authority shall seek alternate
measures at the risk and cost of the successful bidders.

6.43.6 The penalties imposed by the Tender Inviting Authority will be


published on the website of the Tender Inviting Authority for a
period as decided as appropriate by it with a view to prevent other
government institutions from procurement of equipments from
such bidders.

6.43.7 The decision to impose penalties and finally to black list the
defaulting firm will be final and shall be binding on all bidders
participating in this bid.

6.44 Termination of Contract


6.44.1 Termination for default:- The Tender Inviting Authority/User
Institution, without prejudice to any other contractual rights and
remedies available to it (the Tender Inviting Authority/User
Institution), may, by written notice of default sent to the
successful bidder, terminate the contract in whole or in part, if the
successful bidder fails to deliver any or all of the goods or fails to
perform any other contractual obligation(s) within the time period

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
55
specified in the contract, or within any extension thereof granted
by the Tender Inviting Authority/User Institution.

6.44.2 In the event of the Tender Inviting Authority/User Institution


terminates the contract in whole or in part, the Tender Inviting
Authority/User Institution may procure goods and/or services
similar to those cancelled, with such terms and conditions and in
such manner as it deems fit and the successful bidder shall be
liable to the Tender Inviting Authority/User Institution for the
extra expenditure, if any, incurred by the Tender Inviting
Authority/User Institution for arranging such procurement.

6.44.3 Unless otherwise instructed by the Tender Inviting Authority/User


Institution, the successful bidder shall continue to perform the
contract to the extent not terminated.

6.44.4 Termination for insolvency: If the successful bidder becomes


bankrupt or otherwise insolvent, the Tender Inviting Authority
reserves the right to terminate the contract at any time, by
serving written notice to the successful bidder without any
compensation, whatsoever, to the successful bidder, subject to
further condition that such termination will not prejudice or affect
the rights and remedies which have accrued and / or will accrue
thereafter to the Tender Inviting Authority/User Institution.

6.44.5 Termination for convenience:- The Tender Inviting Authority/User


Institution reserves the right to terminate the contract, in whole or
in part for its (Tender Inviting Authority’s/User Institution’s)
convenience, by serving written notice on the successful bidder at
any time during the currency of the contract. The notice shall
specify that the termination is for the convenience of the Tender
Inviting Authority/User Institution. The notice shall also indicate
interalia, the extent to which the successful bidder’s performance
under the contract is terminated, and the date with effect from
which such termination will become effective.
6.45 Recovery of penalty from any other dues and /or available
security amount under any tender:
6.45.1 The recovery of different penalties from any payable amount of
supplier and/or security available with the corporation under any
tender and amount due under one contract can be recovered from
available amount of other contract.
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
56
SECTION VII

TECHNICAL
SPECIFICATIONS

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
57
1. BODYPLETHESMOGRAPHY WITH DIFFUSION STUDY

Product Quality standard certification:


1) The quoted model should be “USFDA approved (510K/CFG)” or
“European CE certified”. The EUROPEAN-CE certificate should be
issued from notified body having notified body number.
2) The quoted model should have electrical safety standard certification
IEC 60601 .
Manufacturer Quality standard certification:
3) The manufacturer of the quoted product should have EN ISO 13485
certificate issued from a notified body or ICMED 13485 (with or
without plus)certificate issued from certification bodies accredited by
NABCB or ISO 13485 certificate issued from certification bodies
accredited by NABCB/Nationally Recognized Accreditation Board
under IAF MLA.
4) The quoted medical device must be registered under CDSCO and the
bidder shall submit the “License to import the medical device” OR
“License to manufacture for sale or for distribution of the medical
device”. If not registered, the “Application for Grant of License to
import the medical device” OR “Application for Grant of License to
Manufacture for Sale and Distribution of the medical device” OR “the
acknowledgment copy/screenshot of the online application for the
said registration of quoted medical device” must be uploaded in the
bid.
Technical specification:
A. Bodybox (Plethyesmography Machine) :
1. A wide cabin with internal volume range of 900 liter to 1000 liter
to provide ease of accessibility and comfort to the patient without
effecting volume changes.
2. Transparent robust glass walls to ensure visibility from all sides and
minimize any claustrophobic feeling for the patient.
3. The seat must be ergonomic, comfortable and adjustable or fixed
bench to bear weight of 150 Kg. or more.
4. The arm for the breathing valve support must be flexible enough to
allow tests execution even outside the cabin.
5. Controlling station should be on a movable trolley. Trolley must be
medical grade supplied by OEM.
6. Speaker and mike facility inside box for communication with the
patient

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
58
I. Test and minimum set of parameter required –
Dynamic lung volumes: Measurement of the Forced Vital Capacity
(FVC), Slow Vital Capacity (SVC) and Maximal Ventilatory Ventilation
(MVV). Graphic display of Flow/volume, Volume/time loops.
Static lung volumes : Measurement of TGV, RV, VC, IRV, ERV, FRC, TLC
Airway resistance : MIP/MEP and Respiratory Drive (P0.1)
B. Lung Diffusion Capacity Tests using Helium/Methane :
a) Single-Breath with Apnea
b) Single Breath without Breath Holding
1. Flow meters: Calibration free ultrasonic based flow sensor.
2. CO Analyzer: Preferably Non Dispersive Infrared (NDIR) or ATS/ ERS
recommended techniques.
3. Helium/Methane Analyzer: He Analyser–0-20% He with accuracy+1-
10%
CO analyser- 0- 0.5 %, accuracy - +1- 10 %
The equipment must use Helium/Methane as tracer gas and measurement
of He/Methane preferably by Ultrasonic Mol mass/Thermal Conductivity
determination technique with ATS/ERS recommended technique.
4. Sensors:
i. All sensors should preferably be non-consumable or their life should
be specified and the bidder should arrange free sensors for the
warranty.
ii. All sensors of equipment should meet the American Thoracic Society
(ATS)/ European Respiratory Society (ERS) standard for linearity,
response time, and accuracy.
III. Power Supply: The operating AC Voltage range should be 100-240V
AC±10% 50/60Hz.
IV. Interface: It should have USB interface for connecting to a
computer.
V. Software: Latest Software should be supplied with the equipment.
The management software should be designed for Windows 10
environment and above and also should be able to connect to online
hospital information system and work flow when necessary with easy
data storage and recovery for research purpose.
VI. Essential Accessories: The system should be supplied with all
essential accessories required like:
1. Medical grade Trolley of same OEM for the entire system-1 no.
2. All in one Desktop PC, with minimum i5 or above processor 4GB or
above RAM 500GB or above hard drive memory, Original Windows
8/10, 18.5” LED Colour Display monitor.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
59
3. colour laser printer: 01
4. On line UPS (1 KVA) with stand : 01 to provide power backup up to
at least 30 minutes
5. Diffusion Test gas cylinder with pressure regulator: (02 No’s)
6. Anti-Bacterial Filters: 1000 nos.
7. Reusable rubber nose clips: 100 nos.
8. 3L calibration syringe should be provided for QC as per ATS/ERS
guidelines
VII. Warranty:
3 years comprehensive warranty on the complete system.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
60
2. Pulmonary function Test with Lung Diffusion system (DLCO)

Product Quality standard certification:


1) The quoted model should be “USFDA approved (510K/CFG)” or
“European CE certified”. The EUROPEAN-CE certificate should be
issued from notified body having notified body number.
2) The quoted model should have IEC 60601 certified.
Manufacturer Quality standard certification:
3) The manufacturer of the quoted product should have EN ISO 13485
certificate issued from a notified body or ICMED 13485 (with or
without plus)certificate issued from certification bodies accredited by
NABCB or ISO 13485 certificate issued from certification bodies
accredited by NABCB/Nationally Recognized Accreditation Board
under IAF MLA.
4) The quoted medical device must be registered under CDSCO and the
bidder shall submit the “License to import the medical device” OR
“License to manufacture for sale or for distribution of the medical
device”. If not registered, the “Application for Grant of License to
import the medical device” OR “Application for Grant of License to
Manufacture for Sale and Distribution of the medical device” OR “the
acknowledgment copy/screenshot of the online application for the
said registration of quoted medical device” must be uploaded in the
bid.
Technical specification:
I. Test and minimum set of parameter required –
Dynamic lung volumes: Measurement of the Forced Vital Capacity
(FVC), Slow Vital Capacity (SVC) and Maximal Ventilatory Ventilation
(MVV). Graphic display of Flow/volume, Volume/time loops.
Static lung volumes : Measurement of TGV, RV, VC, IRV, ERV, FRC, TLC
Airway resistance : MIP/MEP and Respiratory Drive
Lung Diffusion Capacity Tests using Helium/Methane :
a) Single-Breath with Apnea
b) Single Breath without Breath Holding
1. Flow meters: Calibration free ultrasonic based flow sensor.
2. CO Analyzer: Preferably Non Dispersive Infrared (NDIR) or ATS/ ERS
recommended techniques.
3. Helium/Methane Analyzer: He Analyser – 0- 20% He with accuracy
+1- 10 %
CO analyser- 0- 0.5 %, accuracy - +1- 10 %

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
61
The equipment must use Helium/Methane as tracer gas and measurement
of He/Methane preferably by Ultrasonic Mol mass/Thermal Conductivity
determination technique with ATS/ERS recommended technique.
4. Sensors:
i. All sensors should preferably be non-consumable or their life should
be specified and the bidder should arrange free sensors for the
warranty.
ii. All sensors of equipment should meet the American Thoracic Society
(ATS)/ European Respiratory Society (ERS) standard for linearity,
response time, and accuracy.
III. Power Supply: The operating AC Voltage range should be 100-240V
AC±10% 50/60Hz.
IV. Interface: It should have USB interface for connecting to a
computer.
V. Software: Latest Software should be supplied with the equipment.
The management software should be designed for Windows 10
environment and above and also should be able to connect to online
hospital information system and work flow when necessary with easy
data storage and recovery for research purpose.
System should be upgradeable to Body Plethysmography& CPET
without the need to replace the analyser.
VI. Essential Accessories: The system should be supplied with all
essential accessories required like:
1. Medical grade Trolley of same OEM for the entire system-1 no.
2. All in one Desktop PC/ Micro PC, with minimum i5 or above processor
4GB or above RAM 500GB or above hard drive memory, Original
Windows 8/10, 24” LED Colour Display monitor .
3. colour laser printer: 01
4. On line UPS (1 KVA) with stand : 01 to provide power backup up to
at least 30 minutes
5. Diffusion Test gas cylinder with pressure regulator: (02 Nos)
6. Anti-Bacterial Filters: 1000 nos.
7. Reusable rubber nose clips: 100 nos.
8. 3L calibration syringe should be provided for QC as per ATS/ERS
guidelines
9. Gas calibration should be possible and all necessary means to
perform the same should be provided.
VII. Warranty:
3 years comprehensive warranty on the complete system.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
62
3. CPET (Cardio - Pulmonary Exercise Testing)

Product Quality standard certification:


1) The quoted model should be “USFDA approved (510K/CFG)” or
“European CE certified”. The EUROPEAN-CE certificate should be
issued from notified body having notified body number.
2) The quoted model should have IEC 60601 certified.
Manufacturer Quality standard certification:
3) The manufacturer of the quoted product should have EN ISO 13485
certificate issued from a notified body or ICMED 13485 (with or
without plus)certificate issued from certification bodies accredited by
NABCB or ISO 13485 certificate issued from certification bodies
accredited by NABCB/Nationally Recognized Accreditation Board
under IAF MLA.
4) The quoted medical device must be registered under CDSCO and the
bidder shall submit the “License to import the medical device” OR
“License to manufacture for sale or for distribution of the medical
device”. If not registered, the “Application for Grant of Licence to
import the medical device” OR “Application for Grant of License to
Manufacture for Sale and Distribution of the medical device” OR “the
acknowledgment copy/screenshot of the online application for the
said registration of quoted medical device” must be uploaded in the
bid.
Technical specification:
• System should acquire 12 lead ECG simultaneously and display the
same on screen along with breath by breath pulmonary activity.
• Complete system should be supplied from same manufacturer
including Bicycle
• System should able to measure both cardiac and pulmonary activities
simultaneously
• Should have software for ECG analysis with measurement and
interpretation
• Should have facility for automatic arrhythmia detection
• Should have sampling frequency 500 hz or more for better quality of
ECG
• Software to operate the integrated components.
i. ECG part
Frequency Range : 0-150 hz or more
Sampling Frequency :500 hz or more samples /second
Input Impedance : 100mohm or more
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
63
ii. Respiratory Specification
• Should have facility to test Breath by Breath.
• System should allow to customize own panel during cardiopulmonary
exercise testing
• Should display data and charts through standard 9 panel wasserman
plot
• Should have facility for real time acquisition and capturing of
dynamic flow volume for End Expiratory Volume Loops for evaluation
of ventilatory limitation
• Should have facility for detection of AT & RCP automatically at the
end of test
• Should have facility for multiple ventilatory threshold detection
analysis
• System should allow for post editing for threshold calculations,
AT1/VT1, AT2/VT2, Vo2 max, VCo2 Max, VE/VCo2 slope and other
parameters
• Should have light weight pneumotach / Digital Volume sensor based
on variable orifice which meets ATS/ERS requirements
• Should have fast response and durable O2 technology for measuring
O2 and latest ultrasound technology for CO2 measurement
• CO2 cell should work for long life without periodic calibration.
iii. pulmonary function tests:
Flow Measurement Method : Variable Orifice Pneumotach / Digital
Volume Sensor
Measuring Range : 0 to ± 15 l/s
Accuracy :<±3%
Volume Measurement Method: Digital Intergration.
Ventilation Range : 0 to 300 l.
Accuracy : ±3%
O2 Analyzer Measuring Method : Electrochemical Principle.
Measurement Range : 0 to 30%
CO2 Analyser Measuring Method : Ultrasound/ Infrared Technology.
Measurement Range : 0 to 15% CO2
• Unit should have facility to take FEV1 value as reference value
before test
System should be provided with heavy duty noiseless bicycle
having digital display for Load and Speed.The Bicycle should
be integrated with main system for data exchange.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
64
The Bicycle should have Integrated NIBP monitor which should
take NIBP automatically as per set interval and record the
same automatically in the main system.
Should be upgradeable to Canopy option for Indirect Calorimetry

iv. system should be supplied with following accessories:


a. Suitable Computer system with software, 24” display& laser colour
Printer – 1 set.
b.Heavy Duty noiseless bicycle : 1no
c. Online 1 KVA UPS with at least 30 minutes backup : 1no.
d. Pneumotach / Digital Volume sensor: 1 no
e.Seal tight mask (Large & Medium) : 5 nos each
f.Chest Electrodes : 1000 nos
g.Calibration Gas Cylinder 6ltr : 2 nos.
h.Thermo Hygrometer or Ambient module.: 2 nos.
i.BP Monitor with Adult Cuff - 2 no and paediatric -1 no.
j. Medical grade trolley supplied from OEM – 1 No.
k. Integrated Pulse oximeter with the system for recording of SPO2.
l. Oxgen and carbon dioxide gas analysers
m. Resuscitation kit-1 no.
n. Modified borg scale -1 no.

Warranty: 3 years comprehensive warranty on the complete


system.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
65
4. Impulse Oscillometry
Product Quality standard certification:
1) The quoted model should be “USFDA approved (510K/CFG)” or
“European CE certified”. The EUROPEAN-CE certificate should be
issued from notified body having notified body number.
2) The quoted model should have IEC 60601 certified.
Manufacturer Quality standard certification:
3) The manufacturer of the quoted product should have EN ISO 13485
certificate issued from a notified body or ICMED 13485 (with or
without plus)certificate issued from certification bodies accredited by
NABCB or ISO 13485 certificate issued from certification bodies
accredited by NABCB/Nationally Recognized Accreditation Board
under IAF MLA.
4) The quoted medical device must be registered under CDSCO and the
bidder shall submit the “License to import the medical device” OR
“License to manufacture for sale or for distribution of the medical
device”. If not registered, the “Application for Grant of Licence to
import the medical device” OR “Application for Grant of License to
Manufacture for Sale and Distribution of the medical device” OR “the
acknowledgment copy/screenshot of the online application for the
said registration of quoted medical device” must be uploaded in the
bid.
Technical specification:
1. Should have combination of both Spirometry and Oscillometry in
same device or separate device which should work on common
software.
2. Should be able to do the diagnosis in young children, neuromuscular
patients, geriatric patients.
3. Should be able to do Spontaneous Resting Breathing with passive co-
operation of patient for Oscillometry as well as routine spirometry in
same device or separate device with common software.
4. Oscillometry System should be based on Signal Optimized
Pseudorandom Noise (PRN)/Single Frequency Mode/Multiple
Frequency mode between 5Hz and 30Hz.
5. Oscillometry system should able to measure Respiratory System
Impedance (both Resistance and Reactance) with within- breath (i.e.
separate inspiratory and expiratory) and whole-breath analysis at
each frequency, Resonance frequency, and frequency dependency.
6. Measurement of Oscillomtery should be fast and the processing time
should be less than 30 seconds as per ATS/ERS guidelines
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
66
7. Oscillometry System should have all latest prediction equations for
both Adult &Pediatric, preferably should have Ostween References for
Adult patients and separate equation for Pediatric patients
8. Should be able to provide combine pre and post report with all major
frequency including Fes as well as percentage change in pre & post
for easy interpretation in one page.
9. Oscillometry system & Spirometry System have latest Ultrasound
Flow Measurement technology or Pneumotach sensor technology for
accurate comparison of results.
10. Spirometry System should have latest reference prediction equation
including Indian equation and GLI 2017.
11. Spirometry System should have facility to show ATS/ERS
Repeatability & Acceptability Criteria.
12. Should measure following parameters in Oscillometry & Spirometry.
13. Resistance Frequency: R5, R5-20, R20, AX, X5, Fres, VT
14. Spirometer Parameters : VT, ERV, IRV, IC, IVC, EVC, VCmax, etc
Dynamic lung volumes: FEV1, FVC, FEV1/IVC %, FEV1/FVC %,
FEV1/VCmax %, FEF75, FEF50, FEF25, PEF, FIV1, PIF, MIF or FIF50
etc
15. Should have future up gradation for Bronchial Provocation, Tidal
Breathing Analysis for new born.
16. The system should be supplied with all essential accessories
a. Stand alone Spiormeter System : 01
b. Stand alone Oscillometry System : 01 no.
c. Single Licenced Software for Spirometer, Oscillometry :01 no.
d. Calibration Test Load/Reference Impedance for Oscillometry: 01 no.
e. Antibacterial Filters: 1000 nos
f. Compatible Desktop PC with , 24” Colour monitor, windows 10 with 64
Bit, 8GB RAM, Intel i5 processor or above, 500GB SSD or above .
g. High quality colour laser printer: 01
h. OEM supplied Arm with table clamp to mount the sensor for safe safe
operating distance and also proper angle of measurement.
i. System should be supplied with 1 KVA UPS with 15 mins backup.
j. Integrated ambient module should be supplied so that temperature,
humidity and barometric pressure are automatically monitored by the
system
k. 3L calibration syringe should be provided for QC as per ATS/ERS
guidelines

21. warranty : 3 years comprehensive warranty on the complete system.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
67
5. RIGID BRONCHOSCOPE SYSTEM
Product Quality standard certification:
1) The quoted model should be “USFDA approved (510K/CFG)” and
“European CE certified”. The EUROPEAN-CE certificate should be
issued from notified body having notified body number.
2) The quoted model should have IEC 60601 certified.
Manufacturer Quality standard certification:
3) The manufacturer of the quoted product should have EN ISO 13485
certificate issued from a notified body or ICMED 13485 (with or
without plus)certificate issued from certification bodies accredited by
NABCB or ISO 13485 certificate issued from certification bodies
accredited by NABCB/Nationally Recognized Accreditation Board
under IAF MLA.
4) The quoted medical device must be registered under CDSCO and the
bidder shall submit the “License to import the medical device” OR
“License to manufacture for sale or for distribution of the medical
device”. If not registered, the “Application for Grant of License to
import the medical device” OR “Application for Grant of License to
Manufacture for Sale and Distribution of the medical device” OR “the
acknowledgment copy/screenshot of the online application for the
said registration of quoted medical device” must be uploaded in the
bid.
Technical specification:
Components of the rigid bronchoscope system are - full high
definition camera head with camera control unit, light source with
fiber optic cable, hd documentation system, full hd medical grade
monitor, rigid bronchoscopes with accessories for adult and pediatric
patient use.

i. full high definition camera head with camera control unit


(from the same OEM of Rigid bronchoscopy system) :
1. The camera should be CCD/CMOS technology having full HD
resolution of 1920*1080 .
2. Should have digital signal processing.
3. Should have Digital Signal Processing
4. It should have digital zoom.
5. Should have connection for keyboard for patient data input.
6. Camera head should have digital image processing and digital signal
transmission.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
68
7. Camera head should have 2 or more number of programmable
button on the camera head.
8. Camera head should be Autoclavable.
9. Camera control unit should have DVI or 3GSDI video output along
with HD-SDI or HDMI or RS 232 or Composite Output for
transmission of Full HD signal
ii. Light source with fiber optic cable: (from the same OEM of Rigid
bronchoscopy system)
1. High Power LED providing highest energy efficiency and light output.
2. Should have constant color temperature over the entire control
range.
3. Should have color temperature approx. 6400 K- 6500K.
4. Should have LED life time >30000h.
5. Power Supply of 100-240V, 50/60Hz.
6. Should have diameter of 3.5 mm or more, length of 250 cm or more
- 2 nos.
7. Should be flexible and autoclavable.
iii. HD documentation system from the same OEM of Rigid
bronchoscopy system)
1. Device should be able to take video and still images during surgeries
having Resolution in pixels :1920*1080.
2. HD Documentation system must be stand alone hard disk based
recording system from the same OEM of Rigid bronchoscopy system
(not a desktop and laptop computer) having internal/External
memory capacity of minimum 2 TB .
iv. Full Hd Medical Grade Monitor:
 Should be Full High Definition of 27” with wide screen.
 Should have resolution of 1920x1080
 Should be fully compatible with OR video control applications.
 Should have fastest response time (10-15ms)
 The cooling system for monitor should be Fan-less or heat sink based
so that risk for airborne diseases can be minimized.
 Inputs: HD-SDI, HD- RGBS, DVI, VGA, S-Video, Composite
 Should have low voltage DC power input, 24V

v. Rigid bronchoscopes for adult :( from the same OEM of Rigid


bronchoscopy system)
1. Zero degree straight forward viewing telescope with integrated
fiberoptic light transmission, diameter 5.5 mm ,working length of 48
cm or more- 2 No.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
69
2. Tracheoscope tube size 12 mm, length at least 25 - 30 cm -2 No.
1. Tracheoscope tube size 14 mm, length at least 25 - 30 cm -2 No.
2. Full Lumen Tracheo- scope, modified to application of stents, inner
diameter 13 mm, for use with prismatic light deflector, size 14 mm,
of length 25- 30 cm – 2 No.
3. Bronchoscope Tube Universal, without distal Fiber optic light carrier,
35 - 40 cm length, outer diameter 11 to 12 mm, inner diameter 10 to
11 mm – 2 No.
4. Bronchoscope Tube Universal, without distal Fiber optic light carrier,
for use with proximally insertable prismatic light deflector, 35- 40
cm length, outer diameter 10 to 11 mm, inner diameter 9 to 10 mm
– 2 No.
5. Full Lumen Bronchoscope, size 11 mm, inner diameter 10.5 mm,
distal and with lateral holes 35- 40 cm length– 1 No.
6. Full Lumen Bronchoscope, size 12 mm, 35- 40 cm length, with 32
Fr. working channel for application of bronchial bougies - 2 No.
7. Full Lumen Bronchoscope, size 14 mm, 35- 40 cm length, modified
for application of stents, continuous I.D. 13 mm, distal end with
lateral holes – 2 No.
8. Optical Forceps, circular cup, alligator for hard foreign bodies – 2 No.
9. Optical Forceps, for peanut and soft foreign bodies with spring- action
handle – 2 No.
10. Optical Forceps, round cupped jaws for Biopsy, cup diameter 3.0mm
– 3.5 mm– 2 No.
11. Optical Forceps, Universal for biopsy, for removing foreign bodies and
denatured tissue – 2 No.
12. Optical Forceps, for the repositioning and removal of silicone stents
or polymer, metal and hybrid stents, incl. cleaning adapter, for use
with full lumen bronchoscopes – 2 No.
13. Forceps, universal, for biopsy and foreign bodies removal, with LUER-
Lock irrigation connector for cleaning, double action jaws, sheath
diameter 2.5 mm, width 4 mm, working length 50 cm – 2 Nos.
14. Prismatic Light Deflector, autoclavable, with connection Fiber optic
light cable – 5 Nos.
15. Glass Window Plug – 10 Nos.
16. Rubber Telescope Guide – 20 Nos.
17. Nozzle for jet ventilation for bronchoscopes-2 no.
18. Universal cap , sliding-2

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
70
19. Adaptor with sliding glass window plug, sealing cap, notched lens and
keyhole opening, movable, for use with Full Lumen Tracheoscopes
and Bronchoscopes. – 5 Nos.
20. Injection Cannula, for positive pressure assisted ventilation system,
O.D. 3.5mm for use with bronchoscopes &tracheoscopes with LUER-
lock – 5 Nos.
21. Instrument Guide, for suction catheter – 2 Nos.
22. Adaptor from bronchoscope to respirator – 2 Nos.
23. Rigid Suction Tube, diameter 4mm, working length 50 cm – 10 Nos.
24. Rigid Suction Tube, diameter 2.5mm, working length 50 cm – 10
Nos.
25. Coagulation Suction Tube, insulated, with connector pin for unipolar
coagulation, 4mm dia, 50cm length – 2 Nos.
26. Rigid Suction Tube, with thumb control, working length 46cm - 55
cm – 2 Nos.
27. Unipolar/bipolar High Frequency Cord (3 m) – 5 Nos.
28. Bronchial Atomizer, length 40 cm, consisting of Bronchial Atomizer,
Graduated Container & Rubber Bulb – 2 Nos.
Additional Consumable & Accessories should supply with the
system :
i. Fogarty Balloon catheter - 3F, 4 F, 5F- 5 nos each
29. Electrosurgical knife compatible with for 2mm working channel – 3
30. Blunt electrocautery probe for monopolar cautery for 2.8 mm working
channel- 2
31. Electocautery broncho snares , loop width - 26 - 30 , for 2.8 mm
working channel- 5
32. CRE Balloon 5.5CM 12-15MM OD, 100- 120CM length- 2 nos.
33. CRE Balloon 5.5CM 15-18MM OD, 100- 120 CM length- 2 nos.
34. CRE Balloon 3CM 8-10MM OD, 100CM - 120 CM Length - 2 nos.
35. CRE Balloon 3CM 10-12MM OD , 100CM- 120 CM length - 2 nos
36. CRE Balloon, 3CM 12-15MM OD, 100CM - 120 CM length- 2 nos
37. INFLATION SYRINGE compatible with CRE Balloon-2 nos.
38. INFLATION DEVICE compatible with CRE BALLOON and INFLATION
SYRINGE with both inflation and deflation facility and should able to
monitor pressure during inflation and deflation - 1 no.
39. Reprocessing basket to safely hold a telescope during transport,
storage, machine reprocessing and sterilisation.
40. Ball fixers for reprocessing baskets, pack of 20 pieces
41. Instruments Sterilization Storage Unit – 1 No.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
71
Vi. Rigid bronchoscopes for pediatrics: :( from the same OEM of
Rigid bronchoscopy system)
1. Zero degree straight forward viewing telescope with integrated
fiberoptic light transmission, diameter 2.8 mm – 3.5mm , working
length of 30 cm or more - 2 No.
2. Reprocessing baskets to safely hold a telescope during transport,
storage, machine reprocessing and sterilisation for 2 Telescopes
3. Ball fixers for reprocessing baskets, pack of 20 pieces
4. Tracheoscope tube size 6.5 mm, length at least 30 cm- 2 No. .(
Paediatric)
5. Bronchoscope, size 6- 7 mm, length 20 -30 cm – 2 No.
6. Bronchoscope, size 5 -6 mm, length 20- 30 cm – 2 No.
7. Bronchoscope, size 4- 5 mm, length 20 - 30 cm – 2 No.
8. Prismatic Light Deflector, autoclavable, with connection to Fiber optic
light cable – 2 Nos.
9. Sliding Adaptor, with sliding glass window plug, sealing cap, notched
lens and keyhole opening, movable – 2 Nos.
10. Optical Forceps, 2x2 teeth, for the controlled grasping of coins and
flat foreign bodies, with force-limited handle, incl. cleaning adaptor –
2 No.
11. Optical Forceps, with alligator jaws, for the controlled grasping of
hard foreign bodies, with force-limited handle, incl. cleaning adaptor
– 2 No.
12. Optical Forceps, with KILLIAN bean jaws, for the controlled grasping
of peanuts and soft foreign bodies, with force limited handle, incl.
cleaning adaptor – 2 No.
13. Foreign Body Basket, with ring handle, working length 35 cm – 3
Nos.
14. Flexible Brush, for cytology, with handle, Length: 35 cm – 5 Nos.
15. Suction Tube, with rubber tip, straight, outer diameter 2 mm,
working length 35 cm – 5 Nos.
16. Aspirator and Bronchus Irrigator, with Graduated Container and
Stopcock Cone with blower ball – 1 Nos.
17. Glass Window Plug – 10 Nos.
18. Rubber Telescope Guide, for use with telescopes or optical forceps –
20 Nos
19. FLUVOG Adaptor, with sliding glass window plug, sealing cap,
notched lens and keyhole opening, movable – 5 Nos.
20. Spare Glass, for use with Aspirator 10432 N/T – 5 Nos.
21. Cotton Carrier, working length 35 cm – 5 Nos.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
72
22. Sponge Holder, spring handle, working length 35 cm – 5 Nos.
23. Instruments Sterilization Storage Unit – 1 No.
vii. Standard accessories:
1. Adjustable Head Rest for positioning of Patient’s Head during the
procedure. – 2 Nos (Adult & Paediatric Each) (Indian Make)
2. Flexible Suction Catheter – 100 Nos.
3. Compatible Straight Silicon Stent Loader – 1 No.
4. Compatible Y-Silicone Stent Loader – 1 No.
5. ASPIRATING TUBE for adults, diameter 4 mm, working length 500
mm, with central and lateral openings
6. SPONGER 500 mm long
7. Silicon Oil & Cleaning Brushes – 10 Nos. Each.
8. Anti-Fog Solution – 15 Nos.
9. Storage Cabinet-1 no.
10. CIDEX TRAY (Indian Medical Grade), Length – 60 – 70 Cms. – 2 Nos.
11. Telescope Bridge for balancing Telescopes inside Bronchoscope barrel
– 2 Nos.
12. Respirator for Jet ventilation
13. Sponger, WL 350 mm
14. Suitable Medical Grade video trolley to be supplied for mounting
equipments having minimum three self.
15. 1 KVA online UPS
16. DISINFECTANT: - Aldehyde Free Medical Device Disinfectant contain
0.25% w/v at 16.2g/litre peracetic acid generated import in-situ from
tetramethyl ethylene diamine (TAED) and Sodium Percarbonate,
surfactants, corrosion inhibitor, excipients. (810g Bottle) Powder
based effective against Bacterial spores in 10 minutes. Should be CE
approved. – 2 Box – 6 Units

viii. Warranty: 5 year comprehensive warranty on the complete system.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
73
6. RIGID THORACOSCOPE SYSTEM

Product Quality standard certification:


1) The quoted model should be “USFDA approved (510K/CFG)” and
“European CE certified”. The EUROPEAN-CE certificate should be
issued from notified body having notified body number.
2) The quoted model should have IEC 60601 certified.
Manufacturer Quality standard certification:
3) The manufacturer of the quoted product should have EN ISO 13485
certificate issued from a notified body or ICMED 13485 (with or
without plus)certificate issued from certification bodies accredited by
NABCB or ISO 13485 certificate issued from certification bodies
accredited by NABCB/Nationally Recognized Accreditation Board
under IAF MLA.
4) The quoted medical device must be registered under CDSCO and the
bidder shall submit the “License to import the medical device” OR
“License to manufacture for sale or for distribution of the medical
device”. If not registered, the “Application for Grant of License to
import the medical device” OR “Application for Grant of License to
Manufacture for Sale and Distribution of the medical device” OR “the
acknowledgment copy/screenshot of the online application for the
said registration of quoted medical device” must be uploaded in the
bid.
Technical specification:
Components of the rigid thoracooscope system are - full high
definition camera head with camera control unit, light source with
fiber optic cable, hd documentation system, full hd medical grade
monitor, rigid thoracooscope with accessories for adult and pediatric
patient use.

iv. full high definition camera head with camera control unit
(from the same OEM of Rigid thoracoscopy system) :
1. The camera should be CCD/CMOS technology having full HD
resolution of 1920*1080 .
2. Should have digital signal processing.
3. Should have Digital Signal Processing
4. It should have digital zoom.
5. Should have connection for keyboard for patient data input.
6. Camera head should have digital image processing and digital signal
transmission.
OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
74
7. Camera head should have 2 or more number of programmable
button on the camera head.
8. Camera head should be Autoclavable.
9. Camera control unit should have DVI or 3GSDI video output along
with HD-SDI or HDMI or RS 232 or Composite Output for
transmission of Full HD signal
v. Light source with fiber optic cable: (from the same OEM of Rigid
thoracoscopy system)
8. High Power LED providing highest energy efficiency and light output.
9. Should have constant color temperature over the entire control
range.
10. Should have color temperature approx. 6400 K- 6500K.
11. Should have LED life time >30000h.
12. Power Supply of 100-240V, 50/60Hz.
13. Should have diameter of 3.5 mm or more, length of 250 cm or more
- 2 nos.
14. Should be flexible and autoclavable.
vi. HD documentation system: from the same OEM of Rigid
thoracoscopy system)
1. Device should be able to take video and still images during surgeries
having Resolution in pixels :1920*1080.
2. HD Documentation system must be stand alone hard disk based
recording system from the same OEM of Rigid thoracoscopy system
(not a desktop and laptop computer) having internal/External
memory capacity of minimum 2 TB .
iv. Full Hd Medical Grade Monitor:
 Should be Full High Definition of 27” with wide screen.
 Should have resolution of 1920x1080
 Should be fully compatible with OR video control applications.
 Should have surgeon specific user selectable settings.
 Should have fastest response time (10-15ms)
 The cooling system for monitor should be Fan-less or heat sink based
so that risk for airborne diseases can be minimized.
 It consists of Multi- Modality Image viewing.
 Inputs: HD-SDI, HD- RGBS, DVI, VGA, S-Video, Composite
 Should have low voltage DC power input, 24V

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
75
v. Rigid thoracoscopes for adult: (from the same OEM of Rigid
thoracoscopy system)
1. Forward viewing rigid telescope with diameter of 5 - 10 mm, and
instrument channel of 3.5 – 6 mm and light transmission -2 No.
2. Plastic trocars and cannula (30 no.)
3. Metal trochar – 1 no.
4. Optical biopsy forceps with handle (2)
5. Powder spray system compatible with the instrument: Powder Blower
with bulb, consisting of: Sheath for Powder Blower, Rubber bulb,
Tube and Bottle – 5 Nos.
6. Insulated suction tubes with valves (two)
7. All necessary adapters, connectors and cables-2 sets
8. All metallic instruments and accessories should be reusable and
autoclavable
9. Sterilization kit for thoracoscope -2
10. Storage Cabinet-1
11. Perforated basket for telescope Holds: Telescope, for machine
reprocessing, sterilization, storage and transport .
12. Suitable Medical Grade video trolley to be supplied for mounting
equipments having minimum three .
13. 1 KVA online UPS
14. Cidex trey -1 no.
15. Instrument sterilization storage unit- 1 no.
16. DISINFECTANT: - Aldehyde Free Medical Device Disinfectant contain
0.25% w/v at 16.2g/litre peracetic acid generated import in-situ from
tetramethyl ethylene diamine (TAED) and Sodium Percarbonate,
surfactants, corrosion inhibitor, excipients. (810g Bottle) Powder
based effective against Bacterial spores in 10 minutes. Should be CE
approved. – 2 Box – 6 Units

viii. Warranty: 5 year comprehensive warranty on the complete system

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
76
7. Fractional Exhaled Nitric Oxide (FENO) Monitor

Product Quality standard certification:


1) The quoted model should be “USFDA approved (510K/CFG)” or
“European CE certified”. The EUROPEAN-CE certificate should be
issued from notified body having notified body number.
2) The quoted model should have IEC 60601 certified.
Manufacturer Quality standard certification:
3) The manufacturer of the quoted product should have EN ISO 13485
certificate issued from a notified body or ICMED 13485 (with or
without plus)certificate issued from certification bodies accredited by
NABCB or ISO 13485 certificate issued from certification bodies
accredited by NABCB/Nationally Recognized Accreditation Board
under IAF MLA.
4) The quoted medical device must be registered under CDSCO and the
bidder shall submit the “License to import the medical device” OR
“License to manufacture for sale or for distribution of the medical
device”. If not registered, the “Application for Grant of Licence to
import the medical device” OR “Application for Grant of License to
Manufacture for Sale and Distribution of the medical device” OR “the
acknowledgment copy/screenshot of the online application for the
said registration of quoted medical device” must be uploaded in the
bid.
Technical specification:
i. The system should be able to measure: Maximal Value of Exhaled NO
in ppb, Averaged Expired Flow Rate, and Average expired NO Flow
Rate.
ii. It should able to measure nasal, bronchial, alveolar NO concentration
by multiple flow rates.
iii. The system should be able to measure exhaled nitric oxide in the
range of 5 to 300ppb with automated drift compensation to ambient
conditions.
iv. The system should have following exhalation parameters:
a. Exhalation Flow: 50 + 5 ml/sec

b. Exhalation pressure: 10 – 20 cmH2O

c. Concentration range: 5-300 ppb nitric oxide

d. Accuracy: ± 5ppb of measured value ≤50ppb, ± 10% of measured


value >50ppb

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
77
e. Sensor sensitivity: 5ppb

f. Breath test time: Adult 10 - 12 seconds / Child 10 seconds or less

g. Response time: < 10 min

h. Temp stabilization time: < 30 min

i. Ambient NO measurement time: < 4 min

j. Operating temp range: 16 - 30 ºC

k. Operating relative humidity: 20 - 60 % Rh

l. Sensor operating life: 1 year or more

v. The system should be able to perform at any level of ambient NO. It


should have an ability to offset the ambient NO by using a scrubber.
vi. The system should have a pressure transducer with a measurement
of expired pressure.
vii. It should have USB connectivity for computer attachment.
viii. The software should be latest and original.
ix. The system should be supplied with standard accessories for
measuring nasal NO along with
a. Disposable Antibacterial Filters 500 nos.

b. Nose Clips 5 Nos

c. 100 nos alcohol free cleaning wipes.

d. Compatible Desktop PC all in one i.e. inbuilt CPU with at least 19


inches LCD monitor, with at least 8GB RAM, 1TB Hard disc, original
Windows 7/8 with original Microsoft Office , DVD R/W and at least 4
USB port (Minimum 2 USB (3.0) port)

e. Laser Colour Printer: 01 No.

f. UPS (1 KVA): 01 No.

x. Warranty: Three years comprehensive warranty on complete


system.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
78
8. Spirometry System

Product Quality standard certification:


1) The quoted model should be “USFDA approved (510K/CFG)” or
“European CE certified”. The EUROPEAN-CE certificate should be
issued from notified body having notified body number.
2) The quoted model should have IEC 60601 certified.
Manufacturer Quality standard certification:
3) The manufacturer of the quoted product should have EN ISO 13485
certificate issued from a notified body or ICMED 13485 (with or
without plus)certificate issued from certification bodies accredited by
NABCB or ISO 13485 certificate issued from certification bodies
accredited by NABCB/Nationally Recognized Accreditation Board
under IAF MLA.
4) The quoted medical device must be registered under CDSCO and the
bidder shall submit the “License to import the medical device” OR
“License to manufacture for sale or for distribution of the medical
device”. If not registered, the “Application for Grant of Licence to
import the medical device” OR “Application for Grant of License to
Manufacture for Sale and Distribution of the medical device” OR “the
acknowledgment copy/screenshot of the online application for the
said registration of quoted medical device” must be uploaded in the
bid.

Technical specification:
1. Should be portable device, easy to handle with plug and play system.
2. Should have latest ultrasound based technology / Pneumotach
based system .
3. It must meet latest ATS/ERS standards.
4. Should perform complete spirometer test including FVC, SVC, MVV
both pre and post.
5. Flow meter : should be ultrasound/ Pneumotach technology sensor.
6. Flow Measurement
Priniciple : Ultrasound / Pneumotach Time Based

Range : 0 to 20 L/s

Accuracy : <± 2%

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
79
7. Volume Measurement
Priniciple : Digital Integration

Range : Auto

Accuracy : ±2%

8. Should automatically measure and calculate BTPS correction by


using integrated ambient module.
9. Overlaying of previous test curves for comparison.
10. Real Time Flow Volume and Volume – time Traces on Computer
Screen.
11. Capability to select and modify predicted equations.
12. Facility to interface for desktop / Laptop Computer.
13. System software should be based on Windows 7/XP OS or latest.
14. Should be supplied with Computer Interfacing package, Cables,
Software, Standard accessories & Manual.
13. Additional Accessories:
i. Pulmonary Filters -100 Nos
ii. Disposable Mouthpieces 500 Nos.
iii. Laptop / Desktop Computer: 4 GB or more RAM, Intel corei3/i5
processor(3rd generation),15” or more TFT Screen, USB Ports, DVD
R/W, Hard Disc Drive 500GB or more, UPS for Desktop.
iv. Laser colour Printer – 1 no.
v. Nose Clips : 100 nos
vi. 3L calibration syringe should be provided for QC as per ATS/ERS
guidelines
15. Warranty: Three years comprehensive warranty on complete
system.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
80
SECTION –VIII

FORMATS FOR SUBMISSION OF


BID

(Technical Bid)

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
81
FORMAT – T 1
CHECK LIST
(To be submitted in Part I -Technical Bid)
The documents has to be arranged as per the order mentioned in
checklist for ease of scrutiny.
The bidder has to upload the documents as mentioned in Check list (in
PDF format) online, on or before the due date & time of submission of
technical bid.

Name of the Bidder

Whether
Sl. Page
Item included
No No.
Yes / No
1 Format – T1 (Check List)
Bid Document Cost as DD (Rs.5,900/- as
2
mentioned in Section–III
The Earnest Money Deposit(s) as Demand Draft /
3
BG (s)
4 Format – T2 (Details of Items quoted)
5 Format – T3 (Details of EMD submitted)

6 Format – T4 (Details of Bidder & Service Center)

7 Format – T5 (Declaration Form)

Format – T6 (Manufacturer’s Form – in case the


8
bidder is the OEM)
Format – T7 (Manufacturer’s authorization Form –
9 in case the bidder is the authorized
Importer/Distributor of OEM)
Format – T8 (Annual Turnover Statement by
10
Chartered Accountant)
11 Copies of the annual audited statements / Annual
Reports for the financial years 2019-20, 2020-21 &
2021-22 or 2020-21, 2021-22 & 2022-23
(Provisional statements of accounts shall not be
considered)

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
82
12 In case of distributor, the annual turnover
statement/ Copies of the pages of the annual
audited statement of the Annual report of the
Manufacturer/Importer/Indian Subsidiary of the
Manufacturer along with their own turnover for
2019-20, 2020-21 & 2021-22 or 2020-21, 2021-22
& 2022-23 (Provisional statement of account shall
not be considered) – As per eligibility criteria clause
5.2.2 (iv)
Format–T9 (Performance Statement during the last
13
Three Years)
Copies of purchase orders, proof of supplies & end
14 user certificates in support of the information
furnished in Format T-9
Format – T10 (Statement of deviation – Technical
15
Specification)
Format – T11 (Para-wise compliance to Technical
16
Specification)
Copy of the Leaflets / Technical Brochures /
Product Data Sheets of the Model offered
17
highlighting features in support of the
information provided in Format – T11
Copy of Quality Certificates (valid ISI / BIS / CE /
US FDA / IEC etc. & ISO) of the product /
18
organization (As per Section VII - Technical
Specification)
Copy of Import License (In case the bidder is an
19
Importer)
20 Copy of the GST registration certificate
21 Copy of PAN Card

All the documents to be furnished in the checklist has to be page


numbered. All the formats (T1-T11) are to be filled up mandatorily.
Important Notes:

1) Mentioning of Page Nos. in the relevant column as mentioned above is


mandatory for ease of scrutiny.

2) No price information (i.e. Scanned copy of the price format etc.) to


be uploaded in Technical Bid.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
83
3) After preparation of the all the documents as per checklist, the bidders
have to put the page nos. on each page and put the signature of the
authorized signatory & seal. Then each page has to be scanned and the
scanned document to be uploaded in the e-tender portal before the
scheduled date & time.

4) The bidders can find two files [(i) Scan copy of EMD, Bid document cost,
GST, Registration Certificate PAN Card etc. & (ii) All documents as per
check list T1] in technical bid for uploading their files. However, for
management of space the bidders can divide their scanned documents
in two parts equally (as both the file sizes are same) and upload one
part (Scan copy of EMD, Bid document Cost, GST, Registration
Certificate, PAN Card etc., as per check list T1 serially in one file and
balance document of the check list T1 in the second file to avoid any
space constraint.

5) A Copy of the all the above documents uploaded in the technical bid
shall also to be submitted along with the Original EMD & Bid document
Cost as mentioned in Section–III on or before the scheduled online
technical bid opening. However, the copy of all documents to be
submitted should be exactly the same as uploaded in e-tender portal.
Copy of the documents to be submitted shall be only for the purpose of
clarity / better visibility of the documents uploaded in case of any scanned
documents uploaded (like product catalogues / product data sheet
etc.) is not clear. In that case, the documents shall be considered for
evaluation if the scan copy of the same is uploaded.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
84
Format - T2
(To be submitted in Part I -Technical Bid)

DETAILS OF THE ITEM(S) QUOTED

Sl. Name of Name of Country of Make Name of *Details of


Item Manufacturer Origin the Model offered
product at
Page No.
(s)
1

Signature of the Bidder:

Date:

Official Seal:

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
85
Format – T3
(To be submitted in Part I -Technical Bid)

DETAILS OF EMD SUBMITTED

Sl. Name of Equipment Instrument No. & EMD Amount (Rs.)


Date & name of
Bank

TOTAL (Rs.)

Signature of the Bidder:

Date:

Official Seal:

Note: The bidder may quote for the tendered equipment by submitting
the required EMD(s) for that equipment. The EMD may be furnished
in one instrument in shape of one DD /BG or multiple DD / BG &
the details of DD / BG (s) are to be furnished in Format T3)

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
86
Format - T4
(To be submitted in Part – I Technical Bid)

DETAILS OF THE BIDDER & SERVICE CENTER

GENERAL INFORMATION ABOUT THE BIDDER


Name of the Bidder
Registered address
of the firm
1
State District
Telephone No. Fax
Email Website
Contact Person Details
Name Designation
2
Telephone No. Mobile No.
Communication Address

Address

3 State District
Telephone No. Fax
Email Website
Type of the Firm ( Please  relevant box)
Private Ltd. Public Ltd. Proprietorship
4 Partnership Society Others, specify
Registration No. & Date of
Registration.
Nature of Business ( Please  relevant box)
Original Equipment
Authorized Direct Importer
5 Manufacturer (OEM)
Authorized Distributor
Key personnel Details (Chairman, CEO, Directors, Managing Partners
etc. )
in case of Directors, DIN Nos. are required
6 Name Designation
Name Designation
Whether any criminal case was registered against the Yes /
7
company or any of its promoters in the past? No
Other relevant Informations
8

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
87
GST Registration
Pl. mention whether Registered under GST :_________

8.a Furnish the copy of the GST registration certificate

8.b PAN : Furnish the copy of the PAN

9 Details of existing Service Center in Odisha/Eastern India or


Posting of a dedicated Service Engineer in Odisha :

Name of Contact Person :

Designation :

Address of Service Center:

Telephone No.:

Email :

Fax:
10 Bank Details of the Bidder: The bidders have to furnish the Bank
Details as mentioned below for return of EMD/Payment for
supply if any (if selected)

a. Name of the Bank :


b. Full address of the :
Branch concerned
c. Account no. of the :
bidder
d. Name (as mentioned in the bank account) :
e. IFS Code of the :
Bank

Signature of
Office Seal the bidder /
Date:
Authorized
signatory

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
88
Format – T5
(To be submitted in Part–I Technical Bid)
DECLARATION FORM
(Affidavit before Executive Magistrate / Notary Public)

I / We …………………………………………………………………having My / our
office at…………………………………………………………….do declare that I / We have
carefully read all the terms & conditions of bid of OSMCL, Odisha for the
supply of Equipment (Name of the equipment as per Format T2). The
approved rate will remain valid for a period of one year from the date of
signing and acceptance of the contract. I will abide with all the terms &
conditions set forth in the Bid document Reference no. OSMCL/2023-
24/PULMONARY MEDICINE_EQP/29 along with the subsequent
amendment, if any.

I/We do hereby declare I/We have not been de-recognized / black


listed by any State Govt. / Union Territory / Govt. of India / Govt.
Organization / Govt. Health Institutions for supply of Non-standard quality
equipment/ Non-supply.

I/We agree that the Tender Inviting Authority can forfeit the Earnest
Money Deposit and or Performance Security Deposit and 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 Bid terms &
conditions.

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


that I / we will supply the _________________ as per the terms,
conditions & specifications of the bid document. I / we further declare that
I / we have a service centre in Odisha/Eastern India OR I/we have posted
of a dedicated Service Engineer in Odisha to carry out the maintenance of
the equipment offered..

Signature of the bidder :

Seal Date :
Name & Address of the Firm :

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
89
Format – T6
(To be submitted in Part– I Technical Bid)

MANUFACTURER’S OFFER FORM

(to be submitted by the bidder in its letterhead in case the bidder is the
manufacturer)
No. Dated:

To
The Managing Director
Odisha State Medical Corporation Ltd., Bhubaneswar
Dear Sir / Madam,
Bid Reference No :
Equipment Name :

1. We …………………………………… (Name of the OEM) declare that we are


the original manufacturers of the above equipment having registered
office at ……………………………………………………………………………………….(full
address with telephone number/fax number & email ID and website),
and having factories at ______________ .
2. No company or firm or individual have been authorized to bid,
negotiate and conclude the contract in regard to this business against
this specific bid reference no.
3. We hereby declare that we are willing to provide guarantee/warranty
and after sales service during the period of warranty/CMC/AMC as
per the above bid and also supply spares / reagents / consumables
for a period of 10 years.
4. We also hereby declare that we have the capacity to manufacture
and supply, install and commission the quantity of the equipments
bided within the stipulated time.

(Name)
for and on behalf of M/s.____________
Date: (Name of manufacturers)
Place:

Seal

Note: This letter of authority should be on the letterhead of the


manufacturing concern and should be signed by a person competent
and having the power of attorney to bind the manufacturer.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
90
Format – T7
(To be submitted in Part – I Technical Bid)

MANUFACTURER’S AUTHORISATION FORM


(to be submitted by the bidder in a letterhead of the manufacturer in
case the bidder is an Importer/Distributor)
No. Dated:
To
The Managing Director
Odisha State Medical Corporation Ltd, Bhubaneswar
Dear Sir / Madam,
Bid Reference No :
Name of the Equipment :
1. We …………………………………… (Name of the OEM) are the original
manufacturers of the above equipment having registered office at
………….. (full address with telephone number/fax number & email ID
and website), having factories at ______________ and
______________ , do hereby authorize M/s._________________
(Name and address of bidder) as
_____________(Importer/Distributor) to submit bids, and
subsequently negotiate and sign the contract with you against the
above bid no..
2. No company or firm or individual other than
M/s.___________________ are authorized to bid, negotiate and
conclude the contract in regard to this business against this specific
bid reference no.
3. We also hereby undertake to provide full guarantee/warrantee
/CMC/AMC as agreed by the bidder in the event the bidder is
changed as the dealers or the bidder fails to provide satisfactory after
sales and service during such period of Comprehensive
warranty/CMC/AMC and to supply all the spares/reagents/
consumables for 10 years.
4. We also hereby declare that we have the capacity to manufacture
and supply, install and commission the quantity of the equipments
bided within the stipulated time.
(Name)
for and on behalf of M/s.____________
Date: (Name of manufacturers)
Place:
Seal
Note: This letter of authority should be on the letterhead of the
manufacturing concern and should be signed by a person competent
and having the power of attorney to bind the manufacturer.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
91
Format – T8
(To be submitted in Part – I Technical Bid)

ANNUAL TURN OVER STATEMENT

The Annual Turnover for the last three financial years of


M/S___________ __________________________________who is a
Manufacturer / Importer/ Distributor of medical equipment are given below
and certified that the statement is true and correct.

Sl.No. Financial Year Turnover in (Rs)


both in words and figures
1 2019-20
2 2020-21
3 2021-22
Average

OR

Sl.No. Financial Year Turnover in (Rs)


both in words and figures
1 2020-21
2 2021-22
3 2022-23
Average

Date:

Signature of Auditor/
Place: Chartered Accountant

(Name in Capital)

Seal
Membership No.
N.B:
This turnover statement should also be supported by copies of
audited annual statement of the last three years / Annual Report
and the turnover figure should be highlighted there.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
92
Format – T9
(To be submitted in Part – I Technical Bid)
PERFORMANCE STATEMENT
(For the period of last three years)
(Pl. Furnish order copies of the clients serially, the names of which are mentioned
below)
Name of Bidder: :
Name of Manufacturer :____________________ Name of the Item :________________________

Sl. Order placed by Order no. Item Make & Qty Value of Date of CompletionHave the goods been
(Address of & Date Name Model Contract functioning
purchaser) (Rs.) satisfactorily
(attach documentary (attach documentary
proof)* proof)**
1
2
..
Total Qty

(attach separate sheets if the space provided is not sufficient)


Signature and seal of the Bidder
* The documentary proof will be purchase order copies and proof of supply in support of that in last 3 years
i.e. 2019-20, 2020-21 & 2021-22 OR 2020-21, 2021-22 & 2022-23 indicating P.O. No. and date.
** The documentary proof will be certificate from the consignee/end user indicating P.O. No. and date.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
93
(To be submitted in Part – I Technical Bid)
PERFORMANCE STATEMENT TO BE SUBMITTED BY THE AUTHORIZED DISTRIBUTOR TOWARDS PROOF OF
SUPPLY (AS PER CLAUSE NO-5.2.2 (II) IN ADDITION TO THE PERFORMANCE STATEMENT OF
THE OEM)
(For the period of last three years)
Sl. Order placed by Order no. Item Make & Qty Value of Date of CompletionHave the goods been
(Address of & Date Name Model Contract functioning
purchaser) (Rs.) satisfactorily
(attach documentary (attach documentary
proof)* proof)**

1
..
Total Qty

(attach separate sheets if the space provided is not sufficient)


Signature and seal of the Bidder
* The documentary proof will be purchase order copies and proof of supply in support of that in last 3 years
i.e. 2019-20, 2020-21 & 2021-22 OR 2020-21, 2021-22 & 2022-23 indicating P.O. No. and date.
** The documentary proof will be certificate from the consignee/end user indicating P.O. No. and date.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of
Pulmonary Medicine for Different Medical College & Hospitals
94
Format – T10
(To be submitted in Part – I Technical Bid)
STATEMENT OF DEVIATION – TECHNICAL SPECIFICATION

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

Sl. Item Name Clause of Technical Statement of Deviations


No. Specification / Variations if any
1

..

..

..

(attach separate sheets if the space provided is not sufficient)

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

Signature of the Bidder

Name :

Date :

Place

Seal

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
95
Format – T11
(To be submitted in Part – I Technical Bid)

PARAWISE COMPLIANCE TO TECHNICAL SPECIFICATION OF THE PRODUCT(S)


OFFERED
[Furnish para wise compliance in a tabular form (as per the format mentioned below),
where the technical specification (para wise) as per bid should be mentioned in the left
column & bidder’s compliance at the right with mention of page no. of the product
catalogue / product data sheet].
Name of the Item:
Make : Model No. :
Bid Specification (Para *Bidder’s Compliance – **Page No. of
wise) Para wise the technical
brochure where
the compliance
is mentioned

(add separate sheets depending upon the space requirement)

* Leaflets / Technical Brochures / Product Data Sheets of the Model offered


highlighting features of the product offered must be attached in support of the
information provided above.
** It is mandatory to mention the page no(s) in the format as mentioned above.
Signature of the Bidder

Name :

Date :
Place :

Seal

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
96
PRICE SCHEDULE
General Instructions:

1) Price bid formats are not enclosed in this bid document. Price bid formats have to be
downloaded from the e-procurement portal https://tendersodisha.gov.in (under the
respective bid reference No.) by the bidder and quote the prices in the respective fields
before uploading it.

2) There are TWO (02) Price bid formats in the price section.
I. Excel based BoQ II. Separate PDF File named “OTH”

3) Bidders are required to upload the above formats online only, i.e. Price BoQ Excel file
along with one PDF file, with format B, C as required which is also specifically mentioned in
“Schedule of Requirement” as well as price BoQ against the items to be quoted, as there is
option to upload one PDF file only.

4) The Price bids submitted in any other formats will be treated as non-responsive.

5) Multiple price bid submission by bidder shall lead to cancellation of bid.

About Price bid formats and considerations for quoting:

BoQ (Bill of Quantity), also called Price BoQ, which is a macro enabled excel sheet
available in e-Tender portal and is specific to a bid. Also it is not interchangeable. Bidders
shall offer their best competitive prices for their quoted model against the item’s name
mentioned in col.2 of the excel based price BoQ along with the followings;

a. Unit Price (in Rs.) as mentioned in col.3 of the excel based price BoQ:
i. Basic Unit Price with all accessories as asked in technical specification, and including
comprehensive onsite warranty (as mentioned under Clause 4.1 above), excise duty/customs
duty, packing, insurance, transportation (door delivery), installation, commissioning, labor
charges and all other incidental charges EXCEPT for GST.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
97
ii. A separate file (PDF File) is attached in the e-tender portal against this tender reference
containing TWO (0) Formats in this single pdf file, i.e. for
Price break-up of unit basic machine & Accessories (Format B) and For Spare parts (Format
C). These formats are also to be filled up and uploaded along with Price BoQ as
mentioned below;
• Format B (Price break up of Unit basic machine + Standard Accessories+necessary
consumables): It is Mandatory to quote the price of Unit basic machine along with the
price of each standard accessory and necessary consumables with required quantity
exactly as mentioned in the Technical Specification or any modifications made in
subsequent amendment, in this format and upload along with Price BoQ. The total of the
break up prices (excluding taxes) mentioned in the PDF Format B should be the same as
the Unit price quoted against the said Equipment / Item in col.3 of the respective excel
based price BoQ file (Excel file) which shall be taken into account for price evaluation.
Mismatch of the prices quoted in BoQ & Format-B shall lead to rejection of the bid.
• Format C (For Spare parts): This format is applicable for generally all equipments which
involves repair & maintenance using spare parts. The bidders have also to quote the cost
of any other accessories/ disposable/ consumable/ spare part other than as asked in the
technical specification for all the quoted items in the separate price schedule format
(Format-C) attached as PDF file in the e-tender portal. However, this shall not be taken
into account for evaluation. This format is also mandatory to be submitted.

b. GST (% figure only, not INR) as mentioned in col.5 of the excel based price BoQ:
i. For Example, if the Goods & Service Tax (GST) is 5% upon Rs. 200/-, then bidder
shall mention “5” only and not 0.05 or the tax value (Rs. 10/- in this case).
ii. Also the GST value shall not be taken into account of price evaluation as GST is
subject to change. However, payment will be made as per the actual prevailing GST
at the time of raising invoices.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
98
SECTION –IX

ANNEXURES
(Required to be executed by the successful bidder)

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
99
Annexure I

AGREEMENT
THIS AGREEMENT made the…........... day of …............., 20…..... between…................
(Name and Address of Purchaser) represented by the Managing
Director….................... (hereinafter “the Purchaser”) of one part and
….............(Name and Address of Supplier) …................................. (hereinafter “the
Supplier”) represented by ……………………… (Name of the Authorized Signatory and
Designation), Aged …….. years, residing at ……………………………… (Full Residential
Address of the Signatory) of the other part:

WHEREAS the Purchaser has invited bids for the supply of


…………………………………..(brief description of goods and services vide bid
no………………………………….. dated …………………….). The supplier has submitted technical
and price bids and also demonstrated the technical specifications / features / other
quality requirements as contained in the bid document. The Purchaser has finalized
the bid in favour of the Supplier for the for the supply of the said goods and services
for a total cost of Rs. ………………… (Contract Price in Words and Figures) (hereinafter
“the Contract Price”) and issued Letter of Intent / Supply Order No.
……………………………………………. Dated …………..

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the bid document referred to.
2. The following documents shall be deemed to form and be read and constructed
as part of this Agreement, viz.:
(a) all the documents submitted by the bidder as part of technical bid and price
bid;
(b) the Schedule of Requirements;
(c) the Technical Specifications and other quality parameters;
(d) the clarifications and amendments issued / received as part of the bid
document
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) the Purchaser’s Letter of Intent
3. In consideration of the payments to be made by the Purchaser to the Supplier
as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to
supply, install and commission the Goods and Services and to remedy defects
therein in conformity in all respects with the provisions of the Contract.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the
provision of the Goods and Services and the remedying of defects therein, the
Contract Price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the Contract.

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
100
BRIEF PARTICULARS OF THE GOODS AND SERVICES WHICH SHALL BE
SUPPORTED / PROVIDED BY THE SUPPLIER ARE:
1) Basic Price

Brief Quantity Total


Unit GST
S.No. Description to be Amount
Price Payable
of goods supplied (3 x 4)

1 2 3 4 5 6

2) Cost of Accessories:

3) Reagent Cost (If any):

Delivery Schedule:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the


said …...................................... (For the Purchaser)
in the presence of …................................................

Signed, Sealed and Delivered by the


said …........................................(For the Supplier) (Signature, Name, Designation
and Address with Office seal)

in the presence of ….................................................

1) (Signature, Name and Address of witness)

2) (Signature, Name and Address of witness)

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
101
Annexure-II(A)
CONSIGNE E RECE IPT CER TIFICA TE (CRC)
(The con sign ee m ay a ttach the cou rier rece ipt / d eliv er cha llan alon g with th is form at. Installation sho uld b e co nd ucted
within 7 da y s of receip t o f ma terial. A cop y of th is C RC m ust b e intim ated to the su pp lier a s well a s to O S MC)
1. PLACE OF MATERIAL R ECEIVIN G & INSTALLATION
N AME OF HO SPITAL NA ME OF DEPARTMEN T O F ACTUA L INSTA LLA TION

2. DETAILS O F PU RCHA SE O RDER & IN VOICE


Purc ha se Ord er No . / Letter No . w ith da te.: S upp lie r's Invo ice N o. w ith d ate

3. DETAILS O F EQUIPM EN T
Equipment N ame: Q u an tity: M ake / M anu facturer: M odel:

S erial No s.

4. DETAILS O F ACCESSOR IES:


SL No . A ccesso ry Nam e: Q u an tity: Serial N os. N ot su pp lied / Rem a rks
1
2
3
4
(If sp ace is deficient, an other sh eet with above mentioned form at m ay b e a ttach ed with seal & s ig nature o f au th orized p erso n)
5. TO B E FILLED BY AUT HO RIZED PERSO NN EL OF C ENT RAL STO RE
(i) The Said item of quantity as mentioned in the consi gne e place List (Annexure -I) of the purchase Order have been
receive d subjec t to verification on dated __ _ __ __ _ __ _ __ ___ __ __ _ __ _ __ _
(ii) On initial physical verification on dt _ ____ ___ _ __ __ _ , O UT OF __ _ __ __ quantity_ _ __ __ were found to be in good
condition.R emaining _ __ _ __ _ __ __ _ item s w ere rece ived l ater in good condition on dt. _ __ ___ ___ ___
(iii) Al l standard accessori es have bee n supplie d f or e ach of the said ite m as per the te chnical specific ation of tender bid
refere nce No. m entioned in the purchse order. If not, ple ase m ention the short supply in space be low

PLEA SE TICK M A RK A S APPRO PRIATE


The m achine is w ith the central store and will be supplied to the conce rned departm ent/s later on. Installation,
Training & de monstration is not required for the ite m. M inor install ation if any will be carrie d out at hospital's end.
T he machine is handed over to the concerned departme nt on Dt._ _ __ ___ ___ __ __ _ __ _ __ _

S igna ture of Ph arm a cist with sea l Signa ture of Store M edical O fficer with sea l
6. TO B E FILLED BY H EA D O F TH E D EPA RTM EN T
(i) The room where installati on is to be done is ready as per the requirents/ chec kl ist me ntioned by the supplie r. If not,
please me ntion by this date _ _ __ _ __ __ _ ___ it is e xpected to be com pleted.
(ii) _ __ _ __ _ __ _ Nos. of the EIF have bee n re ceived by the departme nt on dt.__ ___ ___ __ _ __ __
(iii) O n physical verifi cation, the item supplied was found to be com plying with the technical specifiacti on as per the
te nder document along with am me ndment (if any) & w as found to have no manufacturi ng defects as suc h.
PLEA SE TICK M A RK A S APPRO PRIATE
Installation, Training & dem onstration is not required for the ite m and i t is working satisfactorily.
Installation certi ficate is attached alongwith this CRC.
The supplie r has been intimated for instal lation in written and e xpected date of Installation is_ __ _ __ __ _ ___
Installati on re port will be give n separately.

Full S igna ture of A uth orized End u ser / H OD (W ITH CON TA CT No .)

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
102
Annexure-II(B)
SA TISFA CTO RY INST ALLA T ION C ERT IF ICA T E (SIC)
( To be m a nd ato rily fil led in th is specific fo rm a t w ith OS M C lo go o nly. A s ca n co py m u st b e E -m ailed to OS M C im m edi ately afte r in sta lla tio n)
1. PL AC E O F INSTAL LATION
NAM E OF H O SPITAL N AM E OF DEPAR TM ENT

2. D ETAILS O F PU RC HA SE O RD ER & IN VO ICE


Pu rcha se Ord er No . / Le tte r N o . w ith da te .: Su pp lier' s Invoice N o . w ith da te

3. D ETAILS O F EQ UIP M EN T
Equ ipm ent N am e: Q u a ntity: M a ke / M anufa cturer: M o del:

S eria l No s.

4. D ETAILS O F ACC ESSOR IES / C ON SUM AB LES / SPAR E P ARTS


SL N o . D escrip tion of Ite m Q u an tity: Se ria l N os. N ot su pplied / Re m a rks
1
2
3
4
5
6
7
(If spa ce is d eficient , ano ther sheet w ith a bov e m entio ned form at m ay be at ta ched w it h sea l & sign atu re of authorized person )
5. D EM O NSTRA TIO N & TRAINING DETAILS:
Th e foll owing ope rators / e nd users have be en de m onstrate d & trained to operate the e qui pme nt
SL N o . Nam e D esign atio n Conta ct N u mb er Sig na ture
1
2
3
4
(If spa ce is d eficient , ano ther sheet w ith a bov e m entio ned form at m ay be at ta ched w it h sea l & sign atu re of authorized person )
6. D ETAILS O F IN STALLA TIO N / C OM M ISSION IN G / WA RRAN TY :
D a te o f In stalla tion /Co m missio ning a nd Co m pre he nsive W a rran ty End D a te W arrant y Pe riod o f T rain ing
Com pre he nsive W a rra nty Sta rt Da te P eriod (in yr) (in D a ys)

7. CE RTIFICATION :
C e rtifie d that the m achine has bee n installed succe ssf ully at the conce rne d de partm ent along w ith all standard
acce ssorie s and ancillari es of the site prepara tion ne ede d includin g inte ri ors as per re quirem e nt and bid docum e n ts.
Sa tisf actory de m onstration and proper train ing have bee n im parted to end users. T he m achine is w orki ng satisfac torily and
prescribe d OSM C L sticke r has b e en af fixe d o n the item .

Full S igna ture of A uth orized End u se r / H ea d o f D ep t.


7. D ETAILS O F SUPPL IE R & SIG NATUR E O F HEAD OF TH E INSTITUTION:
Nam e of the Supplier:

Ad dre ss of Re gio na l
Se rvice c en ter :
D eta ils of R e gion al Na me :
Se rvice M a na ge r : M ob No .:
Em ail Id:
D eta ils of Se rvice Sign atu re: Sign atu re & N a me of Signa ture & N a m e o f H e ad o f
Eng ine er w ith Na me : Au th orize d End user / H e ad the Institutio n w ith da te &
com pa ny se al: M ob No .: of D ep t. w ith da te & Se al: S ea l:
Em ail Id:

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
103
Annexure III

WARRANTY CERTIFICATE
(to be filled jointly by the Supplier, head of user institution & Representative
of the Tender Inviting Authority individually for every equipment)

Date:

Purchase order No : ………………………… dated…………..

The equipment ……………….……..……………………. (Equipment Name) Model


No……………..……….. bearing serial no ……………………. was installed successfully at
……………………………….……………. (Institution Name) is offered with a comprehensive
warranty for a period of ……. Years starting from …………..………….. to …………………….
including all the following accessories;
Manufacturer’s Equipment Serial
Sl. No Name of the accessory Qty
name No.

Name of the Supplier: Name of the Head of the Institution /


End User:
Signature:
Signature:
Seal:
Seal:

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
104
Annexure IV

TWO MONTH PERFORMANCE CERTIFICATE


(to be filled by the head of user institution individually for every equipment)

HOSP CODE / Hospital


Name:

SUP.CODE /
Name of the Supplier

Equipment Details

EQPT CODE /Name of


Purchase Order No:
the equipment:

Make / Manufacturer Purchase Order Date:

Model Purchase Amount

Serial no. Project Name

Date of Installation Location / Department

Whether Equipment working satisfactorily without any problem for


two month? YES  NO 
If No, provide details of equipment failure in the first month
(attach additional details if any in a separate sheet)
BREAK DOWN DETAILS
Break down Attended
Rectified date Attended by Details of beak down / service
Reported Date date

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
105
Present status of the equipment Working satisfactorily  Not working satisfactorily 

Recommended to settle the final 10% of payment YES  NO 


Performance of accessories
supplied

Further Training Required  Not required 

Remarks of
hospital
authorities

Two month performance certificate was issued on _____________________ ( date to be filled


in by the Head of the institution or by the end user)

Name of End User &


Sign.
Department

Signature of the head


Sign. & Seal
of the institution

Date:
Date:
Seal of supplier:
Hospital Seal :

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
106
Annexure V
Bank Guarantee Format for furnishing EMD

Whereas............................................................................. (hereinafter called the “tenderer”) has submitted their


offer dated......... for the supply of .................................. (hereinafter called the “tender”) against the purchase’s
tender enquiry No...............

KNOW ALL MEN by these presents that WE.................................................................... of


............................................. having our registered office at ................................... are bound unto
.................................... (hereinafter called the “purchaser”) in the sum of ................................ for which payment
will and truly to be made to the said purchaser, the bank binds itself, its successors and assigns by these presents.

Sealed with the common seal of the said Bank this ............................ day of ...............20......

THE CONDITION OF THIS OBLIGATION ARE:


1. If the tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of
validity of this tender.
2. If the tenderer having been notified of the acceptance of his tender by the purchaser during the period of its
validity:-
a) If the tenderer fails to furnish the performance security for the due performance of the contract.
b) Fails or refuses to accept/execute the contract.
WE undertake to pay the purchaser up to the above amount upon receipt of its first written demand, without the
purchaser having to substantiate its demand, provided that in its demand the purchaser will note that the amount
claimed by it is due to it owing to the occurrence of one or both two conditions, specifying the occurred condition or
conditions.

This guarantee shall be valid until the ......day of ...........20.........

We the ......................................................Branch..........................................undertake not to revoke the guarantee


during its currency expect with the previous consent of the ODISHA STATE MEDICAL CORPORATION LTD. in writing.

We the ......................................................Branch.......................................... further agree that a mere demand by


ODISHA STATE MEDICAL CORPORATION LTD. is sufficient for us........................................ Branch at Bhubaneswar to
pay the amount covered by the Bank Guarantee without reference to the said Agency and protest by said Agency
cannot be valid ground for us..............................................Branch to decline payment to ODISHA STATE MEDICAL
CORPORATION LTD.
.................................
(Signature of the authorized officer of the Bank)
....................................................................
Name and designation of the officer
.................................................................
.................................................................
Seal, name & address of the Banks and address of the Branch

Our Bank details for generating Bank Guarantee are as follows:


ACCOUNT NO. 006101059948, IFS Code – ICIC0000061,
ICICI BANK, KHARABEL NAGAR, UNIT-III, BHUBANESWAR

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
107
Annexure VI
Bank Guarantee Format for Performance Security
To
The Managing Director
Odisha State Medical Corporation Ltd.,
Convent Square, Unit-III, Bhubaneswar-751007

WHEREAS.................................................................................................. (name and address of the


supplier) (here in after called “the supplier”) has undertaken, in pursuance of contact no..............dated................. to
supply........................................(description of goods and services) (herein after called “the contract”).
AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank
guarantee by a scheduled commercial bank recognised by you for the sum specified therein as security for compliance
with its obligation in accordance with the contract.

AND WHEREAS we have agreed to give the supplier such a bank guarantee;
NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier,
up to a total of .........................................(amount of the guarantee in words and figures), and we undertake to pay
you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or
argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or
to show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with
the demand.
We further agree that no change or addition to or other modification of the terms of the contract to be
Performed thereunder or of any of the contract documents which may be made between you and the supplier shall in
any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or
modification.
This guarantee shall be valid until the ......day of ...........20.........

We the ......................................................Branch.......................................... under take not to revoke the


guarantee during its currency expect with the previous consent of the ODISHA STATE MEDICAL CORPORATION LTD. in
writing.
We ......................................................Branch.......................................... further agree that a mere demand by
ODISHA STATE MEDICAL CORPORATION LTD. is sufficient for us........................................ Branch at Bhubaneswar to
pay the amount covered by the Bank Guarantee without reference to the said Agency and protest by said Agency
cannot to valid ground for us.............................................. Branch to decline payment to ODISHA STATE MEDICAL
CORPORATION LTD.
.................................
(Signature of the authorized officer of the Bank)
.....................................................................
Name and designation of the officer
.................................................................
.................................................................
Seal, name & address of the Banks and address of the Branch
Our Bank details for generating Bank Guarantee are as follows:
ACCOUNT NO. 006101059948, IFS Code – ICIC0000061,
ICICI BANK, KHARABEL NAGAR, UNIT-III, BHUBANESWAR

OSMCL: Tender for Supply, Installation & Commissioning of Equipments for the Dept. of Pulmonary
Medicine for Different Medical College & Hospitals
108

You might also like