EMPLOYEES STATE INSURANCE CORPORATION … · ESI Corporation, Headquarters Office ... EMPLOYEES...

45
- - 1 Cost of Form: Rs. 10,000/-(U.S. $ 235) EMPLOYEES STATE INSURANCE CORPORATION HEADQUARTERS OFFICE (ISO 9001:2000 CERTIFIED) PANCHDEEP BHAWAN, CIG ROAD, NEW DELHI-110002 (http://esic.nic.in ) (SCHEDULE –‘A’) S.NO. OF TENDER : __________ Name of the party in whose favour the Tender form has been issued : __________________________ To The Deputy Medical Commissioner,: ESI Corporation, Headquarters Office, Panchdeep Bhawan, CIG Road, New Delhi-110002. (SEAL OF THE OFFICER) ………………………………………….......................................................................... Dear Sir, 1. I/We_______________________________hereby submit our tender for the __________________________________________________________________ . 2. I/WE now enclose herewith a Demand Draft / Pay Order No_________________ Dated_________ for Rs.10,00,000/-(Rupees Ten lakhs) drawn in favour of the ESI Fund A/c No -1” towards EMD/Bid Security. (TENDERS NOT ACCOMPANIED WITH EMD/BID SECURITY ALONGWITH THE TECHNO-COMMERCIAL BID SHALL BE SUMMARILY REJECTED). 3. I / We hereby agree to all the terms and conditions, stipulated by the ESIC, in this connection including supply, delivery, installation, commissioning on Turnkey basis and for supply of Technical Manpower along with penalties etc. 4. I / We have noted that overwritten entries shall be deleted unless duly cut & re- written and initialed. 5. Tenders are duly signed. 6. I / We undertake to sign the contract/agreement, if required, within 10 (Ten) days from the date of issue of the letter of award, failing which our/my security money deposited may be forfeited. 7. I / We have gone through all terms and conditions of the tender documents before submitting the same. Yours faithfully, Signature of Tender(s) Full Address: WITNESS____________________ WITNESS____________________ WITNESS____________________ WITNESS____________________

Transcript of EMPLOYEES STATE INSURANCE CORPORATION … · ESI Corporation, Headquarters Office ... EMPLOYEES...

- - 1

Cost of Form: Rs. 10,000/-(U.S. $ 235)

EMPLOYEES STATE INSURANCE CORPORATION HEADQUARTERS OFFICE

(ISO 9001:2000 CERTIFIED) PANCHDEEP BHAWAN, CIG ROAD,

NEW DELHI-110002 (http://esic.nic.in)

(SCHEDULE –‘A’)

S.NO. OF TENDER : __________

Name of the party in whose favour the Tender form has been issued : __________________________ To

The Deputy Medical Commissioner,: ESI Corporation, Headquarters Office, Panchdeep Bhawan, CIG Road, New Delhi-110002.

(SEAL OF THE OFFICER)

…………………………………………..........................................................................

Dear Sir, 1. I/We_______________________________hereby submit our tender for the

__________________________________________________________________ . 2. I/WE now enclose herewith a Demand Draft / Pay Order No_________________ Dated_________ for Rs.10,00,000/-(Rupees Ten lakhs) drawn in favour of the “ESI Fund A/c No -1” towards EMD/Bid Security. (TENDERS NOT ACCOMPANIED WITH EMD/BID SECURITY ALONGWITH THE TECHNO-COMMERCIAL BID SHALL BE SUMMARILY REJECTED). 3. I / We hereby agree to all the terms and conditions, stipulated by the ESIC, in this connection including supply, delivery, installation, commissioning on Turnkey basis and for supply of Technical Manpower along with penalties etc. 4. I / We have noted that overwritten entries shall be deleted unless duly cut & re-written and initialed. 5. Tenders are duly signed. 6. I / We undertake to sign the contract/agreement, if required, within 10 (Ten) days from the date of issue of the letter of award, failing which our/my security money deposited may be forfeited. 7. I / We have gone through all terms and conditions of the tender documents before submitting the same.

Yours faithfully,

Signature of Tender(s) Full Address:

WITNESS____________________ WITNESS____________________ WITNESS____________________ WITNESS____________________

- - 2

EMPLOYEES STATE INSURANCE CORPORATION CIG ROAD, PANCHDEEP BHAWAN

NEW DELHI-110002

Schedule for Requirements

Technical Specifications of Machines

I. 64- multi slice spiral CT Scanner

“State of the art ” spiral multi slice CT Scanner with isotopic micro- voxel imaging to perform high resolution whole body scanning including trauma, vascular , cardiac, pediatric studies,

1. System Features

1. The system should have the following essential features:

a) Detector type: 64- slice data acquisition system, giving 64 full slice thickness at all the given variable settings (0.6 mm to 10mm) in one full 3600 rotation. b) Scan time: the fast scan time for complete 3600 scan should be 0.4 sec. or lesser will be preferred. c) X- ray Generator: The generator should be of high frequency with appropriate wattage. Specify the KV & MA ranges. d) X- ray Tube: - Tube of adequate heat storage & dissipation for uninterrupted long spirals. Give details of the focal size, anode heat dissipation capacity & heat storage capacity. Mention anode temperature monitoring, warning and auto cutoff systems. e) Patient Couch: The table should have a metal free scannable range of at least 150 cms and capacity for heavy patients weighing up to 200 kg. f) Gantry Aperture: 70 cm or more. g) Gantry tilt: + / - 30 0 with remote control facility. h) Scan field: 50 cm or more. i) Visual paradigm. j) Capable of sub millimeter imaging required in middle ear oscicles and ultra HR lungs.

2. Operator Console

a) Operative console should have dual CPU with at least 2 GB main memory. Image storage of 100 GB or more, CD archiving facility with 1000 CDs. It should have two large 18” high resolution LCD monitors with a display on 1024x 1024 or more.

b.) The image reconstruction time should be at least 10 images or more per second under all the conditions.

c) Functions like scanning image reconstruction, film documentation, MPR CT Angiography, Angioscopy maximum intensity projection , 3- D volume rendering Technique, Fly through, calcium scoring & head and whole body perfusion should be possible from satellite console with two monitors. Data transfer between two should be instantaneous.

3. Spiral / Helical Acquisition / Acquisition capabilities

a.) Scan length of at least 150 CMS or more in a single gapless spiral/ Helical scan. b.) Should have bolus tracking and trigger facility to initiate scans at peak enhancement. c.) Acquisition of cardiac images with ECG gating (Perspective & Retrospective gating) ECG editing facility to be provided – please specify the details of the ECG editing tools. d.) Calcium scoring, perfusion, VRT with navigation and time saving software, Real time MPR, Volume/ area / angle / distance / measurements should be possible on the main console. e.) Auto programmes to improve resolution and scan quality and removal of artifacts. f) Real time X- ray dose reduction which combines both Z axis and angular tube current modulation to adjust the dose to the size & shape of individual with inbuilt paediatric protocols. It should be possible to modulate the MA with ECG signal gated cardiac studies. Mention X-ray documentation in your machine.

- - 3

4. Workstation

Two Workstations (separate form two satellite and two main consoles) with dual CPU with separate 18” or more LCD monitors, image evaluation software, post processing software with following features :-

a) Calcium scoring, cardiac LV, RV analysis, ventricular-wall thickening analysis, cardiac scoring & reporting, CT coronary analysis software, cardiac comprehensive report. Ability to save cardiac models during post processing.

b) Virtual Endoscopy software e.g. Bronchoscopy, Colonoscopy,

c.) Software for stenosis analysis for vessels with automatic segmentation of bone.

d.) Facility for direct 3D image formatting in any plane directly from raw data as planned on scout images.

e.) Perfusion for whole body for e.g. oncology, triphasic study of liver. f) Lung and dental studies software

g.) Ability to record movies of cine images, beating heart etc. in windows PC friendly formats.

h.) Additional image reconstruction and analysis facility for quicker patient throughput by other radiologists of the team.

i) Spatial alignment and visualizations of two different sets of one patient generated on different modalities or with different acquisition time.

5. Image quality

a) Low contrast resolution – specify low contrast resolution with 20cm CATPHAN phantom. Specify surface dose, mAs, slice thickness and HU used. b) Specify High contrast resolution at 0% and 10% MTF with full FOV. c) Specify cross-field homogeneity.

6. Hard Copy Unit A dry Camera with digital interface and control integrated with main console and the workstation. Camera should print on 14”x 17” film size & should be DICOM 3.0 compatible. Facility to send, store print, receive query/retrieve MWM. MAPS, ETC should be standard PACS compatibility.

7. Essential Accessories:

a) One set of all standard patient positioning accessories. b) UPS for complete system with 30-min. back up so as to complete on going scans. Filming etc. during a power failure and generator back up in longer disruption. c) Dual head pressure injector with 500 disposable syringes with remote control. d) An ECG monitor. e) Defibrillator with adult and Paediatric paddles. f) Multi parameter monitors for pulse, respiration, temperature, oxygen concentration NIBP. g) Colour laser printer h) Light weight vinyl lead apron 0.5 mm lead equivalent 5 nos. i) Lead glass 100 cm x 150 cm of 2mm lead equivalent. 8. Upgrading requirements A free, comprehensive software upgrade (compatible with the existing platform) guarantee for entire life of the scanner must be provided.

- - 4

II. 1.5 Tesla Superconducting MRI System

1. The equipment should be latest state of the art, actively shielded 1.5 Tesla MRI superconducting system with spectroscopy facility suitable for high resolution imaging.

2. At least 60 cm patient bore with flared opening and with better illumination, ventilation and facility to avoid claustrophobia to patients and compatible audio system capable of reducing scanning noise by 80% at least.

3. Gradient strength in each axis should be minimum 33 or more m Tesla /m and slew rate should be at least 120 T/M/Sec per axis. 4. R.F. System: Should have minimum 16 channel hardware built in system. Each having band width of 1 Mhz. or more. RF coil should be of phased array type. At least 16 channels or more Coils for head and neck imaging, neurovascular imaging, spine imaging, Prostate endorectal coils, CNS imaging (head to sacrum), peripheral vascular imaging, Grid Technique of cardiac imaging with and without contrast & body imaging, should be compatible with parallel acquisition technique. Specific protocol for respiration free body scan. Flexible coils for imaging of joints and extremities of at least 3 sizes should be provided. System should have capability for, dynamic study of breast, Triphasic study of liver in phase and without phase brain spectroscopy imaging. (Both 2 D and 3D single voxel and multivoxel CSI technique.) BOLD imaging (FMRI) and triggers activated by respiration Heart and MRI contrast. 5. M.R. Console: Should be multi CPU work station with separate host computer and image processor hardware, with 2 GB RAM capacity multitasking and capability for complete post processing of images.

- Latest software version should be quoted. - System should have Dicom 3.0 compatible with image archival facility on CD and MOD. -Console should have two or more 18” flat color LCD / TFT monitor. - Image storage capacity should be at least 160 GB or more. - Image acquisition and display should be 524 x 524 matrix. - Additional image reconstruction and analysis facility for quicker patient output by other radiologists in the team.

6. Image sequences and applications.

- System should have all basic sequences i.e. spin echo, Fast Spin Echo, Single Short Fast Spin Echo, Inversion Recovery , True Inversion Recovery, Steady State sequence for high resolution 2 D and 3D imaging, Gradient Echo, Coherent Gradient Echo, RF Spoiled Fast Gradient Echo, Ultrafast Gradient Echo/ Fast SPGR for 2 D and 3 D imaging. - MR Body parts and heart angiography with flow cine imaging, Time of flight, phase contrast and Contrast enhanced technique. - Whole body diffusion imaging with ADC map calculation, Diffusion Tensor imaging and Fiber Tracking protocols, Perfusion imaging sequences, Parallel Acquisition technique capable for neurovascular, spine and abdomen imaging, CSF flow imaging. - 3D MRCP and MR myelography. - Free breathing imaging protocol for cardiac and abdomen imaging. - ECG, Trigger, VCG Gating, Respiratory Trigger, Peripheral Pulse Trigger should be available. - Obstetrics scans. - Single and multi voxel spectroscopy. - Software programmes for artifact removing, improving quality of picture and saving time.

- - 5

7. Essential Accessories:

- Dicom Dry chemistry laser camera for 14”x 17” film. - On line UPS for complete MRI system with 30 minute back up ( with maintenance free batteries), and appropriate generator back up for supply break down. - Water chiller / air chiller. - Non magnetic patient transfer trolley and wheel chair. - MRI compatible Boyle’s apparatus, multi parameter monitor for pulse rate, respiration rate, ECG, NIBP and Oximeter . - MRI compatible suction machine. - Standard fire safety measures. 8. Upgrading requirements A free, comprehensive software 0upgrade (compatible with the existing platform)

guarantee for entire life of the scanner must be provided.

III. Turnkey All turnkey work proposed by the selected firm will require approval of the Medical Superintendent of the respective ESI Hospitals before implementation. The Turnkey Work should fully comply with safety guidelines and requirements of the Atomic Energy Regulatory Board, Mumbai, India. The Manufacturer has to carry out all Civil, Electrical, Interiors, Air-conditioning, Power Backup and other related works etc. at the entire site of CT & MRI wing including gantry area, consoles, workstations and reporting rooms etc. Schedule of Finishes : PUBLIC AREAS Reception/Waiting Area

Flooring : Polished Granite As / Approved Shade. Skirting : Polished Granite As / Approved Shade. Walls : Wooden Chair-rail with Plastic Emulsion Paint. Paneling : Laminate Paneling As / Approved Shade. Ceiling : Aluminum Grid with Mineral Fiber Tile (2’x2’)

Corridors

Flooring : Polished Granite As / Approved Shade. Skirting : Polished Granite As / Approved Shade. Walls : Wooden Chair-rail with Plastic Emulsion Paint. Paneling : Laminate Paneling As / Approved Shade. Ceiling : Aluminum Grid with Mineral Fiber Tile (2’x2’)

CT / MRI Room

Flooring : Vinyl(Anti-static). Walls : Epoxy Paint with Anti Static Coating. Ceiling : Epoxy grid tile ceiling (2’x2’)

Patient Preparation / Consultation Room

Flooring : Vinyl Walls : Plastic Emulsion Paint with Wooden Chair Rail Ceiling : Aluminum Grid with Mineral Fiber Tile (2’x2’)

- - 6

Control Room / Dark Room / Computer Room

Flooring : Vinyl(Anti Static) Walls : Epoxy Paint with Anti Static Coating Ceiling : Aluminum Grid with Mineral Fiber Tile (2’x2’)

Doctor’ / Nurse’s / Technicians Lounge

Flooring : Vinyl Walls : Plastic Emulsion Paint with Wooden Chair Rail Ceiling : Aluminum Grid with Mineral Fiber Tile (2’x2’)

Conference Room / Office

Flooring : Vinyl Walls : Plastic Emulsion Paint with Wooden Chair Rail Ceiling : Aluminum Grid with Mineral Fiber Tile (2’x2’)

Toilets / Dress / Pantry

Flooring : Anti-Skid Ceramic tiles Walls : Ceramic Tiles Dado Ceiling : Aluminum Grid with Mineral Fiber Tile (2’x2’)

Store / Records / AHU Room / Electrical Room

Flooring : IPS with Hardener Walls : Dry Distemper Ceiling : NA

2. Physical Space Requirement

A space of approximately 5000 Sq.Ft. will be made available for the above turnkey job in accordance with mutually agreed layout plan. 3. Mechanical Services Independent Air-Conditioning system shall have to be installed for the entire area. Adequate provision of number of air changes and necessary dust filters as per medical norms is must for the CT / MRI suite. Exhaust facility shall have to be provided for Toilet / Pantry. The temperature of the gantry room is to be maintained at 18ºC and in the patient waiting and preparation area at 20ºC and humidity at 50 – 60% for 24 hours a day. The air-conditioning system should be warranted for a period of 5 years. 4. Electrical Services Adequate LT Electrical Power shall be provided at one point. Further Sub-distribution with provisions of independent LT Panel / DB’s will have to be made. Fire Alarm / Smoke Detection provision as per Fire norms is mandatory. Independent Provision has to be made for 100% Back-up power.

An intercom system with 16 lines is to be provided to connect the CT wing (including operator consoles of CT scanners & MRI, reception, reporting rooms, and patient preparation area) with the radiology department. -

- - 7

5. Furniture: 1) Patient waiting chairs (3 in one) with common stand – No. 10 2) Cupboard for storage – No. 5 3) Instrument (medicine) trolley – No. 4 4) Godrej swivel chairs with arm rest – No. 12 & high chairs at reception counter- No. 2 5) Tables – No. 6 6) Patient preparation table with storage space - No. 2 7) Examination stool - 4 8) Collapsible wheel chair with rubberised swivel wheels (6 nos). 9) Patient trolley (6 nos) 10) Footstep for patient- No. 10

A complete site layout and preparation plan (Layout plan) in respect of each site of the 3 ESI hospitals has to be submitted along with its financial components in separate cover as a turnkey project. The site preparation will be the responsibility of the vendor, quoting for the equipment. The Manufacturer is advised to inspect the proposed sites with prior intimation. Care must be taken to address placement of the equipments and patient sitting area. Cost of turnkey will be added for Ranking/Evaluation of the Tender.

IV. Annual Comprehensive Maintenance Contract (CMC) of the Equipments and Turnkey

a) The cost of Comprehensive Maintenance Contract (CMC) which includes preventive maintenance including testing & calibration as per technical/ service /operational manual of the manufacturer, labour and spares, after satisfactory completion of Warranty period must be quoted for next 5 years on yearly basis for complete CT Scan & MRI equipments including X-ray tubes, Detectors, MRI Magnet, Cooling System, Shielding System and all other components, accessories and air conditioners, etc. and Turnkey. The supplier shall visit each consignee site as recommended in the manufacturer’s technical/ service /operational manual, but at least once in six months during the CMC period

b) The cost of CMC must be quoted along with taxes applicable on the date of Tender Opening. If the taxes are to be paid extra it is to be specifically stated. In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later.

c) Cost of CMC will be added for Ranking/Evaluation purpose.

d) The payment of CMC will be made on six monthly basis after satisfactory completion of said period, duly certified by end user on receipt of bank guarantee for 2.5 % of the cost of the equipment valid beyond 2 months after expiry of entire CMC period.

e) There will be 95% uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365 (days) basis, with penalty, to extend CMC period by double the downtime period.

f) During CMC period, the supplier is required to visit at each consignee’s site at least once in 6 months commencing from the date of the successful completion of warranty period for preventive maintenance of the goods.

g) All software updates should be provided free of cost during CMC.

h) Failure of the above [IV. e) to IV. g)] by the supplier, may lead to the forfeiture of the Bank Guarantee for Annual CMC.

V. Supply of Manpower

1. Supply of Technical Manpower to Run and Operate the CT & MRI Machines at the respective ESI hospitals by providing the necessary manpower comprising of Radiologists, Anesthetists, Physicist, Application Specialist and Technicians as per

- - 8

Annexure-K, initially for a period of 5 years extendable on sole discretion of the respective Medical Superintendent of the concerned ESI Hospitals. Cost of supply of Manpower will be added for Ranking/Evaluation of the Tender.

2. The Manufacturer will not have the option to withdraw/terminate the service component of the contract at any time. The Manpower deployed by the manufacturer shall work under overall supervision and direction of the Head of the Department of Radiology and Medical Superintendent of the respective ESI Hospitals.

3. The Medical Superintendent of the concerned ESI Hospitals will have the authority to terminate the service contract after giving notice of three months to the service provider/manufacturer.

4. The contract agreement for providing the services for operation of the machines will be signed separately by respective Medical Superintendent of ESI Hospitals. Consultant Radiologists engaged by the service provider should have the necessary expertise to prepare report of the investigation performed on the installed machines. The requirement of Technical Manpower and their qualification and experience has been mentioned in Annexure – K. The manufacturer/service provider will have to provide the full detail of the manpower deployed in the said ESI Hospitals.

- - 9

Instructions to the Manufacturer/Vendor

a) Two bid system: Manufacturer/Vendor is required to make separate bids for technical and price component.

b) Please note that all technical features, facilities and accessories mentioned in the tender document are standard requirements and hence, these should be offered as the standard feature. None of these should be offered as optional items.

c) In price bid, cost of locally supplied items must be quoted separately in Indian currency.

d) Please respond to each specification in the same format and order as mentioned in the tender document and specify/ indicate the verification document from the product data sheet against each column.

e) Original product data sheets, complete manuals and other necessary documents should be provided. Photocopies of these documents or printouts of the email/ web pages will not be accepted.

f) When required, information other than those in the data sheets should be provided as a separate document from the principals only and should refer to the specific sections being addressed. When standard vendor data sheet disagrees with the bid response (offer/ compliance statement), clarification should accompany in the form of certificate from the principals only. In absence of this, the vendor data sheet will prevail for the purpose of evaluation and decision of the technical committee shall be final and binding on the supplier.

g) The Manufacturer/Vendor has to station one application specialist and service engineer at site for a period necessary to familiarize the medical and technical staff to the scanner protocols and enable them to achieve fast and efficient service.

- - 10

GLOBAL TENDER

FOR

SUPPLY, INSTALLATION, COMMISSIONING ON TURN KEY BASIS

& SUPPLY OF MANPOWER FOR OPERATION

OF

CT SCAN – 64 SLICE & MRI OF 1.5 TESLA MACHINES

IN ESI HOSPITALS AT NEW DELHI, MUMBAI & BANGALORE

EMPLOYEES STATE INSURANCE CORPORATION

HEADQUARTERS OFFICE (ISO 9001:2000 CERTIFIED)

PANCHDEEP BHAWAN, CIG ROAD, NEW DELHI (http://esic.nic.in)

- - 11

IMPORTANT DATES

a. Last date for sale of tenders : 30.07.2008 up to 1300 hrs IST

Pre Tender Meeting Date & Time : 15.07.2008 at 1100 hrs IST

Pre Tender Meeting Venue:-

ESI CORPORATION, HEADQUARTERS OFFICE PANCHDEEP BHAWAN, C.I.G. ROAD, NEW DELHI – 110 002, INDIA

b. Closing date & time for receipt of Tender: 31.07.2008 up to 1300 hrs IST

c. Time and date of opening of Techno –Commercial tenders :

31.07.2008 at 1500 hrs IST

Venue of Opening of Techno Commercial Tender:

ESI CORPORATION, HEADQUARTERS OFFICE PANCHDEEP BHAWAN, C.I.G. ROAD, NEW DELHI – 110 002, INDIA Contact Address: DEPUTY MEDICAL COMMISSIONER

ESI CORPORATION, HEADQUARTERS OFFICE PANCHDEEP BHAWAN, C.I.G. ROAD, NEW DELHI – 110 002, INDIA

Tel: 23236227 Fax: 23234537

Address particulars of the ESI Hospitals where CT Scan and MRI Machines are to be supplied and installed:-

1. ESI Hospital Basaidarapur, Ring Road, NEW DELHI – 110 015, INDIA

2. ESI Model Hospital

Central Road, M.I.D.C., Andheri (East), MUMBAI-400 093, INDIA

3. ESI Model Hospital,

II Block, Rajaji Nagar, BANGALORE – 560 010, INDIA

- - 12

CHECK LIST FOR TERMS AND CONDITIONS Check list for Terms and Conditions (To be filled by the bidder and submitted along with the technical bid) 1. Certificate for being in business for more than 2 years___________________________ 2. Certificate for sole ownership/partnership _____________________________________ 3. Statement of financial standing from bankers ___________________________________ 4. Performance report/List of organization supplied with the same equipment ___________ _________________________________________________________________________ 5. Rates quoted included all taxes/Rate is a CIF ____________________________________ 6. Rates quoted as per tender’s specifications _____________________________________ 7. Authority letter from manufacture/principal enclosed _____________________________ 8. Affidavit that the firm has not been black listed in the past by any hospital ___________ ____________________________________________________________ 9. Affidavit that the firm has no vigilance case/CBI case pending against him/supplier _________________________________________________________________________ 10. Affidavit that the firm is not supplying the same item at the lower rate quoted in the tender to any Govt. organization or any other Hospital ____________________________________ _________________________________________________________________________ 11. Quotation being submitted directly by the manufacturer or authorized distributor _________________________________________________________________________ 12. Quality assurance certificate like ISI, ISO-9002, IP/BP or any other, please specify _____________________________________________________ 13. Statement of turnover/annual report for each of the last three years attached _________________________________________________________________________ 14. Bid Security amount enclosed deposited ______________________________________ 15. Literature of original catalogue of the product attached for reference __________________________________________________________________________ 16. Guarantee/Warranty period for __________________________________________________ 17. CMC quoted for _________ years.

( NAME OF THE BIDDER) WITH SIGNATURE & SEAL

- - 13

INVITATION TO BID

1. Instruction to Bidders

1.1 Bids are invited, for and on behalf of the Director General, ESI Corporation from established, reputed and experienced manufacturers for Supply, Installation and Commissioning of CT Scan – 64 Slice (1 each) & MRI of 1.5 Tesla (1 each) in ESI Hospitals at New Delhi, Mumbai and Bangalore on turnkey basis as per the enclosed technical Specifications and for Supply of Technical Manpower to Run and Operate CT Scan and MRI machines.

1.2 Bidders can quote either for CT Scan or MRI separately or for both machines together. However, Bidder quoting for both the machines should give price bid of each machine separately.

Qualification Criteria

I. The Tenderer must be a Manufacturer or its authorized Agent.

II. The Manufacturer should have supplied and installed in last three years from the date of Tender Opening, at least 200% of the quoted quantity of the similar equipment meeting major specification parameters which is functioning satisfactorily. The foreign Manufacturer satisfying the above criteria should also have supplied and installed in last three years from the date of Tender Opening, at least 100% of quoted quantity of similar model which is functioning satisfactorily any where outside the country of manufacture.

Note a. In support of the above, the Tenderer shall furnish Performance statement in the enclosed ‘Annexure – F’. The manufacturer as well as the Tenderer/ Indian Agent shall furnish Satisfactory Performance Certificate in respect of above, duly translated in English and duly notarized in the country of origin, along with the tender.

b. The Tenderer shall furnish a brief write-up, packed with adequate data explaining and establishing his available capacity/capability (both technical and financial) to perform the Contract (if awarded) within the stipulated time period, after meeting all its current/present commitments. The Tenderer shall also furnish details of Equipment and Quality Control in the enclosed Annexure ’G’.

c. Notwithstanding anything stated above, the ESIC reserves the right to assess the Tenderer’s capability and capacity to perform the contract satisfactorily before deciding on award of Contract, should circumstances warrant such an assessment in the overall interest of the Purchaser.

d. ESIC reserves the right to ask for a free demonstration of the quoted equipment at a pre determined place acceptable to the purchaser for technical acceptability as per the tender specifications, before the opening of the Price Tender.

1.3 Bidders are advised to study the tender document and terms & conditions carefully. Submission of tender shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications. 1.4 The scope of work shall include Supply, Installation, Commissioning on Turnkey basis, Satisfactory Demonstration and Supply of Technical Manpower to operate and run the said machines for a period of 5 (five) years. This will also include testing, packing, transportation, scheduling of transportation, transit insurance, delivery at sites, unloading, storage, job site storage, insurance, installation and any other services whatsoever associated with the delivery of the equipment and materials providing warranty of services and maintenance of other related equipments / items required for complete installation. The successful bidder will assume full responsibility of the complete system until final acceptance.

- - 14

1.5 It will be imperative on each bidder to fully acquaint himself with all the local conditions and factors which would have any effect on the performance of the System. No request for the change of price, or time, schedule of delivery of stores shall be entertained after award of contract on account of any local condition or factor. 1.6 The bidders are advised to visit proposed installation sites in the three respective hospitals at Delhi, Mumbai and Bangalore before furnishing the quotations but the expenses, in connection with the visits and surveys, shall be borne by the bidders themselves.

Evaluation Criteria The Financial Bids of the parties will be evaluated after taking into account the

cost of the Equipments at Consignee’s Sites plus installation charges on Turnkey basis including warranty period of Five years, Plus cost of ACMC for subsequent Five years Plus the cost of Supply of Technical Manpower for initial Five years.

2. Time Schedule of Tender

2.1 The non-transferable Tender Document can be purchased from the Office of Deputy Medical Commissioner, ESI Corporation, Headquarters Office, Panchdeep Bhawan, C.I.G. Road, New Delhi – 110 002 on or before 30.07.2008 during working days viz. Monday to Friday from 1100 to 1300 hrs. IST on payment of non-refundable tender cost of Rs.10,000/- (Rupees Ten Thousand only -) through demand draft/pay order payable at New Delhi issued by any scheduled bank drawn in favour of the ESI Fund A/c. No. 1. The Tender Document can also be downloaded from the ESIC Website http://esic.nic.in which should be accompanied by the requisite Tender cost of Rs. 10,000/- (U.S. $ 235 for suppliers based in foreign countries) in the form of demand draft/pay order payable at New Delhi issued by any scheduled bank drawn in favour of the ESI Fund A/c. No. 1. 2.2 Pre-tender Meeting will be held on 15.07.2008 at 1100 hrs. IST in the Committee Room, IInd floor, ESI Corporation, Headquarters Office,

Panchdeep Bhawan, CIG Road, New Delhi – 110 002.

2.3 The sealed bids will be received up to 31.07.2008 till 1300 hrs. IST in the office of Joint Director (Medical), ESI Corporation, Room No. 105, Panchdeep Bhawan, C.I.G. Road, New Delhi – 110 002 India by hand. The officer receiving the tender will give the tenderer an official receipt duly signed with date and time. 2.4 The Techno-Commercial Bids will be opened 31.07.2008 at 1500 hrs. IST in the office of the Deputy Medical Commissioner, ESI Corporation, Headquarters Office, Panchdeep Bhawan, C.I.G. Road, New Delhi – 110 002. The bidders or their authorized representatives may be present if they so desire. 2.5 In the event of any of the above mentioned dates being declared as a holiday / closed day, the tenders will be sold / received / opened on the next working day at the appointed time. 2.6 After evaluation of the Techno-Commercial Bids and the technical presentation, the short listed bidders will be intimated later.

2.7 The Price bids of the short listed bidders will be opened at the Office of the Deputy Medical Commissioner, ESI Corporation, Headquarters Office, Panchdeep Bhawan, C.I.G. Road, New Delhi – 110 002 as the case may be in the presence of their authorized representatives, if any. (The date of opening of Price bids will be communicated to the technically successful bidders).

2.8 Receipt of Bank Guarantee from issue of Letter of Award of Contract within 10 days.

- - 15

2.9 Issue of detailed Purchase Order within 15 days from the date of receipt of Bank Guarantee. 2.10 Opening of Letter of Credit (LC) within 10 days from the date of issue of Purchase Orders. 2.11 Supply, Installation on Turnkey basis, Commissioning and Supply of Technical Manpower to Run and Operate the CT Scan and MRI Machines within 120 days from the date of Opening of LC. 3. Onsite functional assessment of the similar installations and equipments of the short listed Bidder will be undertaken, if necessary, by the Committee duly constituted by the Director General.

4. Purchaser’s Right to Vary Quantities at the time of Award ESIC reserves the right to vary the quantities and/or services.

5. Purchaser’s Right to accept any Bid and to reject any or all bids

ESIC reserves the right to accept any bid, and to annul the tender process and reject all bids at any time, without assigning any reason prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Purchaser’s action.

6. Bidder Qualification

The “Bidder” as used in the tender documents shall mean one who has signed the Bid Form. The Bidder may be either the manufacturer of the equipment/ material for which prices are quoted on the Price Schedule or his duly authorized representative, in which case he shall submit a certificate of authority as per Annexure – D. All certificates and documents received hereby, shall, as far as possible, be furnished by the manufacturer/representative of the firm.

7. Bid Security/Earnest Money

7.1 Bid Security / Earnest Money amount should be enclosed along with the Techno-Commercial Bid for an amount of Rs.10,00,000/- (Rupees Ten Lakhs Only) in the form of Demand Draft/Pay Order issued by any Indian Scheduled Bank in favour of ESI Fund A/c. No.- 1 payable at New Delhi failing which the tenders will be out-rightly rejected. 7.2 The “Bid Security/Earnest Money “, in case of unsuccessful Bidders, shall be retained by the Purchaser, up to a maximum period of Six months from the date of opening of the Bids or till the finalization of the tender, whichever is later. The Bid security shall be refunded to the unsuccessful tenderers on written request along with Original Cash Deposit Receipt issued by the ESIC. No interest will be payable on Bid Security/EMD.

7.3 The Earnest Money shall be forfeited : a) If a Bidder withdraws his bid during the period of bid validity specified in the Tender Document or b) In the case of the finally selected Bidder, if the Bidder fails;

i) to sign the Contract in accordance with Clause 17; or ii) to furnish Performance Guarantee in accordance with Clause 11.3 or iii) if, at any stage, any of the information/declaration is found false

- - 16

7.4 Earnest Money in respect of the finally selected Bidder(s) will be discharged upon the Bidder executing the Contract, and furnishing the Performance Guarantee, pursuant to Clause- 11.3.

8. Period of Validity of Bids

Bids shall remain valid for Six months from the date of bid opening prescribed by the ESIC. The bids valid for shorter period are liable to be rejected. 9. THE FORWARDING LETTER/UNDERTAKING (SCHEDULE- A) ALONGWITH

ENCLOSED CHECKLIST FOR TERMS & CONDITIONS DULY SIGNED SHOULD INVARIABLY BE RETURNED ALONGWITH QUOTATIONS FURNISHED, FAILING WHICH THE TENDER SHALL BE REJECTED.

10. Terms and Conditions of Tendering Firms

10.1 Printed terms and conditions of the Bidder will not be considered as forming part of their Bids. In case terms and conditions of the contract applicable to this invitation of tender are not acceptable to any Bidder, he should clearly specify deviation in his Bid. ESIC reserves the right to reject a bid only on the ground that the bidder does not agree to these terms & conditions of the tender.

11. Bid Requirements

11.1 The Bidder must quote for the machines/equipments with all items & quantities, CMC, Turnkey and Supply of Technical Manpower as listed under the Schedule for Requirements.

11.2 Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total unit price as declared in the Price Schedule the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail. If the manufacturer does not accept the correction of the errors, its bid will be rejected. 11.3 The finally selected Bidder(s) will be required to furnish Contract Performance Bank Guarantee as indicated in clause 2.9 for 10% of the Contract Price, on award of Contract as per the prescribed Proforma, from any Scheduled Indian Bank acceptable to the ESIC which shall be valid till warranty period of 5 years plus 60 (sixty) days. The performance bank guarantee (B/G) should be submitted within 10 days from the date of letter of award of Contract. Failure to furnish performance B/G, in time, would entail forfeiture of EMD and Cancellation of Award of Contract. 11.4 The Tender Documents are not transferable and the cost of the documents is not refundable under any circumstances.

11.5 The Tender not accompanied by Earnest Money will be summarily rejected. 11.6 Telex/Fax bids and incomplete bids will be summarily rejected. 11.7 Bidders should enclose, along with the Techno-Commercial Bid of their offers, the full details including proposed configuration of offers with full documentation, descriptive literature/leaflets supplementing the description and point out any special feature of their system. All documentation is required to be in English. 11.8 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the bid. 11.9 All pages of the Bid being submitted must be signed and sequentially numbered by the Bidder.

- - 17

11.10 All information in the offer must be in English, information in any other language must be accompanied by its authenticated translation in English. Failure to comply with this may render the offer liable to be rejected. In the event of any discrepancy between the offer in a language other than English and its English translation, the English translation will prevail.

12. Bid Prices 12.1 IN CASE OF IMPORT, THE TENDERERS ARE REQUIRED TO QUOTE FOB & CIF VALUE SEPARATELY IN THE PRICE BID DOCUMENT DULY MENTIONING THE BREAKUP DETAILS FOR FREIGHT & INSURANCE. THIS CONDITION SHOULD BE STRICTLY ADHERED TO FAILING WHICH THE TENDER WILL BE LIABLE TO BE SUMMARILY REJECTED. 12.2 It should be noted that payment by the ESIC towards customs duty and local levies, if any would be made on actual. The ESIC would provide appropriate forms applicable to purchases made by the ESIC. 12.3 The prices quoted by the Bidder and accepted by the ESIC shall hold good till the completion of the works and no additional claims will be admissible on account of any price variation or fluctuation in market rates. 12.4 Payments made consequent to any notified change in custom duties, excise duties and sales tax (both increase and decrease) shall be to the Purchaser’s (ESIC) account. For such claims of variation, the Bidder shall produce the Government notification as documentary evidence. Price variation due to any other cause shall be on Bidder's account. 12.5 The finally selected Bidder will have to apply to the proper Government Authority for grant of requisite License /foreign exchange for such items as required and the ESIC will only render such assistance, as considered necessary. 12.6 The firm has to provide the breakup expenditure of different quoted items as well as total expenditure clearly for the system. 12.7 The tenderer supplying indigenous goods or already imported goods shall quote only in Indian Rupees. 12.8 For imported goods if supplied directly from abroad, prices shall be quoted in any freely convertible currency say U.S. Dollar, Euro, GBP or Yen. As regards price(s) for allied services, if any required with the goods, the same shall be quoted in Indian Rupees only if such services are to be performed /undertaken in India. Commission for Indian Agent, if any and if payable shall be indicated in the space provided for in the price schedule and will be payable in Indian Rupees only. 12.9 Tenders, where prices are quoted in any other way shall be treated as non - responsive and rejected.

13. Contents of Bid The Bid prepared by the Bidder shall comprise of the following two components: a) Techno-Commercial Bid comprising of the following and to be filled on the format sheets provided in the tender document. This is mandatory:-

i) Bidders particulars (Annexure-A) ii) Bid Form (Annexure -B) iii) Bidder profile (Annexure -C) iv) Manufacturers’ Authorization Form (Annexure – D)

- - 18

v) Proforma of Guarantee for supply of spares during the post warranty period

(Annexure -E) vi) Performance statement (Annexure – F)

vii) Equipment and Quality Control in the enclosed (Annexure ’G’). viii) Site Layout Preparation Plan.

b) Financial Bid/price to be submitted separately in the company’s letter head duly signed & sealed by their authorized signatory /ies in the Format as prescribed in Price Schedule A to E. Bidders can quote either for CT Scan or MRI separately or for both machines together. However, Bidder quoting for both the machines should give price bid of each machine separately.

14. Procedure for Submission of Bids

14.1 It is proposed to have a Two Cover System for this tender a) Techno-Commercial Bid (2 copies) in one cover b) Financial Bid (2 copies) in one cover

14.2 Each copy of Techno-Commercial Bid of the Tender should be covered in a separate sealed cover super-scribing the wordings "Techno-Commercial Bid". Each copy should also be marked as "Original" & "Duplicate ". Both the copies should be put in a single sealed cover super-scribing the wordings "Techno-Commercial Bid". In the event of any discrepancy between them, the original shall govern.

PLEASE NOTE THAT PRICES SHOULD NOT BE INDICATED IN THE TECHNO COMMERCIAL BID. TENDERS SUBMITTED WITHOUT FOLLOWING THE TWO BID SYSTEM PROCEDURE WILL BE SUMMARILY REJECTED.

14.3 Each copy of Price Bid of the tender should be covered in a separate sealed cover super scribing the wordings "Price Bid". Each copy should also be marked as "Original" & "Duplicate". Both the copies should be put in a single sealed cover super-scribing the wordings "Commercial Bid". In the event of any discrepancy between them, the original shall govern.

14.4 Both the Techno-Commercial Bid cover and Commercial Bid cover prepared as above are to be kept in a single sealed cover super scribed with Tender Number.

14.5 The cover thus prepared should also indicate clearly the name and address of the Bidder.

14.6 Each copy of the tender should be a complete document and should be bound as a volume. Different copies must be bound separately.

14.7 The sealed cover as mentioned at Clause 14.4 above shall be deposited with the Deputy Medical Commissioner, ESIC Headquarters office, Panchdeep Bhawan, CIG Road, New Delhi – 110 002.

15. Opening of Bids

15.1 The bids will be opened in the presence of Bidders/representatives who choose to attend on the date and time as mentioned. The Bidders/ representatives who are present shall sign a register evidencing their attendance. The Bidder's representatives shall furnish letter of authority from their principal to attend the bid opening. Financial bids of Bidders whose bids are found technically suitable (after the presentation, if any,) only will be opened. The decision of the Technical Evaluation Committee (TEC) on technical suitability shall be final and shall not be opened for discussion.

16. Award of Contract Prior to the expiry of the period of bid validity, the ESIC will notify the finally selected Bidder in writing by registered letter or by cable or telex or fax, to be confirmed in writing by registered letter or by Hand in person, that its bid has been accepted. If a

- - 19

need for extension of the bid validity period arises, it should be extended by mutual agreement. The notification of award will constitute the formation of the Contract.

17. Signing of Contract 17.1 Within 10(ten) days from the date of issue of purchase order, the finally selected Bidder shall sign the Contract with the Medical Superintendent of the respective ESI Hospital at the locations mentioned. The finally selected bidder shall carry, along with him, the power of attorney, the contract performance bank guarantee as mentioned at Clause 11.3 and common seal etc. for signing the contract. The performance security shall be denominated in Indian Rupees and the validity of the Bank Guarantee will be for a period up to sixty (60) days beyond Warranty Period. 17.2 Without prejudice to any legal remedy, failure of the finally selected Bidder(s) to comply with the requirement of Clause 7.3 (a) or Clause 7.3 (b) shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event the ESIC may make the award to the next lowest evaluated Bidder or call for new bids.

18. Inspection and Tests The ESIC or the Agency authorized by the ESIC shall have the right to inspect and/or test the equipment for conformity to the Contract Specifications. 18.1 In case any inspected or tested equipments fail to conform to the specifications, the ESIC may reject them and the manufacturer shall replace the rejected equipments or make all alterations necessary to meet specification requirements free of cost at the discretion of ESIC. 18.2 The manufacturer shall provide installation and standard tests for the individual equipment before the delivery of the system at site. 18.3 The manufacturer shall test each individual equipment and the complete system after installation at site and prepare a test report. This shall be compared with the factory test report to ensure that there is no deterioration in the equipment parameters during storage, transportation and installation. 18.4 Leaflets and literature should invariably be attached for ready references along with complete documentation of all the measurements conducted during installation period which shall be submitted by the manufacturer for future reference. 18.5 The technical problems faced during installation, testing and commissioning period and their solutions shall be submitted by the supplier at the time of handing over the completed works. 18.6 For the purpose of taking over the equipment/system supplied pursuant to this contract, an acceptance test shall be carried out at the respective ESI Hospitals / Consignees destination site. The equipment which meets the acceptance test shall only be accepted by the ESIC. 18.7 (a) Acceptance Test at site shall be conducted of individual equipment and complete system to ensure that individual equipment and complete system meets the technical specifications and other operational and technical requirements of tender. (b) The ESIC shall have the right to reject any individual equipment or complete system, if in its opinion the same does not meet technical specifications, operational or technical requirements. The decision of the ESIC in this regard shall be final. (c) The delivery, installation or commissioning shall not be deemed to have been completed unless all the equipments and systems are accepted by the ESIC.

- - 20

18.8 Before the equipment is taken over by the respective ESI Hospitals/Consignee, the manufacturer shall provide manuals of the equipment/systems. This shall include the following:

i) System Interface Drawings, Wiring diagrams ii) System Interconnection and Block diagrams iii) User Operation Manuals iv) Equipment Maintenance Manuals

19. Spare Parts 19.1 The Bidder will undertake that supplies of necessary maintenance equipments and spare parts will be made available for all items/equipments and the complete system for at least ten years on a continuing basis. However, this does not relieve the manufacturer of any warranty obligations under the Contract.

19.2 The Bidder shall include in his tender, the details of essential spares, their quantity and unit prices as per schedule of requirements. Detailed explanation to confirm that quantity of spares quoted as per requirement of this clause shall be given.

19.3 In addition to the essential spares, Bidder shall indicate additional recommended quantities of spares for efficient maintenance of the equipment and the systems for a period of 5 years, after the completion of warranty period, to ensure that the quality and reliability objective is achieved. The details of which unit price and the total cost of recommended spares is based shall be included in the tender as an option. However, the cost of such recommended spares shall not be considered for tender evaluation.

20. Period of Warranty 20.1. Comprehensive warranty for a period of five years for complete CT Scan & MRI equipments including X-ray tubes, Detectors, MRI Magnet, Cooling System, Shielding System and all other components, accessories and air conditioners, etc. (wherever applicable) inclusive of labour and spares and Turnkey Work from the date of satisfactory installation, commissioning, trial run & handing over of equipments to the respective ESIC Hospitals. Post guarantee annual comprehensive maintenance contract (CMC) to cover main equipment including X-ray tubes, Detectors, MRI Magnet, Cooling System, Shielding System and all other components, accessories supplied with the unit should be quoted separately for additional five years with year wise break up. The warranty charges shall not be quoted separately otherwise the offer shall be summarily rejected.

20.2 Incremental Cost (if any) for, up gradation, if required, should form part of the contract for the Warranty and Post Warranty period. 20.3 The (manufacturer) shall set-up a maintenance base at all the three locations to provide maintenance service, of the entire system being offered, at short notice during the warranty and post warranty period. The technical maintenance personnel of the manufacturer responsible for supervision and maintenance shall be available to reach the three sites within 1 hour’s notice.

20.4 If the performance of any individual equipment or system is not satisfactory, the same shall be replaced by the manufacturer free of cost. 20.5 If it is found that to meet the performance criteria, any extra equipment is required the same will be provided free of cost by the manufacturer. 20.6 All faults appearing and their rectification shall be periodically advised to the respective ESI Hospitals, the period being not more than a month.

- - 21

20.7 Any lacuna or lacunae noticed in the functioning of the installation as a result of any design feature shall be rectified by the manufacturer free of cost. 20.8 The manufacturer shall fully associate the engineers and technicians of the ESIC during installation, testing, commissioning, operation and maintenance period.

21. After Sales Services and Maintenance Contract After sales services will be provided by the manufacturer during and after guarantee period of the equipment. Details along with the yearly maintenance charges for five year after warranty shall be forwarded.

22. Previous Installations

The names and address of the institutions/hospitals where the manufacturer has already installed/supplied the equipment indicating the dates of installations may be given (in India and abroad) along with satisfactory after sales and service reports from the users.

23. Delivery, Installation and Commissioning

23.1 Delivery of the goods at all the three sites (hospital premises) shall be completed by the manufacturer in accordance with the terms specified by the ESIC. 23.2 The installation, testing, turnkey work and commissioning of the proposed system shall be completed in accordance with the order.

23.3 Delivery Schedule:

Supply, Installation on Turnkey basis, Commissioning and Supply of Technical Manpower to Run and Operate the CT Scan and MRI Machines within 120 days from the date of Opening of LC. Scope of Incidental Services: Installation & Commissioning, Supervision, Demonstration, Trial run and Training etc.

a) Turnkey as per details in Technical Specification.

b) Comprehensive Maintenance Contract (CMC).

Required Terms of Delivery and Destination.

a) For Indigenous goods or for Imported goods if supplied from India: At Consignee Site – Insurance (local transportation and storage) would be borne by the Supplier from ware house to the consignee site for a period including 3 months beyond date of delivery

b) For Imported goods directly from abroad: The foreign tenderers are required to quote their rates on CIF Named Port of Destination Basis giving break up of the price as per the Proforma prescribed in the Price Schedule. Purchaser will place the order on CIF Named Port of Destination basis. Insurance, local transportation and storage would be extended and borne by the Supplier from ware house to the consignee site for a period including 3 months beyond date of delivery.

Delay in the supplier’s performance

23.4 The Manufacturer shall deliver the goods and perform the services under the contract within the time schedule specified above by the ESIC.

- - 22

23.5 Any delay by the supplier in maintaining its contractual obligations towards delivery of goods and performance of services shall render the supplier liable to any or all of the following sanctions:

(i) imposition of liquidated damages, (ii) forfeiture of its performance security and (iii) termination of the contract for default.

23.6 If at any time during the currency of the contract, the Manufacturer encounters conditions hindering timely delivery of the goods and performance of services, the Manufacturer shall promptly inform ESIC in writing about the same and its likely duration and make a request to ESIC for extension of the delivery schedule accordingly. On receiving the Manufacturer’s communication, ESIC 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 Manufacturer’s contractual obligations by issuing an amendment to the contract.

23.7 When the period of delivery is extended due to unexcused delay by the Manufacturer, the amendment letter extending the delivery period shall, inter alia contain the following conditions:

(a) ESIC shall recover from the Manufacturer, liquidated damages on the goods and services, which the Manufacturer has failed to deliver within the delivery period stipulated in the contract.

(b) That no increase in price on account of any ground, whatsoever, including any stipulation in the contract for increase in price on any other ground and, also including statutory increase in or fresh imposition of customs duty, excise duty, sales tax/ VAT, Service Tax and Works Contract Tax or on account of any other tax or duty which may be levied in respect of the goods and services specified in the contract, which takes place after the date of delivery stipulated in the contract shall be admissible on such of the said goods and services as are delivered and performed after the date of the delivery stipulated in the contract.

(C) But nevertheless, ESIC shall be entitled to the benefit of any decrease in price on account of reduction in or remission of customs duty, excise duty, sales tax/ VAT, Service Tax and Works Contract Tax or any other duty or tax or levy or on account of any other grounds, which takes place after the expiry of the date of delivery stipulated in the contract.

23.8 The Manufacturer shall not dispatch the goods after expiry of the delivery period. The Manufacturer is required to apply to ESIC for extension of delivery period and obtain the same before dispatch. In case the Manufacturer dispatches the goods without obtaining an extension, it would be doing so at its own risk and no claim for payment for such supply and / or any other expense related to such supply shall lie against ESIC. Liquidated damages 23.9 If the Manufacturer fails to deliver any or all of the goods or fails to perform the services within the time frame(s) incorporated in the contract, ESIC shall, without prejudice to other rights and remedies available to ESIC under the contract, deduct from the contract price, as liquidated damages, a sum equivalent to 0.5% per week of delay or part thereof on delayed supply of goods and/or services until actual delivery or performance subject to a maximum of 10% of the contract price. Once the maximum is reached ESIC may consider termination of the contract.

24. Incidental Services

24.1 The manufacturer is required to provide Hardware and Software up gradation from time to time, at mutually agreed terms. During warranty all Software updated version / up gradations are to be provided at free of cost to ESIC. 24.2 Further, any bugs/shortcomings detected by the ESIC / user as well as the manufacturer himself shall be rectified at free of cost to ESIC beyond warranty period

- - 23

25. Site Preparation 25.1 The site for installation of the equipment shall be provided by the ESIC as per the required specification and environmental conditions before the installation of System. 25.2 Site Plan and System layout plan for carrying out civil/electrical work or other related works shall be prepared by the manufacturer. 25.3 Earthing arrangements for all the equipment shall be completed as per standard practice by the manufacturer.

26. Termination for default

The ESIC may without prejudice to any other remedy for breach of contract, by written notice of default sent to the manufacturer, terminate the contract in whole or in part.

i) If the manufacturer fails to deliver or install system within the time period(s) specified in the contract. OR ii) If the manufacturer fails to perform any other obligation(s) under the contract.

27. Use of Contract Document & Information The manufacturer shall not, without the prior written consent of ESIC, disclose the contract, or any provision thereof, or any specification, plan, drawing, pattern, sample of information furnished by or on behalf of the ESIC in connection therewith, to any person other than a person employed by the manufacturer in the Performance of the contract

28. Property Rights The manufacturer shall indemnify the ESIC against all third party claims of infringement of patent, copyright, trademark, license of industrial design rights, software piracy arising from use of the goods or any part thereof in the ESIC.

29. Payment

29.1 Payment Terms Payment shall be made subject to recoveries, if any, by way of liquidated damages or any other charges as per terms & conditions of contract in the following manner. A) Payment for Domestic Goods Or Foreign Origin Located Within India. Payment shall be made in Indian Rupees as specified in the contract in the following manner: a) On delivery: 75 %(Seventy Five per cent) payment of the contract price shall be paid on receipt of goods in good condition and upon the submission of the following documents: (i) Four copies of supplier’s invoice showing contract number, goods description, quantity, unit price and total amount; (ii) Consignee Receipt Certificate as per Annexure – I in original issued by the authorized representative of the consignee; (iii) Two copies of packing list identifying contents of each package; (iv) Inspection certificate issued by the nominated Inspection agency, if any. (v) Certificate of origin. b) On Acceptance: Balance 25 % (Twenty Five Per Cent) payment would be made against ‘Final Acceptance Certificate’ as per Annexure – J of goods to be issued by the consignees subject to recoveries, if any, either on account of non-rectification of defects/deficiencies not attended by the Manufacturer or otherwise.

B) Payment for Imported Goods: Payment for foreign currency portion shall be made in the currency as specified in the contract in the following manner:

- - 24

a) On Shipment: Seventy Five (75) % (Seventy Five Per Cent) of the net CIF price (CIF price less Indian Agency commission) of the goods shipped shall be paid through irrevocable, non-transferable Letter of Credit (LC) opened in favour of the Manufacturer in a bank in his country and upon submission of documents specified hereunder: (i) Four copies of Manufacturer’s invoice showing contract number, goods description, quantity, unit price and total amount; (ii) Original and four copies of the negotiable clean, on-board Bill of Lading/Airway bill, marked freight pre paid and four copies of non-negotiable Bill of Lading/Airway bill; (iii) Four Copies of packing list identifying contents of each package; (iv) Insurance Certificate and documents also to be submitted for payment of LC confirming that dispatch documents has already been sent to all concerned as per the contract within 24 hours; (v) Manufacturer’s/Supplier’s warranty certificate; (vi) Inspection certificate issued by the nominated inspection agency, if applicable as per contract; (vii) Manufacturer’s own factory inspection report and (viii) Certificate of origin by the chamber of commerce of the concerned country; (ix) Inspection Certificate for the despatched equipments issued by recognized/ reputed agency like SGS, Lloyd or equivalent (acceptable to the ESIC) prior to despatch. (x) Certificate of origin b) On Acceptance: Balance payment of 25% of net CIF price of goods. Payment of Incidental Costs till consignee site & Incidental Services (including Installation, turnkey work & Commissioning, Supervision, Demonstration and Training) will be paid in Indian Rupees would be made against ‘Final Acceptance Certificate’ as per Annexure-J to be issued by the consignees through irrevocable, non-transferable Letter of Credit (LC) opened in favour of the Foreign Principal in a bank in his country, subject to recoveries, if any.

C) Payment of Turnkey : Turnkey payment will be made to the Manufacturer in Indian rupees indicated in the relevant Price Schedule (as per prevailing rate of exchange ruling on the date of Contract) and shall not be subject to further escalation / exchange variation.

D) Payment for Annual Comprehensive Maintenance Contract Charges: The consignee will enter into CMC with the supplier at the rates as stipulated in the contract. The payment of CMC will be made in Indian Rupees on six monthly basis after satisfactory completion of said period, duly certified by the consignee on receipt of bank guarantee for an amount equivalent to 2.5 % of the original cost of the equipment as per contract in the prescribed format given in Annexure – H valid till 2 months after expiry of entire CMC period.

29.2 The Manufacturer shall not claim any interest on payments under the contract. 29.3 Where there is a statutory requirement for tax deduction at source, such deduction towards income tax and other tax as applicable will be made from the bills payable to the Supplier at rates as notified from time to time.

29.4 Irrevocable & non – transferable LC shall be opened by the ESIC. However, if the supplier requests specifically to open confirmed LC, the extra charges would be borne by the Manufacturer. If LC is required to be extended and/or amended for reasons not attributable to the ESIC/consignee, the charges thereof shall be borne by the supplier.

29.5 The payment shall be made in the currency / currencies authorised in the contract.

29.6 The Manufacturer shall send its claim for payment in writing, when contractually due, along with relevant documents etc., duly signed with date, to respective consignees.

29.7 While claiming payment, the Manufacturer is also to certify in the bill that the payment being claimed is strictly in terms of the contract and all the obligations on the part of the supplier for claiming that payment has been fulfilled as required under the contract.

29.8 While claiming reimbursement of duties, taxes etc. (like sales tax, excise duty, custom duty) from the ESIC, as and if permitted under the contract, the Manufacturer shall also certify that, in case it gets any refund out of such taxes and duties from the concerned authorities at a later date, it (the Manufacturer) shall refund to the purchaser forthwith.

- - 25

29.9.1 In case where the Manufacturer is not in a position to submit its bill for the balance payment for want of receipted copies of Inspection Note from the consignee and the consignee has not complained about the non-receipt, shortage, or defects in the supplies made, balance amount will be paid by the paying authority without consignee’s receipt certificate after three months from the date of the preceding part payment for the goods in question, subject to the following conditions:

(a) The Manufacturer will make good any defect or deficiency that the consignee (s) may report within six months from the date of despatch of goods. (b) Delay in supplies, if any, has been regularized. (c) The contract price where it is subject to variation has been finalized. (d) The Manufacturer furnishes the following undertakings:

“I/We, __________________ certify that I/We have not received back the Inspection Note duly receipted by the consignee or any communication from the purchaser or the consignee about non-receipt, shortage or defects in the goods supplied. I/We ______ agree to make good any defect or deficiency that the consignee may report within three months from the date of receipt of this balance payment.

Letter of Credit will be opened on CIF Value, for full amount, after deducting the

Agency Commission/Technical Service Charges. 75% payment shall be released

against a performance Bank Guarantee valid for 60 (sixty) days beyond the warranty period of five years for 10 % value from any Scheduled Indian Bank.

The ESIC shall make all reasonable and due efforts to pay the Indian Agency Commission at the earliest possible after 3 months of satisfactory installation/commissioning and handing over of the system in good working condition and meeting any other requirements for payment of the Agency commission. The rate of exchange applicable for converting agency commission into equivalent Indian Rupees shall be the selling rate prevalent on the date of letter of credit(LC). The Indian Agency Commission will be paid in Indian Currency (Rupees) to the Indian Agents. 29.9.2 Monthly bills at the agreed rates in respect of Technical Manpower supplied to Run and Operate the CT Scan and MRI Machines will be raised by the Manufacturer to the respective Medical Superintendent by 5th of every month for payment.

30. Packing and Marketing Best trade packing suitable for safe Rail/Road/Air/Sea transit shall be used subject to packing and marking being acceptable to the Inspecting Authority. (a) The manufacturer shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the contract. The packing shall be sufficient to withstand without limitation, rough handling during transit and exposure to extreme temperature, salt and precipitation during transit and open storage. Packing case, size and weights shall take into consideration, where appropriate, the remoteness of the Goods final destination and absence of heavy handling facilities at all points in transit. (b) The packing marking shall show the description of quantity of contents, the name of the consignee and address, the gross weight and distinctive number of mark sufficient for purpose of identification. Each package shall contain:

(C ) A packing note quoting the name of the respective ESI Hospital. ii) The number and date of order iii) Nomenclature of the goods

- - 26

iv) Schedule of parts of each complete equipment giving part number with reference to assembly.

Notwithstanding anything stated in this clause, the manufacturer shall be entirely responsible for loss, damage, deterioration, depreciation of the goods due to faulty packing.

31. PREPARATION AND DELIVERY OF TENDER. Tender documents must be signed by the tenderers in full along with their stamp.

32. Arbitration: If, at any time, any question, dispute or difference whatever shall arise between the two parties (ESIC on the one hand and Manufacturer/Vendor on the other hand) in relation to the purchase either of the parties may give to the other notice in writing of the existence of such a question, dispute or difference and the same shall be referred to two arbitrators, one to be nominated by the Director General, ESIC and the other to be nominated by the firm. Such a notice of the existence of any question, dispute or difference in connection with this purchase shall be served by either party within 30 days of the beginning of such dispute failing which all rights and claims shall be deemed to have been forfeited and absolutely barred. Before proceeding with the reference the arbitrators shall appoint/nominate an Umpire. In the event of the arbitrators not agreeing in their award the Umpire appointed by them shall enter upon the reference and his award shall be binding on the parties. The venue of the arbitrator shall be at ESIC Headquarters Office, New Delhi. The provision of the Indian Arbitration and Reconciliation Act 1996 and of rules framed if under and any statutory modification thereof shall be deemed to apply and be incorporated for the supply, installation and commissioning etc. as also supply of Manpower for running the machines. Upon every or any such reference, the cost of any incidents to the reference and award(s) respectively shall be at the discretion of the arbitrators or in the event of their not agreeing, of the Umpire appointed by them who may determine the amount thereof or direct the same to be fixed as between solicitors and client or as between parties and shall direct by whom and in what manners the same shall be borne and paid.

33. Jurisdiction

The courts at Delhi will have the jurisdiction to try any matter, dispute or reference between the parties arising out of the contract. It is specifically agreed that no court outside Delhi shall have jurisdiction in the matter.

34. Force Majeure Any failure of omission or commission to carry our the provision of the contract by the manufacturer shall not give rise to any claim by any party, one against the other, if such failure of omission or commission arises from an act of God, which shall include all acts of natural calamities such as fire, flood, earthquake, hurricane or any pestilence or from civil strikes, compliance with any statute and/or regulation of the Government, lockouts and strikes, riots, embargo or from any political or other reasons beyond the Manufacturer’s control including war (Whether declared or not) civil war or state or insurrection, provided that notice or the occurrence of any event by either party to the other shall be given within two weeks from the date of occurrence of such an event which could be attributed to Force Majeure conditions.

- - 27

35. Termination for Insolvency

The ESIC may at any time terminate the contract by giving written notice to the manufacturer, without compensation, if the manufacturer becomes bankrupts or otherwise insolvent (which events shall of themselves be a breach of the contract on the part of the manufacturer), provided such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser.

36. Termination for Convenience 34.1 The ESIC, may by written notice sent to the manufacturer terminate the contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser's(ESIC) convenience, the extent to which performance of work under the contract is terminated becomes effective. The good that are complete and ready for shipment within 30 days after the manufacturer’s receipts of notice of termination shall be purchased by the ESIC at the contract terms and prices. For remaining goods the ESIC may elect. a) To have any portion completed and delivered at the contract terms and prices; and / or b) To cancel the remainder

37. Government Language

The contract shall be written in the language of the bid (English Language) as specified by the Purchaser. All correspondence and other documents pertaining to the contract shall be in English Language.

38. Supply of manpower

The manufacturer shall supply technical manpower as per Annexure – K to run and operate CT Scan and MRI machine for at least five years. Training of the staff will be responsibility of the firm at the expense of the firm.

39. Up time guarantee:

The firm should provide uptime guarantee of 95%. 40. Downtime penalty Clause

40.1 During the comprehensive warranty period, the guarantee uptime of 95% of 365 days will be ensured. In case the down time exceeds the 5% limit penalty of extension of warranty period by two days for each additional day of down time will be enforced. The vendor must undertake to supply all spares for optimal upkeep of the equipment for the life time after completion of period of CMC. If accessories/other attachment of the system are procured from the third party, then the vendor must produce cost of accessory/other attachment and the CMC from the third party separately along with the main offer and the third party will have to sign the CMC with the ESIC if required. 40.2 The principals or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to support the uptime guarantee.

- - 28

SPECIAL TERMS AND CONDITIONS FOR TENDER SUBMISSION

1. A proof of ownership/partnership etc. shall be submitted along with verification of address, telephone & fax numbers. 2. The attested copies of latest Income tax clearance certificate and VAT/Sales Tax certificate, if applicable, should be submitted in absence of which tender shall be rejected. 3. The tenderer / bidder should submit statement of financial standing from their bankers. The name of the bank along with full address is to be furnished. 4. The manufacturer should submit a statement of overall turnover for the previous three years along with a copy of the annual report and accounts for each of the last three years. 5. The tenderer / bidder is also required to submit performance report from other similar organizations where the firm is registered for supply and erection of similar projects of hospital equipments/System. The manufacturer will also submit list of organizations where the System has been installed by the firm in the last three years. 6. The tenderer / bidder has to give a certificate that the firm has not been blacklisted in the past by any Institution - Government/Private. 7. The tenderer is also requested to submit authority letter from manufacturers/principals of supplying equipment/drugs without which tender will not be considered. 8. The tenderer/bidder has to give an affidavit on a non-judicial stamp paper that there is no vigilance/CBI case pending against the firm/manufacturer. 9. If the tenderer/bidder gives a false statement on any of the above information the firm/ manufacturer will not be considered and their quotation/tender shall be rejected and the security deposited shall be forfeited. 10. The ESIC will have the right to reject any tender without assigning any reason. 11. The manufacturer should submit all the quotations directly or through their authorized distributor provided the manufacturer accepts responsibility for any lapse on the part of distributor and authorization certificate must be enclosed. 12. Quality assurance certification like ISO 9000 series should be enclosed wherever applicable.

- - 29

ANNEXURE-A

To be enclosed with Techno-Commercial Bid

BIDDER PARTICULARS Bidder Serial Number Allotted on Tender Document : 1. Name of the Bidder / Manufacturer : 2. Address(es) of the Bidder / Manufacturer : 3. Name and address of the person : To whom all references shall be Made regarding this tender inquiry.

Telephone :

Telex :

Fax :

e-mail address :

Witness :

Signature Signature Name Name Address Designation Company Date Date

Company Seal

- - 30

ANNEXURE-B

To be enclosed with Techno-Commercial Bid

BID FORM

Dated:………..

To

The Deputy Medical Commissioner, ESI Corporation, Headquarters Office, Panchdeep Bhawan, CIG Road, New Delhi-110002.

Sir, Having examined the Bidding Documents of Tender No.__________ undersigned offer

to supply, install, commission, operate and maintain_______________________ and

we undertake, if our bid is accepted, to complete delivery of all the items specified

in the contract within 15 days calculated from the date of Issue of your Letter of

Award of Contract and to complete the Supply, Installation on Turnkey basis,

Commissioning and Supply of Technical Manpower to Run and Operate the CT Scan and

MRI Machines at the Consignee’s Site within 120 days from the date of Opening of

Letter of Credit by the ESIC.

Signature and Seal

...........................

(In the capacity of)

Only Authorized to sign bid for and on behalf of......……………………

- - 31

ANNEXURE-C

To be enclosed with Techno-Commercial Bid

BIDDER PROFILE

A. General Information (i) Location of Corporate Headquarters : (ii) Date and Country of Incorporation : (iii) Manufacturing Facility (S)

Location Size Capacity

(IV) No. of Service Facility(S) in India

Location Strength Area Covered

(V) Average yearly turnover for last three years : (VI) Geographical Distribution of the manufacturer :

No. of Offices Locations Staff strength

(VII) Total No. of installations of the system offered. (VIII) No. of Employees

Total No. Manufacturing R&D (If any)

Hardware Maintenance

Software B. Reference of Major installation with similar products (attach documents in support, _____________________________________________. Customer Name, Address Product Description Telephone Fax Number (No. of Machines installation year wise) ________________________________________________________ ________________________________________________________ Date:……….. Signature and seal of bidder

- - 32

ANNEXURE-D

To be enclosed with Techno-Commercial Bid

PROFORMA FOR AUTHORITY FROM MANUFACTURERS No. ………. Dated …………….. To

The Deputy Medical Commissioner, ESI Corporation, Panchdeep Bhawan, CIG Road, New Delhi-110002.

Dear Sir, Sub : Tender No. ………… We ………………… An established and reputed manufacturers of ………………. having factories at …………………… and office at M/s. …………………….. (Name and Address of the Authorized representative) to represent us, to tender, negotiate and conclude the contract on our behalf with : you against Tender no……………………. No company/firm or individual other than M/s. …………………………. are authorized to represent us in regard to this business against this specific tender.

Yours faithfully,

Signature and seal

Name…………………..

For & on behalf of M/s.

……………………………….. (Name of Manufactures)

Note : This letter of authority should be on the letter head of the manufacturing concern and should be signed by a person competent and having the power of attorney to bind the manufacturers.

- - 33

ANNEXURE-E

To be enclosed with Techno-Commercial Bid

PROFORMA OF GUARANTEE FOR SUPPLY OF SPARES DURING POST WARRANTY PERIOD

To

The Deputy Medical Commissioner, ESI Corporation, Panchdeep Bhawan, CIG Road, New Delhi-110002.

Dear Sir, In consideration of the (hereinafter referred to as "ESIC(Purchaser)" which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assignees) having awarded to M/s…………………............ with its Registered/Head office at …………………….............. (Hereinafter referred to as the "Manufacturer" which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees), a contract by issue of the Purchaser's(ESIC) letter of Award no………........ dated entering into a formal contract to that effect with the Purchaser on .......……………….. vide agreement dated…………........ (Hereinafter referred to as the contract). We the manufacturer hereby give a guarantee for the supply of all necessary spares demanded for the routine and emergency maintenance of being supplied by us to for a period of not less than 5 years after the warranty period of 5 years and life time spares thereafter in case asked for by the ESIC. We further clarify that for the first 5 years i.e. warranty period of 5 years, we are covered by the warranty clause as mentioned. For the remaining period of 5 Years and thereafter for the life time, a detailed list of spares will be supplied to the ESIC for the purpose of enabling him to decide spares needed for routine and emergency maintenance. Dated.............................. day of...................20................ Witness :

(Name of Manufacturer)

Signature and Seal (Signature)

Name :

For & on behalf of M/s

- - 34

ANNEXURE - F

PROFORMA FOR PERFORMANCE STATEMENT

(For the period of last three years)

Tender Reference No .: _________________________________

Date of opening : _________________________________

Time : _________________________________

Name and address of the Tenderer : _________________________________

Name and address of the manufacturer : _________________________________

Date of completion of Contract

Order placed by (full address of Purchaser)

Order number and date

Description and quantity of ordered goods and services

Value of order (Rs.)

As per contract

Actual

Remarks indicating reasons for delay if any

Have the goods been functioning Satisfactorily (attach documentary proof)**

1 2 3 4 5 6 7 8

Signature and seal of the Tenderer

** The documentary proof will be a certificate from the consignee/end user with cross-reference of order no. and date in the certificate along with a notarized certification authenticating the correctness of the information furnished. If at any time, information furnished is proved to be false or incorrect, the earnest money furnished will be forfeited

- - 35

ANNEXURE - G

Quality Control Requirements

(Proforma for equipment and quality control employed by the manufacturer(s)

Tender Reference No.

Date of opening

Time

Name and address of the Tenderer :

Note: All the following details shall relate to the manufacturer(s) for the goods quoted for. 01 Name of the manufacturer

a. full postal address b. full address of the premises c. telegraphic address d. telex number e. telephone number f. fax number

02 Plant and machinery details

03 Manufacturing process details

04 Monthly (single shift) production capacity of goods quoted for

a. normal b. maximum

05 Total annual turn-over (value in Rupees) 06 Quality control arrangement details

a. for incoming materials and bought-out components b. for process control c. for final product evaluation

07 Test certificate held

a . type test b . BIS/ISO certification c . any other

08 Details of staff

a. technical b skilled c unskilled

Signature and seal of the Tenderer

- - 36

ANNEXURE – H

BANK GUARANTEE FORM FOR PERFORMANCE SECURITY / CMC SECURITY

To

The Deputy Medical Commissioner, ESI Corporation, Panchdeep Bhawan, CIG Road, New Delhi-110002.

WHEREAS _____________________________ (Name and address of the supplier) (Hereinafter called “the supplier”) has undertaken, in pursuance of contract 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 recognized by you for the sum specified therein as security for compliance with its obligations 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 there under 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 up to 62 (sixty two) months from the date of Letter of Award i.e up to ----------- (indicate date)

…………………………….

(Signature with date of the Authorized officer of the Bank)

………………………………………………………….

Name and designation of the officer

………………………………………………………….

………………………………………………………….

Seal, name & address of the Bank and address of the Branch

- - 37

ANNEXURE - I

CONSIGNEE RECEIPT CERTIFICATE

(To be given by consignee’s authorized representative)

The following store (s) has/have been received in good condition:

1) Contract No. & date :______________________________

2) Supplier’s Name :______________________________

3) Consignee’s Name & Address with telephone No. & Fax No. : ______________________________

4) Name of the item supplied :______________________________

5) Quantity Supplied :______________________________

6) Date of Receipt by the Consignee :______________________________

7) Name and designation of Authorized Representative of Consignee :______________________________

8) Signature of Authorized Representative of Consignee with Date :______________________________

9) Seal of the Consignee :______________________________

- - 38

ANNEXURE – J

Proforma of Final Acceptance Certificate by the Consignee

No_______________

Date_______________ To M/s ___________________

Subject: Certificate of commissioning of equipment/plant.

This is to certify that the equipment(s)/plant(s) as detailed below has/have been received in good conditions along with all the standard and special accessories and a set of spares in accordance with the contract/technical specifications. The same has been installed and commissioned.

(a) Contract No______________________________________ dated__________________

(b) Description of the equipment(s)/plants:_____________________________________

I Equipment(s)/ plant(s) nos.:_______________________________________________

(d) Quantity:________________________________________________________________

(e) Bill of Loading/Air Way Bill/Railway Receipt/ Goods Consignment Note

no_______________ dated _________________

(f) Name of the vessel/Transporter:___________________________________________

(g) Name of the Consignee:___________________________________________________

(h) Date of commissioning and proving test:____________________________________

Details of accessories/spares not yet supplied and recoveries to be made on that account.

Sl. Description of Item Quantity Amount to be recovered No.

No.

The proving test has been done to our entire satisfaction and operators have been trained to operate the equipment(s)/plant(s). The supplier has fulfilled its contractual obligations satisfactorily or The supplier has failed to fulfill its contractual obligations with regard to the following:

He has not adhered to the time schedule specified in the contract in dispatching the documents/drawings pursuant to ‘Technical Specifications’. He has not supervised the commissioning of the equipment(s)/plant(s)in time, i.e. within the period specified in the contract from date of intimation by the purchaser in respect of the installation of the equipment(s)/plant(s). The supplier as specified in the contract has not done training of personnel.

- - 39

The extent of delay for each of the activities to be performed by the supplier in terms of the contract is

The amount of recovery on account of non-supply of accessories and spares is given below

The amount of recovery on account of failure of the supplier to meet his contractual obligations is__________________ (here indicate the amount).

Signature

Name

Designation with stamp

## Explanatory notes for filling up the certificate:

He has adhered to the time schedule specified in the contract in dispatching the documents/drawings pursuant to ‘Technical Specification’. He has supervised the commissioning of the equipment(s)/plant(s) in time, i.e. within the time specified in the contract from date of intimation by the purchaser in respect of the installation of the equipment(s)/plant(s). Training of personnel has been done by the supplier as specified in the contract In the event of documents/drawings having not been supplied or installation and commissioning of the equipment(s)/plant(s) having been delayed on account of the supplier, the extent of delay should always be mentioned in clear terms.

- - 40

“ANNEXURE – K ”

MANPOWER REQUIREMENT FOR OPERATION OF CT AND MRI

For Providing Round The Clock Services

For Operation of CT For Operation of MRI 1) 8 AM to 2 PM :

Radiologists : 1 Anesthetist : 1 Physicist : 1 Application Specialist : 1 Technicians : 2

2) 2 PM to 8 PM :

Radiologists : 1 Anesthetist : 1 Technicians : 2

3) 8 PM to 8 AM : Radiologists : 1 Anesthetist : 1 Technicians : 1

8 AM to 2 PM : Radiologists : 1 Anesthetist : 1 Technicians : 2

2 PM to 8 PM : Radiologists : 1 Anesthetist : 1 Technicians : 2 8 PM to 8 AM : Radiologists : 1 Anesthetist : 1 Technicians : 1

Qualification & Experience:

1) Radiologist: M.D. Radio-diagnosis with 3 years experience in the field of CT & MRI.

2) Anesthetist: M.D. with 3 years experience. 3) Physicist: Diploma in Medical Radiation Physics from AERB. 4) Application Specialist: B.Sc. /BE Bio-Medical Science or Computer

Applications in Medical Science or equivalent. 5) Technician: 2 years Diploma in Radiography with 1 year experience in the

CT and MRI.

- - 41

PRICE SCHEDULE

A) PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED WITHIN INDIA

1 2 3 4 5 6

Price per unit (Rs.)

Schedule

Brief Description of Goods

Country of Origin

Quantity (Nos.)

Ex - factory/ Ex - warehouse /Ex-showroom /Off - the Shelf (a)

Excise Duty (if any) [%age & value] (b)

Sales Tax/ VAT(if any) [%age & value] (c)

Packing and Forwarding Charges (d)

Inland Transportation, Insurance for a period including 3 months beyond date of delivery, loading/ unloading and Incidental costs till consignee’s site (e)

Incidental Services (including Installation & Commissioning, Supervision, Demonstration and Training) at the Consignee’s site (f)

Unit Price (at Consignee Site) basis (g) =a+b+c+d+e+f

Total Price (at Consignee Site) basis (Rs.) 4 x 5(g)

Total Tender price in Rupees: ___________________________________________________________________________________________________________ In words: ____________________________________________________________________________________________________________________________ Note: - 1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail. 2. The charges for Annual CMC after warranty shall be quoted separately in Price Schedule C

Signature of Tenderer________________________

Name________________________

Business Address________________________

Seal of the Tenderer________________________

Place: ___________________________

Date: ____________________________

- - 42

PRICE SCHEDULE

B) PRICE SCHEDULE FOR GOODS TO BE IMPORTED FROM ABROAD

** To be paid in Indian Currency (Rs.) Total Tender price in foreign currency: ________________________________________________________________________________________________________ In words: __ Note: - 1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail. 2. The charges for Annual CMC after warranty shall be quoted separately in Price Schedule C 3. The Tenderer will be fully responsible for the safe arrival of the goods at the named port of entry in good condition as per terms of CIF. Indian Agent: Indian Agency Commission - ___% of FOB

Signature of Tenderer_______________________

Place: ______________________________ Name_______________________

Date: ______________________________ Business address _______________________

Seal of the Tenderer________________________

1 2 3 4 5 6

Price per unit (Currency) Schedule Brief Description of Goods

Country of Origin

Quantity (Nos.)

FOB price at port/ airport of Lading (a)

Carriage & Insurance (port of loading to port of entry) and other Incidental costs** (b)

Incidental Services (including Installation & Commissioning, Supervision, Demonstration and Training) at the Consignee’s site** (c)

Extended Insurance (local transportation and storage) from port of entry to the consignee site for a period including 3 months beyond date of delivery** (d)

Unit Price on CIF Named Port of Destination + Extended Insurance (local transportation and storage) (e) = a+b+c+d

Total price on CIF Named Port of Destination + Insurance (local transportation and storage) 4X 5 (e)

- - 43

PRICE SCHEDULE

C) PRICE SCHEDULE FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT AFTER WARRANTY PERIOD

1 2 3 4 5

Annual Comprehensive Maintenance Contract Cost for Each Unit year wise. *

1st 2nd 3rd 4th 5th

Schedule No.

Brief Description of Goods

Quantity (Nos.)

a b c d e

Total Annual Comprehensive Maintenance Contract Cost all inclusive for 5 years in Indian Rupees (3x(4a+4b+4c+4d+4e)

* After completion of Warranty period NOTE: - 1. In case of discrepancy between unit price and total prices, THE UNIT PRICE shall prevail. 2. The cost of Comprehensive Maintenance Contract (CMC) which includes preventive maintenance including testing & calibration as per technical/ service /operational manual, labour and spares, after satisfactory completion of Warranty period may be quoted for next 5 years on yearly basis for complete equipment and Turnkey (if any). 3. The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening. The taxes to be paid extra, to be specifically stated. In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later. 4. Cost of CMC will be added for Ranking/Evaluation purpose. 5. The payment of CMC will be made as per Para IV (d) of Schedule of Requirement. 6. The uptime warranty will be 95 % on 24 (hrs) X 7 (days) X 365 (days) basis or as stated Para IV (e) of Schedule of Requirement 7. All software updates should be provided free of cost during CMC period. 8. The supplier shall keep sufficient stock of spares required during Annual Comprehensive Maintenance Contract period. In case the spares are required to be imported, it would be the responsibility of the supplier to import and get them custom cleared and pay all necessary duties.

Place: ___________________________ Signature of Tenderer ___________________________________

Date: ____________________________ Name ___________________________________

Business address___________________________________

Seal of the Tenderer___________________________________

- - 44

PRICE SCHEDULE

D) PRICE SCHEDULE FOR TURNKEY AND PREPARATION OF SITE

Schedule No. Brief Turnkey description of Goods Name of the Consignee Hospital Turnkey Price in Indian Rupees

NOTE: - 1. The cost of Turnkey as per Technical Specification may be quoted on lump sum along with taxes applicable on the date of Tender Opening. The taxes to be paid extra, to be specifically stated. In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later.

2. Cost of Turnkey will be added for Ranking/Evaluation purpose.

Place: ___________________________ Signature of Tenderer ___________________________________

Date: ____________________________ Name ___________________________________

Business address___________________________________

Seal of the Tenderer___________________________________

- - 45

PRICE SCHEDULE E) PRICE SCHEDULE FOR SUPPLY OF MANPOWER FOR CT & MRI

1. FOR SUPPLY OF MANPOWER FOR CT

S.No Charges per month per shift Radiologists Anesthetist

Physicist Application Specialist Technicians Grand

Total

1. 8 AM to 2 PM 1 1 1 1 2

2. 2 PM to 8 PM 1 1 X X 2

3. 8 PM to 8 AM 1 1 X X 1

4. Total

2

FOR SUPPLY OF MANPOWER FOR MRI

S.No Charges per month per shift Radiologists Anesthetist

Physicist Application Specialist Technicians Grand

Total

1. 8 AM to 2 PM 1 1 X X 2

2. 2 PM to 8 PM 1 1 X X 2

3. 8 PM to 8 AM 1 1 X X 1

4. Total

Please see Annexure – K for Manpower Requirement. 1. Cost of Manpower will be added for Ranking/Evaluation purpose.

2. The payment of Manpower will be made in Indian Rupees.