You are on page 1of 51

File No.

TTD-104021(31)/16/2020-BIRRD - TTD

T.T.DEVASTHANAMS
TIRUPATI

eTENDER SCHEDULE FOR THE PROCUREMENT OF


Mobile X-Ray Machine

1
File No.TTD-104021(31)/16/2020-BIRRD - TTD

TIRUMALA TIRUPATI DEVASTHANAMS, TIRUPATHI


ENGINEERING DEPARTMENT
*** *** ***

e-PROCUREMENT TENDER CUM AUCTION (REVERSE TENDERING)


NOTICE INVITING TENDERS (NIT)
1 Department Name : TTD – Engineering

2 Circle : Superintending Engineer –I

3 Tender Notice No. : 48/ D3 / CE /TTD /2020-21, Dated..12.2020.

4 NIT No : 82/SE-I/TTD/2020-21

5 Name of Work : Procurement of Mobile X-Ray Machine for BIRRD


Hospital, Tirupati

Four (4) months along with 2 years Warranty and further 3


6 Period of Contract
years CAMC.
One time supply along with 02 years Warranty an further
7 Form of Contract
3 years CAMC.
8 Tender Type e Tender cum auction (Reverse Tendering)
9 Tender Category Open
10 Bid call no. 4th call
EMD Rs.1,00,000/- (drawn on/or After 09.12.2020) in the
11 EMD along with
form of DD/BG drawn in favour of the Director(FAC),
(a) tender
BIRRD Trust, TTD, Tirupati from any scheduled Bank.
The successful bidder has to pay the Further EMD @ 2
½ % of Tender Contract Value less the EMD already
11 paid at the time of Agreement by DD/BG obtained from
Further EMD
(b) any Scheduled Bank drawn in favour of Director(FAC),
BIRRD TRUST, TTD, TIRUPATI, TTD, Tirupati.

At 5% on total cost of the work in the form of Bank


guarantee (In Rupees only) drawn in favour of the
Security deposit Director(FAC), BIRRD Trust, TTD, Tirupati from any
12
scheduled Bank to be produced by the successful
Tenderer for a period of 5 years 6 months.(At the time of
entering of agreement)
13 Transaction Fee : All the participating bidders shall pay a transaction fee
(non-refundable) on- line (non-refundable) (Generated
Online) in favour M/S APTS, Vijayawada. It is
mandatory for the bidders to pay the transaction fee

2
File No.TTD-104021(31)/16/2020-BIRRD - TTD

through the Electronic payment Gateway.

14 Bid Document : 10.12.2020 from 5:00 P.M.


Downloading start
Date

15 Bid Document : 31.12.2020 up to 1:00 P.M.


Downloading End
Date & Time

16 Last Date & Time : 31.12.2020 up to 3:00 P.M.


for Receipt of Bids

17 PRE : 31.12.2020 @ 3.15 P.M.


QUALIFICATION/
TECHNICAL BID
OPENING DATE
(Qualification and
Eligibility stage)

18 Bid Validity Period : 120 Days

19 Tender inviting : Chief Engineer, TTD, Tirupati


authority i.e.
Officer inviting
bids and opening
the bids

20 Bid opening : O/o Superintending Engineer-I, 1st floor, T.T.D.Admn.


authority and Building, K.T.Road, Tirupati, Chittoor (Dist) A.P, India.
address

21 Contact Details : 0877-2264274,0877-2264400, 9704678512

22 Address/E-mail id se1ttdtpt@gmail.com
23 Date and time of
pre-bid meeting 17.12.2020 at 3.00 PM

24 Venue of pre bid O/o Chief Engineer, 1st floor, T.T.D.Admn. Building, K.T.Road,
meeting Tirupati, Chittoor(Dist) A.P, India

25 Eligibility Criterion 1. EMD as defined in NIT and scanned copy should be


attached on online in the form of Demand Draft/BG.

2. Registration Certificate in respect of the


Manufacturers and Authorization Certificate for
Principal.

3
File No.TTD-104021(31)/16/2020-BIRRD - TTD

3. The agency (Principal) should exist minimum 3


years in the related field.

4. Original Equipment Manufacturers/Authorized


dealers are only eligible to quote.

5. The firm shall have experience in supply,


installation & commissioning of similar equipment.
(Certificate of satisfactory completion from the client
shall be enclosed).(Minimum of three similar
installations shall be there and proof shall be
furnished)(If the dealer is quoting then the dealer
should have that sort of experience)

6. Self-declaration that the firm has not been black-


listed in the past by any hospital/ organization.

7. GST Registration certificate and any relevant


certificates.

8. PAN Card.

9. The proposed Mobile X-Ray Machine should be


with Valid US FDA/ European CE certificate of
the offered model with approval and
certification of utility pattern items. For other
ancillary items / works relevant ISI/ ISO/ other
relevant standards shall be followed.

10. The Tenderer should possess all requisite licenses/


registrations etc., and the same should be obtained
invariably before transacting business with
TTD/BIRRD (T) HOSPITAL. The Tenderer should
inform TTD the correct address from where the
supplies are going to be made to BIRRD (T)
HOSPITAL. The Tenderer should possess
experience certificate and other

Certificates like Registration of Firm if


applicable, authorization letter (In case of
Principal / dealer), GST registration, PAN, Last
Three years audited balance sheets etc., should
be enclosed invariably along with the tender
schedule. In case of non-submission of these

4
File No.TTD-104021(31)/16/2020-BIRRD - TTD

certificates, the TTD authorities reserve the right to


take appropriate action including the cancellation of
tender of the respective Tenderer. In this regard
the decision of TTD is final and binding on the
Tenderers without any recourse.

11. The supplier should quote the rate in INR ONLY,


along with applicable TAXES (Excluding GST) AND
F.O.R. (free on road) to the BIRRD Trust
HOSPITAL, TTD, TIRUPATI.

12. The bidders shall submit solvency certificate for not


less than Rs.20.00 Lakhs obtained from scheduled
Banks. (Not older than 12 months).

26 Procedure for Bid : A) Tender schedule can be downloaded from the web
Submission. site: https://tender.apeprocurement.gov.in

a) Intending bidders can contact O/o Superintending


Engineer-I, TTD, Tirupati for any clarification,
information on any working day during working hours.

b) All bidders shall fill out the pre-qualification checklist


and sign on the self-declaration form stating their
compliance with all the technical and financial
pre-qualification criteria
c) EMD Rs.1,00,000/- in the form of DD/BG drawn in
favour of the Director(FAC), BIRRD Trust, TTD,
Tirupati from any scheduled Bank.
d) All bidders shall upload documents in the e-
Procurement portal validating their declarations under
the technical and commercial pre-qualification criteria
laid out in the checklist.
e) The bidders shall quote their initial price offer at the
prescribed field / place provided in the e-market
place.
f) The bidder shall sign on all the documents uploaded
by him including EMD owning responsibility for their
correctness / authenticity and upload along with
Tender.
g) The system shall carry initially the evaluation based
on the information furnished in the given templates
with regard to both technical and commercial pre-
qualification criteria and the declaration up loaded by
the bidder.
h) Successful bidder shall furnish the original hard

5
File No.TTD-104021(31)/16/2020-BIRRD - TTD

copies of all the documents / certificates /statements,


DD/ BG uploaded by him before concluding
agreement and stipulated time.
i) If the successful bidder fails to submit the original
hard copies of up loaded certificates / documents,
DD/ BG towards EMD within the stipulated time or if
any variation is noticed between the up loaded
documents and the hard copies submitted by the
bidder, the bidder will be suspended from
participating in the tenders on e-procurement platform
for a period of 3 years as per G.O.Ms.No. 174, Dated
01.09.2008. If any of the documents furnished by the
bidder are found to be false / fabricated / bogus, at
any time the bidder will be black listed and the EMD
will be forfeited.
j) e-procurement corpus fund: The successful bidder
shall pay 0.04% of estimate contract value towards e-
procurement corpus fund in the shape of demand
draft in favour of Managing Director, Andhra Pradesh
Technology Services, Vijayawada on or before
concluding the agreement.
27 E- Auction : After identifying the eligible agencies / bidders, they only
(Reverse will be eligible to participate in e-auction process on e -
Tendering) procurement plat form in terms of guidelines issued vide
G.O.Ms.No.67, WR (Reforms) Dept., Dt.16.08.2019.

a) After identification of the L-1 Initial Price Offer,


eligible (those who have Qualified in the technical bid
stage based on the evaluated from the credentials
scanned in the e-procurement platform) bidders shall
be transferred to the Reverse Auction Platform.

b) The initial period of the Reverse tendering process


will start after 3 hours, following which there will be
auto extensions of time by 15 minutes in case of any
reduction in bids recorded in the prior 15 minutes.

c) Decrements made in each subsequent bid shall not


be less than 0.1% of the IBM / ECV uploaded.

d) After completion of Reverse auction, the L1 bidder in


the reverse auction must attach break up sheet for the
L1 price quoted as per the price bid format available in
the tender document in eProcurment portal within one
hour after closing of Reverse auction (There is a
provision to attach the Price bid format in eProcurement
system after completion of Reverse auction within one
hour)

6
File No.TTD-104021(31)/16/2020-BIRRD - TTD

28 Conclusion of the : a) The L-1 bidder is decided only after the finishing of the
Reverse reverse tendering process from the qualified bidding in
Tendering e-procurement platform.
Process
b) Only the current L-1 bid shall be visible to all bidders
who may revise their bids until the end of process.

29 Special conditions : 1 The Scope of Work shown above is only indicative and
detailed scope has been described in the Bid
Document.

2 The time for supply, installation & commissioning of the


equipment is 4 months, followed by warranty Period of
24 months after successful commissioning of the
equipment. CMC shall be provided for further 3 years
after completion of 24 months warranty period.

3 Issue of Bid Document will not automatically construe


the eligibility of the Contractor(s) for participation in the
subsequent Bidding process and will be determined
during evaluation.

4 TTD/BIRRD TRUST reserves the right to accept or


reject any or all the Bids without assigning any reason
whatsoever.

5 The dates stipulated in the NIT are firm and under no


circumstances they will be relaxed unless officially
extended / notified.

6 The Contractors shall submit their Bids online only. Any


sort of difficulties or the problems in the internet, web
site in submission of tenders, the Employer is not
responsible.

7. The Contractor shall submit a copy of valid GST


registration certificate issued by the registration
authority.

8. The Contractor shall submit copy of PAN card and


copy of latest Income Tax return submitted to IT
Department along with proof of submission.

9. Any other condition regarding receipt of Bids in


conventional method appearing in the Bid documents
may please be treated as not applicable.

10. The Contractors should invariably upload the

7
File No.TTD-104021(31)/16/2020-BIRRD - TTD

scanned copies of Bid Security and experience


certificates and other relevant documents duly signed
by them.

11. The successful bidder has to pay the Further EMD @


2 ½ % of Tender Contract Value less the EMD already
paid at the time of Agreement by DD/BG obtained from
any Scheduled Bank drawn in favour of Director(FAC),
BIRRD TRUST, TTD, TIRUPATI, TTD, Tirupati.

12. Successful Tenderer shall be required to pay


Security deposit at 5% of the total cost of the
equipment to be supplied insurance Freight (CIF) or
Free on Road (FOR) value inclusive of the all taxes in
the form of Demand Draft or Bank Guarantee from any
scheduled bank from the date of placement of
purchase order and shall execute an agreement for
faithful and satisfactory performance of contract. The
TTD will supply the specimen of the agreement. The
security deposit paid in the form of BG shall be valid
for 5 years 6 months. The Security deposit will be
returned only after satisfactory completion of the
comprehensive warranty period of 5 years.

13. Bids shall be valid for a period of 4 months from the


last date of submission of Bids. Before expiry of
validity, the authority who called the tenders, shall
seek for further extension of validity from the
Contractors and in case the validity is not extended
by any Contractor, his Bid shall not be considered
after such expiry and his Bid Security shall be
returned.

14. All necessary permissions / clearances / approvals


are to be processed and obtained by the Contractor
only at his own cost in respect of supply of
equipment. As a user agency, the Employer will
cooperate in processing the proposals in respect of
the above.

15. In case of discrepancy between the Price Bid quoted


online and in supporting documents uploaded, the
Price Bid quoted in the template provided online only
would be considered for evaluation.

16. Bid Price should be quoted online in the specified


template.

17. Further, the TTD/BIRRD reserves the right to


undertake a verification of the experience so stated,
through engaging the services of a Professional

8
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Agency, and if any discrepancies are noticed in the


information provided by the Contractor/ Successful
Contractor/ Contractor regarding previous relevant
experience, the said Contractor/ Successful
Contractor/Contractor shall be disqualified duly
forfeiting EMD and value of work done and shall be
liable to pay damages as determined by the
Employer. Further, the Contractor/ Successful
Contractor/ Contractor shall be black listed.

18. The Contractor is subjected to be disqualified and


liable for black listing and forfeiture of Bid Security, if
he is found to have misled or furnished false
information in the documents submitted in proof of
qualification requirement.

19. Even during execution of the work, if found that the


Contractor had produced false/fake certificates of
experience, he will be liable for black listing and the
Contract will be liable for termination duly forfeiting
EMD and all the amounts due to him.

20. TTD/BIRRD TRUST reserves the right to relax the


conditions if required for eligibility of the Contractor in
the public interest. The contractor(s) shall not have
any right to question the decision taken by the
employer in this regard.

30 General Terms & 1. The details and certificates are to be furnished as


Conditions per the proforma available in the tender schedules in
proof of Qualification Criteria. The details of works
not furnished in the relevant formats shall not be
taken in to consideration for evaluation, though up
loaded along with Bid.

2. The Contractors shall submit a written Power of


Attorney duly registered authorizing the signatory of
the Bid to sign for the Contractor.

A. Important guidelines for bid submission:


1. Bids shall be submitted online on
https://www.tender.apeprocurement.gov.in

2. The bidders who are desirous of participating in e-procurement shall


submit their bids as per the standard formats available at the e-market
place.
3. All bidders must fill in the pre-qualification checklist in the templates
provided and sign on the self-declaration form stating their compliance
9
File No.TTD-104021(31)/16/2020-BIRRD - TTD

with all the technical and financial pre - qualification criteria and up load
the same.

4. E.M.D Rs.1,00,000/- drawn on / or after 09.12.2020 (EMD shall be


Mandatorily paid in the shape of BG/ DD in favour of the Director
(FAC), BIRRD, TTD, Tirupati and payable at Tirupati from any
scheduled/Nationalized bank.
5. All bidders must upload all supporting documents in the e- Procurement
portal validating their declarations and uploaded in the templates provided
for the same under the technical and commercial pre-qualification criteria
laid down in the check list.

6. The bidders should quote their initial price offer at the prescribed field /
place provided in the e-market place within the prescribed period.

7. The bidder shall sign on all the documents uploaded by him including
EMD along with the self-declaration for fulfilling pre - qualification criteria
set by the Department (on the check list) owning responsibility for their
correctness / authenticity and upload along with Tender.

8. The system shall carry initially the evaluation based on the information
furnished in the given templates with regard to both technical and
commercial pre-qualification criteria and the declaration up loaded by the
bidder.

9. The price bids will be opened on the date and time fixed.

10. The bidders shall furnish willingness in participating reverse tendering


process and an undertaking shall be uploaded to that effect along with
submission of initial price offer.

11. After opening and identification of the L-1 Initial Price Offer, eligible
bidders shall be transferred to the Reverse Auction Platform (online). The
time and date will be displayed for reverse tendering process.

12. Finally, after completion of reverse tendering process, the Department


shall carry out the technical bid evaluation of L1 bidder solely based on
the uploaded certificates/documents, Copy of BG/DD towards EMD in the
e-procurement system.

B. Reverse Tendering Process:

As per G.O.Ms. No. 67 Water Resources (Reforms) Department dated: 16-08-


2019.

1. All bidders shall self-declare their details under each technical and financial
criterion on the e-procurement platform along with an undertaking confirming

10
File No.TTD-104021(31)/16/2020-BIRRD - TTD

their compliance with the technical and financial criterion prescribed in the
bid document.

2. All bidders shall submit supporting documents for their submittals under
each technical and financial criterion. In case of documents found to be
defective, incorrect or forged and therefore claim of Qualification is not
supported, severe action including forfeiture of EMD shall be taken.

3. The threshold values of Technical and Financial qualification as prescribed


by the department shall be displayed to the bidders on the screen of online
e-procurement site. The bidders have to submit their details of qualification
criterion in prescribed text boxes along with their self-declaration on the
fulfillment of qualification criterion prescribed. The system automatically
evaluates the qualification details uploaded by the bidders and enable the
qualified bidders only to quote for their price bid in the prescribed box for the
work.

4. All bidders satisfying pre-qualification criterion as per their submitted


documents on e-procurement site shall quote their price offer.

5. The Price bids of all the bidders shall be opened and the lowest quoted
price bid among the qualified bidders in the tender process shall be
determined.

6. The L-1 Price Offer (Initial) shall be the maximum allowable Bid price for the
reverse tendering process.

7. Only one round of reverse tendering shall be carried out in which bidders
can revise their bids multiple times within the time limits specified.

8. At the start of the Reverse Tendering process the Maximum Allowable Bid
Price will be set and bidders shall submit their bids in an online platform.

9. Names of the bidders / vendors shall be anonymously masked in the


Reverse Tendering process and vendors will be given suitable dummy
names.

10. The initial period of the Reverse tendering process will start after 3 hours,
following which there will be auto extensions of time by 15 minutes in case of
any reduction in bids recorded in the prior 15 minutes.

11. Only the current L-1 bid shall be visible to all bidders who may revise their
bids until the end of the process.

11
File No.TTD-104021(31)/16/2020-BIRRD - TTD

12. Decrements made in each subsequent bid shall not be less than 0.1% of the
IBM/ECV uploaded.

13. Upon successful verification of the L-1 bidder‟s supporting documents, the
reverse tendering process shall be closed declaring the L-1 bidder as
“successful bidder” and the remaining bidders in the process shall be notified
as “unsuccessful” and their respective EMDs shall be refunded.

14. Only 15 minutes shall be initially allowed for the remaining bidders to revise
their bids, subject to automatic extensions of 15 minutes in case of any
reduction in bids recorded in the prior 15 minutes.

15. The reverse tendering process shall continue until the determination of a
successful bidder.

C. Pre bid meeting and Clarification Requests by Tenderer:

i. Tenderer shall examine the Tender Document thoroughly in all respects and if
any conflict, contradiction, discrepancy, error or omission is observed, Tenderer
must request clarification in the pre-bid meeting.

ii. Pre-bid meeting will be held at the Office of the Chief Engineer, TTD, Tirupati on
17.12.2020(IST) 3.00 PM. All the tenderers should attend the same duly
submitting their points in writing which require clarification at least 24 hours
before Pre Bid meeting. Clarifications furnished in the pre-bid meeting will be the
part of the bid document. Virtual Video conference also will be permitted provided
advance intimation is given, however for any technical problem Video conference
is not getting through TTD will not be responsible.

iii. The minutes of the pre-bid meeting will be communicated by e-mail to all the
prospective tenderers who participated in the pre-bid meeting. Also a copy of the
same will be published as corrigendum in the TTD web site www.tirumala.org and
e-procurement site. The minutes of the pre-bid meeting shall be submitted along
with bid document duly signed in all pages, failing which, the tenders are liable for
rejection. Not attending the meeting, do not relieve the tenderers from the
decisions taken at the pre-bid meeting.

iv. Apart from this, any queries received 1 day before the Bid closing date alone will
only be considered. The response to queries / clarifications of the tenderers shall
not form part of Tender Document unless issued as an Amendment/Addendum.

12
File No.TTD-104021(31)/16/2020-BIRRD - TTD

List of attested Documents to be uploaded at the time of Tendering:


Mobile X-Ray Machine

1. E.M.D Rs.1,00,000/- (Rupees one Lakh only) by way of DD/BG drawn from
Scheduled bank in favour of Director (FAC), BIRRD Trust Hospital, TTD, Tirupati as
per the NIT.
2. GST registration Certificate.
3. Copy of registration of the firm.
4. Documentary proof demonstrating that the agency (Principal) is in existence for a
minimum of 3 years in the related field.
5. Illustrative Literature: Technical Specifications & Brochure of to be supplied with its
track record, modularity and design.
6. Certificate of Authorization from manufacturer along with undertaking that on event of
purchase of Mobile X-Ray Machine, the minimum warranty shall be 2 years & CMC
period must be 3 years under this contract. After expiry of 2 years warranty & 3 years
CMC, further CMC for 5 years shall be provided with separately agreed rates. (As per
Annexure-H)
7. List of Users of equipment/Instruments (Experience Certificate).
8. Experience certificate(s) from the clients in support of satisfactory supply, installation
& commissioning of similar equipment. (Certificate of satisfactory completion from the
clients shall be enclosed for a minimum of three installations).
9. Copy of Valid License Certificate.
10. Self-declaration letter to the extent that they have not been Black listed in any of the
organizations and that the firm has no vigilance case/CBI/FEMA case pending
against him/supplier (Principal). Also self-declaration that they have not-convicted
under any law/by any hospital. (As per Annexure-B).
11. Self-declaration that the firm is not supplying the same item at the lower rate than
quoted in the Tender to any Govt. organization or any other Institute. (As per
ANNEXURE-I)
12. Quality assurance certificates for the proposed Mobile X-Ray Machine under CE/US
FDA with approval and certification of utility pattern items. For other ancillary items /
works certificate from relevant ISI/ ISO/ other relevant standards.
13. Income Tax Document / PAN card along with audited balance sheets for last 3 years.
14. Document in support of providing supply of as defined in the Eligibility criteria.
15. Letter of undertaking to abide by the Terms and Conditions supply.
16. Letter of authorization to sign the bids

13
File No.TTD-104021(31)/16/2020-BIRRD - TTD

17. Self-declaration that the supplied unit/equipment is not refurbished equipment.


18. Network to be integrated with the Thirty Units of existing View Stations in the
Hospital. The PACS should be freely able to interface with the existing PACS of the
Hospital. It is the responsibility of the supplier to inspect the existing PACS & nodal
points, to prepare the Fiber Optic Network. The Images stored in the existing PACS
should be retrievable from the new PACS & vice versa.
19. Solvency certificate for not less than Rs.20.00 Lakhs obtained from any scheduled
Bank. (Not older than 12 months).
20. Declaration as per Annexure-G about the genuineness of the certificates, statements,
and documents enclosed/entered.
21. An Undertaking Availability/ establishment of after sales service facility at least one
(1) center in South India to ensure uninterrupted after sales service during warranty
and maintenance period shall be confirmed. The details of service facility available /
proposed to be set up shall be furnished with their bid.

Place:
Date:
Signature of the Tenderer
(To be signed by an authorized signatory)

14
File No.TTD-104021(31)/16/2020-BIRRD - TTD

PROCEDURE FOR BID SUBMISSION ON e-PROCUREMENT PLATFORM


(e-PROCUREMENT TENDER CUM AUCTION (REVERSE TENDERING)):

1) Bids shall be submitted online on www.aptender.apeprocurement.gov.in platform

 The participating bidders in the tender should register themselves on e-


procurement platform www.aptender.apeprocurement.gov.in. Bidders can
log-in to e-procurement platform in secure mode only by signing with the
Digital certificates. Digital Certificates can be obtained from Andhra Pradesh
Technology Services, Vijayawada.
 The bidders who are desirous of participating in e-procurement shall submit
their bids as per the standard formats available at the e market place.
 Off-line bids shall not be entertained by the Tender Inviting Authority for the
tenders published in e-procurement platform.

2) The bidders shall submit their eligibility and qualification details, Technical bid, Financial
bid etc., in the online standard formats displayed in e-Procurement web site. The bidders
shall upload the scanned copies of all the relevant certificates, documents etc., in support of
their eligibility criteria/ technical bids and other certificate/documents in the e-Procurement
web site. The bidder shall sign on the statements, documents, certificates, uploaded by him,
owning responsibility for their correctness/authenticity. The bidder shall attach all the
required documents for the specific tender after uploading the same during the bid
submission as per the tender notice and bid document.

3) After identification of the L-1 Initial Price Offer, eligible (those who have submitted the
DD/ BG for EMD & signed self-declaration form stating their compliance with all the
technical and financial pre-qualification criteria online) bidders shall be transferred to the
Reverse Auction Platform. Accordingly Reverse Auction will be continued and concluded.

4) Registration with e-Procurement platform:

For registration and online bid submission bidders may contact HELP DESK of M/s. Vupadhi
Techno Services Pvt. Ltd., Vijayawada www.eprocurement.gov.in or
https://tender.eprocurement.gov.in.

Digital Certificate authentication:

The bidder shall authenticate the bid with his Digital Certificate for submitting the bid
electronically on e-Procurement platform and the bids not authenticated by digital certificate
of the bidder will not be accepted on the e Procurement platform.

4) For obtaining Digital Signature Certificate, you may please Contact:

Andhra Pradesh Technology Services Limited


3rd Floor, R & B Building, MG Road, Labbipet, Vijayawada-520010
(OR)
Any other Registration Authority (RA) of TCS-CA in India. The city-wise list of RAs is
available by clicking the link "Apply for a Class-2 Certificate" under "Enroll" section in the
website "https://www.tcs-ca.tcs.co.in/mca21/index.jsp 7

15
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Hard copies:
i) All the bidders shall invariably upload the scanned copies of DD/BG in e-Procurement
system and this will be the primary requirement to consider the bid responsive.
ii) The department shall carry out the technical evaluation solely based on the uploaded
certificates/documents, DD/BG towards EMD in the e-Procurement system.
iii) The department will notify the successful bidder for submission of original hardcopies of
all the uploaded documents DD/BG towards EMD prior to entering into agreement.
iv) The successful bidder shall invariably furnish the original DD/BG towards EMD (As
uploaded in the tender), Certificates/Documents of the uploaded scan copies to the
Tender Inviting Authority before entering into agreement, either personally or through
courier or post and the receipt of the same within the stipulated date shall be the
responsibility of the successful bidder. The department will not take any responsibility for
any delay in receipt/non-receipt of original DD/BG towards EMD,
Certificates/Documents from the successful bidder before the stipulated time. On receipt
of documents, the department shall ensure the genuineness of the DD/BG towards EMD
and all other certificates/documents uploaded by the bidder in e-Procurement system, in
support of the qualification criteria before concluding the agreement.
v) The G.O. Ms. No.174 –I & CAD dated: 1-9-2008 Deactivation of Bidders If any successful
bidder fails to submit the original hard copies of uploaded certificates/documents,
DD/BG towards EMD within stipulated time or if any variation is noticed between the
uploaded documents and the hardcopies submitted by the bidder, as the successful
bidder will be suspended from participating in the tenders on e-Procurement platform for
a period of 3 years. The e-Procurement system would deactivate the user ID of such
defaulting bidder based on the trigger/recommendation by the Tender Inviting Authority
in the system. Besides this, the department shall invoke all processes of law including
criminal prosecution of such defaulting bidder as an act of extreme deterrence to avoid
delays in the tender process for execution of the development schemes taken up by the
government. Other conditions as per tender document are applicable.

vi) Payment of Transaction Fee:


It is mandatory for all the participating bidders shall pay a transaction fee (non-
refundable) in on-Line transaction (non-refundable) which will be generated while
bidding and accordingly the Bidder has to pay to the Service provider of APTS,
Vijayawada through "Payment Gateway Service on E-Procurement platform". The
Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any
bank and Direct Debit facility/Net Banking of ICICI Bank, HDFC, Axis Bank to facilitate
the transaction. This is in compliance as per G.O.Ms.13 dated 07.05.2006. Applicable
GST + Bank Charges for Credit Card Transaction of 2.09 %( inclusive of GST) on the
transaction amount payable to APTS, Vijayawada shall be applicable.

vii) Corpus Fund:


As per G.O.Ms.No.4, User departments shall collect 0.04% of ECV (estimated contract
value) with a cap of Rs.10,000 (Rupees ten thousand only) for all works with ECV upto
Rs.50 Crores and Rs.25,000/- (Rupees twenty five thousand only) for works with ECV
above Rs.50 Crores, from successful bidders on e-Procurement platform before
entering into agreement, towards e-procurement fund in favour of Managing Director,
Andhra Pradesh Technology Services, Vijayawada. There shall not be any charge
towards e-Procurement fund in case of works and services with ECV less than and upto
Rs.10 Lakhs

16
File No.TTD-104021(31)/16/2020-BIRRD - TTD

viii) Tender Document:

The bidder is requested to download the tender document and read all the terms and
conditions mentioned in the tender Document and seek clarification if any from the
Tender Inviting Authority. Any offline bid submission clause in the tender document
could be neglected.
The bidder has to keep track of any changes by viewing the Addendum/Corrigenda
issued by the Tender Inviting Authority on time-to-time basis in the E-Procurement
platform. The Department calling for tenders shall not be responsible for any
claims/problems arising out of this.

ix) Bid Submission Acknowledgement:

The bidder shall complete all the processes and steps required for Bid submission. The
system will generate an acknowledgement with a unique bid submission number after
completing all the prescribed steps and processes by the bidder. Users may also note
that the bids for which an acknowledgement is not generated by the e-procurement
system are treated as invalid or not saved in the system. Such invalid bids are not made
available to the Tender Inviting Authority for processing the bids. The T.T.
Devasthanams, APTS and Vupadhi Techno Services Pvt. Ltd. are not responsible for
incomplete bid submission by users.

17
File No.TTD-104021(31)/16/2020-BIRRD - TTD

TIRUMALA TIRUPATI DEVASTHANAMS, TIRUPATI

TERMS AND CONDITIONS FOR SUPPLY OF Mobile X-Ray Machine

FOR BIRRD TRUST HOSPITAL, TTD, TIRUPATI – 517 501, ANDHRA PRADESH, INDIA.

e-Tenders are invited for Supply of Mobile X-Ray Machine FOR BIRRD TRUST
HOSPITAL, TTD, TIRUPATI – 517501 ANDHRA PRADESH, INDIA. The TTD is desirous to
have this tender in two bids i.e., (1) Technical bid and (2) Financial bid. The Tenderer
further is required to submit the financial bid through e-Tender tender document.

1. EARNEST MONEY DEPOSIT:

EMD:

a. The E.M.D is Rs.1,00,000/- (Rupees one Lakh only). Every tender must be
accompanied by a demand draft/Bank Guarantee (refer tender notice) obtained
from any scheduled Bank drawn in favour of Director(FAC), BIRRD, TTD,
TIRUPATI, The EMD does not bear any interest (Proforma of BG for EMD &
further EMD are enclosed).

b. The Demand Draft/ Bank Guarantee towards EMD can be initially for 3 months
(6 months in case of BG) and the same shall be extended up to tender validity
period as and when required by TTD.

c. EMD will not be accepted in the form of cheques, postal orders, and bank
demand drafts issued on the personal name of the Officers or by any other
mode of remittance.

Further EMD:

d. The successful bidder has to pay the Further EMD @ 2 ½ % of Tender


Contract Value less the EMD already paid at the time of Agreement by DD/BG
obtained from any Scheduled Bank drawn in favour of Director(FAC), BIRRD,
TTD, Tirupati.

e. The E.M.D will be returned to unsuccessful Tenderers within one month


from the date of finalization of tender without interest.

f. The EMD & Further EMD amount of 2.5% will be returned to the
successful Tenderer after one year from the date of supply & satisfactory
Commissioning of the equipment.

g. In case the Tenderer does not fulfill the stipulated specification and conditions
the EMD shall be forfeited.

18
File No.TTD-104021(31)/16/2020-BIRRD - TTD

2. SECURITY DEPOSIT:

a) Successful Tenderer shall be required to pay Security deposit at 5% of the


total cost of the equipment to be supplied insurance Freight (CIF) or Free
on Road (FOR) value inclusive of the all taxes in the form of Demand Draft
or Bank Guarantee from any scheduled bank from the date of placement
of purchase order and shall execute an agreement for faithful and
satisfactory performance of contract. The TTD will supply the specimen of
the agreement. The security deposit paid in the form of BG shall be valid for
5 years 6 months. The Security deposit will be returned only after
satisfactory completion of the comprehensive warranty period of 2 years &
further CMC period of 3 years.

b) If the successful Tenderer fails to lodge security deposit within the period of
15 days as specified above, such failure will constitute a breach of terms
and conditions of the tender and the Earnest money deposited by him will be
forfeited in addition to recovery of a loss sustained by the institute.

c) The security deposit will be forfeited for any non-performance of the


equipment or default against terms of supply.

NOTE:

The rate quoted should be valid for acceptance for a period of Four (4) months
from the date of opening. The rate quoted should be inclusive of all taxes (excluding
GST), charges, and F.O.R. (Free on Road) delivery and satisfactory installation at BIRRD
(T) Hospital. Further BIRRD (T) HOSPITAL/TTD can‟t issue statutory forms like Form C or
Form D etc., and this should be taken into account by the supplier while quoting the rates.
If no specific mention is made about the delivery at BIRRD (T) Hospital, TTD Tirupati, it will
be construed that the rate is applicable FOR BIRRD (T) Hospital, Tirupati.

4 GENERAL INFORMATION:

i. Tenderer is required to sign the declaration on tender forms indicating date


and affixing the rubber stamp with the designation or status enjoyed by the
signatory in the firm, and the same signatory shall be required to execute
agreement under his signature only. The signatory should produce
documentary evidence of empowering him to do so, if called upon at any
time during the contract period. In case of change of the person of the
signatory it is bound on the Tenderer to inform the changes to the Tender
inviting Authority.

The Tenderer has to mention about the willingness for supply of spares for a
minimum period of 10 years after undertaking supplies.

1. No commission will be paid to Indian/foreign agents.

2. The Tenderer has to quote OGL reference if any:

3. The Principals (OR) their Indian Affiliates/ Subsidiary have to issue a


certificate to the effect that they will take responsibility if Indian agent
fails to supply on time.

19
File No.TTD-104021(31)/16/2020-BIRRD - TTD

4. To produce a certificate from Principals (OR) their Indian Affiliates/


Subsidiary to continue /accept service contract at the rate mentioned in
the purchase order in the event of change in Indian Agency, (to be
submitted after the purchase order placed).

5. Principals or It's Affiliate /Indian agents should complete the supply &
installation within stipulated contract period.

6. If foreign company selected, security deposit is to be submitted by the Indian


agents. If principal and agent are same, Principals can submit the Security
Deposit on behalf of Indian agent.

7. Tenders from the persons / firms convicted under the GST Tax or any
other relevant acts and Rules will be rejected summarily. The Tenderer
has to submit a self-declaration regarding non-conviction under any
law/by any hospital.

8. Terms and conditions of the sale of each item or the items should be precise
and clearly mentioned in tender(s).

9. Illustrative literature should invariably accompany the tenders and it should also
bear the signature of the Tenderer for identification. The tender specification
compliance statement has to be enclosed indicating the fulfillment of each
parameter.

10. The acceptance of the tender will be intimated to the successful Tenderer within
the validity period of the tender and if some delay is likely to occur, Tenderer
will be required to keep their offer open for further period as may be found
necessary.

11. Tenders which are not in accordance with the specifications mentioned shall be
rejected. Only one model has to be quoted. Each bidder shall file one tender
only.

12. The successful Tenderer along with supply of the equipment has to provide
certificate to the effect that the supplied unit /Equipment is not refurbished.

13. The successful Tenderer has to enter into a Bipartite performance agreement
with BIRRD/TTD. This agreement is to be signed by the principal or its Indian
affiliate or Indian agent.

14. A check list of all the enclosures with serial Number and page Number is to be
furnished properly.

15. The tender forms be clearly filled in ink legibly or type written giving full address
of the Tenderer‟s. The Tenderer‟s should quote in figures as well as in words
the rates amount tendered by him/them. Any discrepancy between the figures
and words, the amount written in words will prevail, Alterations/over-writings,
unless legibly attested by the Tenderer, shall disqualify the tenders. The
tenders should be signed by the Tenderer himself / themselves or his/their
authorized agent on his/their behalf (Authorization may be enclosed, if
applicable).

16. IF THE EARNEST MONEY DEPOSIT IS NOT SUBMITTED, THE TENDER


SHALL NOT BE CONSIDERED FOR ACCEPTANCE AND WILL BE OUT
RIGHTLY REJECTED. THE EMD SUBMITTED AGAINST OTHER TENDERS

20
File No.TTD-104021(31)/16/2020-BIRRD - TTD

CANNOT BE ADJUSTED OR CONSIDERED FOR THIS TENDER. NO


INTEREST IS PAYABLE ON EMD.

17. THE TENDERER‟S ARE REQUIRED TO DEMONSTRATE THE QUOTED


MODEL DURING THE TECHNICAL EVALUATION, IF REQUIRED, FAILING
WHICH THEIR TENDERS / OFFER SHALL BE REJECTED. The firms are
intimated that they should get ready for demonstration at any nearer place to
Tirupati such as Bangalore/Chennai/Tirupati/Vellore etc., and only one-week
time will be provided for arrangement of the demonstration and no request for
extending time for demonstration will be entertained.

18. Tenderers submitting tenders shall be considered only on acceptance of all the
terms and conditions defined by the department. No enquiries, verbal or in
written, shall be entertained in respect of acceptance or rejection of the tender.

19. Any action on the part of the Tenderer to influence anybody in the said institute
will be taken as an offence, and they will not be allowed to participate in the
tender enquiry and their offer will not be considered.

20. The Tenderers must quote only to specifications.

21. Genuine specified equipment should be supplied. Tenderer should indicate the
source of supply i.e., name, address and contact details of the manufacturers
from whom the items are to be imported, country of origin etc.

22. Tenderer shall submit only one bid. A tenderer, who submits or participates in
more than one bid for a work will be disqualified.

23. In general single tender received in first call will be cancelled.

5. TENDER PRICES:

I. The Tenderer shall quote the Price inclusive of all the specified components
shown therein including the unit prices in INR only and total tender prices of
the goods and services it proposes to supply against the requirement. The
Rate should be inclusive of all required and applicable Taxes, duties
etc., (Excluding GST).

II. Rates quoted in the tender (s) should be valid for acceptance for a period of
Four (04) months from the last date fixed for the receipt of tenders. No
permission will be granted to modify the rates until the negotiations are called
for. Once the rate is accepted the successful Tenderer shall not withdraw
from the contract.

III. Tenders by vague and indefinite expression as “subject to prior sale or


subject to stocks being available” etc., will be rejected. Penal clauses from
the Tenderer whatsoever like interest on late payments of bill etc., will not be
accepted.

IV. Year of Make, Country of Origin, Product / Equipment Name with Catalogue
No. etc., should also be clearly mentioned against each item. The equipment
should have been manufactured not older to 2020.

21
File No.TTD-104021(31)/16/2020-BIRRD - TTD

V. The Tenderers are requested to quote their best competitive rate as there is
no negotiation further.

6. No tender may be withdrawn in the interval between the deadline for submission of
tenders and the expiration of the period of tender validity specified by the Tenderer in
the tender form. Withdrawal of a tender during this interval may result in the forfeiture
of earnest money deposit paid by the tenderers.

7. The purchaser may value any minor informality or non-conformity in a tender, which
does not constitute a material deviation, provided such waiver does not prejudice or
affect the relative ranking of any Tenderer.

8. Evaluation and comparison of tenders.

The purchaser‟s evaluation of a tender will include and take into account.

i. In the case of goods manufactured indigenously or goods of foreign origin already


located in India, excise duty, GST/IGST and other similar taxes and duties, which will
be payable on the goods if a contract is awarded to the Tenderer.

ii. In the case of goods of foreign origin offered from abroad, customs duties and other
similar import duties / taxes, which will be payable on the goods if the contract is
awarded to the Tenderer. The purchaser‟s evaluation of a tender will exclude and
not taken into account the additional features like training in India or abroad offered
free or at an additional cost unless specifically asked for in the „Technical
Specifications‟. The comparison shall be on Free Delivery at Site basis and
commissioned at consignee‟s end. The purchaser‟s evaluation of tender will take
into account, in addition to the tender price and the price of incidental services, the
following factors, in the manner and to the extent indicated.

a) Cost of inland transportation and other costs within Indian incidental to


delivery of the goods to their final destination at consignees site.
b) Delivery schedule offered in the tender.
c) Deviations in payment schedule from that specified in the conditions of
contract,
d) The cost of components

9. DEMONSTRATION:

If necessary the firms should demonstrate their items of equipment at their own
cost at BIRRD (T) Hospital, Tirupati.

10. SUPPLY:

a) Supplies should strictly comply / confirm to the technical specifications as


mentioned in the order.

b) The decision of the Director (FAC), BIRRD (T) Hospital, TTD, Tirupati shall be final
as regards the acceptability of the equipment which is not conforming to the
specifications and other terms and conditions supplied by the approved Tenderer
and the Institute shall not give any reasons in writing or otherwise at any time after
rejection of items.

11. FORCE MAJEURE CLAUSE:

22
File No.TTD-104021(31)/16/2020-BIRRD - TTD

If the execution of the contract/ supply order is delayed beyond the period
stipulated in the contract/ Supply order as a result of outbreak of hostilities, declaration
of an embargo or blockade, or fire, flood, acts of nature or any other contingency
beyond the suppliers control due to act of God then BALAJI INSTITUTE OF SURGERY
RESEARCH AND REHABILITATION FOR DISABLED, BIRRD (T) HOSPITAL,
TIRUPATI may allow such additional time by extending the delivery period, as it
considers to be justified by the circumstances of the case and its decision to be justified
by the circumstances of the case and its decision shall be justified by the circumstances
of the case and its decision shall be final. If and when additional time is granted by THE
Director(FAC), BIRRD(T) HOSPITAL, TIRUPATI, the contract/ supply order shall be
read and under stood as if it had contained from its inception the delivery date as
extended.

a) The successful bidder will advise, in the event of his having to resort to this
clause by a registered letter duly certified by the Local chamber of Commerce or
Statutory authorities, the beginning and end of the causes of the delay, within
fifteen days of the occurrence and cessation of such force majeure conditions. In
the event of delay lasting out of force majeure BIRRD will reserve the right to
cancel the contract and provisions governing termination of contract, as stated in
the bid documents will apply.

b) For delays arising out of force majeure, the bidder will not claim extension in
completion date for a period exceeding the period of delay attributable to the
causes of force majeure and neither BIRRD (T) Hospital nor the bidder shall be
liable to pay extra costs provided it is mutually established that force majeure
conditions did actually.

c) If any of the force majeure conditions exists in the place of operation of the
bidder even at the time of submission of bid, he will categorically specify them in
his bid and state whether they have been taken into consideration in their
quotations.

12. THE DIRECTOR(FAC), BALAJI INSTITUTE OF SURGERY REASERCH &


REHABILITATION FOR DISABLED, BIRRD (T) HOSPITAL, TIRUPATI shall have
irrevocable right to purchase and to enter into parallel contract for the supply of any
items mentioned in the tender schedule with any other supplier or firm at any rate at its
discretion.

13. THE TTD does not bind itself to accept the lowest offer or tender for any specific item
or all items and reserves to itself the right to accept any tender or all tenders without
assigning any reason thereof.

14. THE TTD reserves the right to cancel the tender for any or all equipment at any stage
without assigning any reason thereof.

15. The termination and recovery of liquidated damages for failing to fulfill any of the terms
and conditions of this contract are as below.

In case the successful Tenderer back out after releasing the letter of indent or
fails to deliver the equipment within the agreement period, the Tenderer will be liable
to make good the loss sustained by the institute in addition to the penalty as under.

23
File No.TTD-104021(31)/16/2020-BIRRD - TTD

a) THE DIRECTOR(FAC), BIRRD(T) HOSPITAL, TIRUPATI shall be entitled to


purchase the same from any other supplier or firm without notice to the contractor
and to recover the extra cost thus involved in such purchase from the contractor.

b) If the delivery is not effected on due date, the Director (FAC), BIRRD (T) Hospital,
Tirupati will have the right to impose penalty i.e. first extension for One month or
part thereof at the rate of 2% and second extension for an additional One month
or part thereof at the rate of 3%. Penalty for extension beyond this for additional
one month or part thereof shall be 4% on the Estimate contract value. If the work
is further delayed, the contract is liable for cancellation duly forfeiting all the
deposits besides black listing the firm. However, the contract duration shall
extend without penalty to the period equal to the duration of the force majeure
event.

c) To cancel the contract on portion thereof.

d) To forfeit the EMD and /or security Deposit to the extent of the loss incurred by
the Institute, in the event of action being taken as above and it fails short. THE
TTD/DIRECTOR (FAC), BIRRD (T) HOSPITAL, TIRUPATI, shall be at liberty to
the Tenderer or by instituting a Civil Suit. In this regard, the Contractor shall
not be entitled to any gain.

16. Any dispute arising out of this contract shall be referred to the sole arbitrator nominated
by the Director (FAC), BIRRD (T) and he shall dispose of the same as the provisions of
arbitration and conciliation Act, 1996 and amendments made to it from time to time.
This place of arbitration proceedings shall be at Tirupati, chittoor District, Andhra
Pradesh. The courts at Tirupati, Chittoor Distract, Andhra Pradesh shall have
jurisdiction to entertain any dispute arising out of this contact. Further no claim shall be
entertained against the DIRECTOR (FAC), BIRRD (T) HOSPITAL, TIRUPATI in
respect of interest on Earnest Money Deposit or Security Deposit.

17. The following documents are necessary. GST Registration and Returns proof, PAN,
Authorization Certificate and ICE if importer.

18. WARRANTY:

a. The supplier warrants that all the goods are new, unused and of the most recent or
current models and that they incorporate all recent improvements in design and
materials, unless provided otherwise in the contract. The supplier further warrants
that the goods supplied under this contract shall have no defect arising from design
materials or workmanship (Except in so far as the design or materials is required by
the purchasers specifications) or from any act of omission the supplied goods in
conditions obtaining in the country of final destination.

b. Two-year comprehensive onsite warranty of entire system (spares and labor), without
any exclusion. The quoted rate deemed to be inclusive of cost of spares, labour,
incidental charges, taxes there on etc., incurred for 2 years comprehensive onsite
warranty of entire system. The warranty starts from the date of satisfactory
commissioning of the equipment only. 3 years CMC (Comprehensive maintenance)
with spares & labour shall be provided after the warranty period of 2 years.

24
File No.TTD-104021(31)/16/2020-BIRRD - TTD

c. Minimum 95% uptime guarantee should be given. In case downtime exceeds 5%


penalty in the form of extended warranty double the days for which the equipment
goes out of service, will be applied.

d. The Guarantee with CAMC shall be provided for a period of 2 years from the date of
SATISFACTORY commissioning only. Subsequently, 3 years CMC (Comprehensive
maintenance) with spares & labour shall be provided after the warranty period of 2
years.
e. During warranty and CMC period, the successful bidder shall visit & inspect the equipment
as a part of preventive maintenance once in 4 months. However the bidder shall attend any
number of breakdowns / repair calls timely as and when informed by the BIRRD.

f. Any defect noticed and reported during warranty period or CMC period (Total 5 years) shall
be rectified within 48 hours of Lodging of complaint where no spare is required and within 7
days where spare is required. Failure to rectify the defect within the specified time penalty
of Rs 8000/- (Rupees Eight thousands only) will be imposed for each day or part there of
beyond the permissible time and up to the maximum of 7 days. If the defect rectification is
delayed further, without valid reasons the department can cancel the contract duly
forfeiting the deposits and disqualifying the firm from participating of tenders in TTD or its
sister department.
g. Upon receipt of such notice, the supplier shall with in specified time repair or replace
the defective goods or part thereof, free of cost at the ultimate destination. The
supplier shall take over the replaced parts/ goods at the time of their replacement. It
shall be responsibility of the supplier to bring the equipment to normal / standard
status of functioning to make it fit for conducting tests etc.,
h. All software updates, of any required should be provided free of cost during warranty
& CMC period.
i. If the supplier, having been notified, fails to rectify the defects within a reasonable
time, the purchaser may proceed to take such remedial action as may be necessary,
at the supplier risk and expenses and without prejudices to any other rights which the
purchaser may have against the supplier under the contract.

19. FALL CLAUSE:

a) If, at any time, during the said contract period of supply, the Tenderer reduce the said
prices of such stores/ implants or sales such stores to any other person /
organization / institution at a price lower than the chargeable, he shall forthwith notify
such reduction or sale to the Director (FAC), BIRRD (T) Hospital, Tirupati and the
price payable for the Stores supplied after the date of coming into force of such
reduction or sale shall stand correspondingly reduced. However this clause will be
applicable for items of identical description (i.e., same nature, class, specifications,
prevailing exchange rate, warranty, quantity and other commercial terms &
conditions).

b) Successful Tenderer should give pre-alert intimation prior to shipment notifying both
the nominated clearing agents as well as the institute.

c) The tender shall furnish a list of organizations where the implants, in question, has /
have been supplied with the period during the last three years and performance
certificate from such organizations may also be provided.

25
File No.TTD-104021(31)/16/2020-BIRRD - TTD

20. DELIVERY:

a) Insurance: For delivery of goods at site, the Insurance shall be obtained by the supplier
at his cost for an amount equal to 110% of the value of the goods from warehouse to
warehouse on “All risks” basis including war risks and strike clauses period in the name
of the consignee authorized by the purchaser, i.e., BIRRD. The supplier shall also provide
insurance coverage against fire and theft in the name of the consignee up to supply,
installation & satisfactory commissioning of the equipment.

b) Transportation: The supplier is required to deliver the goods to the destination


specified in the contract and the cost thereof shall be included in the contract
price.

c) The delivery should be F.O.R, BIRRD(T) HOSPITAL and shall be booked in the
name of the Director (FAC), BIRRD (T) Hospital, Tirupati – 517 501, Andhra
Pradesh, India.

d) The demurrage, storage and any other charges will be claimed from the Tenderer
for the consignment that reaches without proper dispatch documents or not
endorsed properly and not accompanied by packing list invoices, errors or
omissions by descriptions, weights or measurements and for increased handling
charges, due to improper packing etc.

21. PAYMENTS TERMS:

Payment shall be made subject to recoveries, if any, by way of liquidated damages,


penalties or any other charges as per terms and 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 at site: 80% of the contract value of the supply part (Part-A of
BOQ excluding CMC) after necessary deductions will be paid within 15
working days to the supplier on receipt of machine in good condition in full
shape as per specifications at site and upon the submission of the following
documents.

(i) Four copies of suppliers‟ invoice showing the contract number, goods
description, quantity, unit price and total amount.
(ii) Two copies of packing list identifying contents of each package.
(iii) Inspection certificate issued by the nominated Inspection agency, if any.
(iv) Insurance Certificate
(v) Certificate of Origin
(vi) Manufacturer‟s/Supplier‟s warranty certificate
(vii) Certificate that the equipment is not refurbished
(viii) Photo copy of Pan /Tan card
(ix) Bankers Profile

26
File No.TTD-104021(31)/16/2020-BIRRD - TTD

b) Remaining 20 % payment will be paid within 15 working days on submission of


original invoice with stock entries, delivery challan and Installation &
commissioning along with satisfactory trial run for 2 weeks.
c) Cost of the Comprehensive maintenance contract for each year will be paid at
the end of each half year, upon submission of service reports to the extent of
the service delivered as per the contract terms.

PACKING NORMS:

A) All equipment must be sterilized and securely packed in sterile boxes in such
a manner as to prevent damage and pilferage in transit, from the point of
shipment to final destination F.O.R BIRRD(T) Hospital, Tirupati

22. OPENING OF TENDERS:

Tenders will be opened at the defined time and date as mentioned in the NIT.

OTHER GENERAL CONDITIONS

1. The Tenderers are requested to quote their best competitive rate as there is no
negotiation further. In case of necessity negotiations will be made only with the lowest
selected Tenderer and in this regard the decision of Purchase Committee if applicable or
the decision of the TTD shall be final and binding on the suppliers without any recourse.

2. Tenderers have to quote for the total quantity specified. Part supplies quotations
will not be accepted.

3. The Tenderer should possess all requisite licenses, registrations etc., and the same
should be obtained invariably before transacting business with TTD/ BIRRD (T)
HOSPITAL. The Tenderer should inform TTD/BIRRD (T) HOSPITAL, the correct
address from where the supplies are going to be made to BIRRD (T) HOSPITAL. The
Tenderer should possess the experience certificate and other Certificates like
Registration of Firm if applicable, GST registration, PAN card and Last Three years
audited balance sheets etc., if applicable should be enclosed invariably along with the
tender schedule. In case of non-submission of these certificates, the TTD/ BIRRD (T)
HOSPITAL authorities reserve the right to take any appropriate action including the
cancellation of tender of the respective Tenderer. In this regard the decision of the TTD
is final and binding on the Tenderers without any recourse.

4. The tender accepting authority reserves the right either to reject any or all tenders
without assigning any reason. In this regard the decision of TTD is final and binding on
the Tenderer without any recourse. Further, it is understood by both the parties to the
tender and is specifically accepted by the Tenderer when the Tenderer files the tender
before TTD, the acceptance or rejection of the tender by TTD, or methodology adopted
by TTD, in short listing the companies for the supply of equipment etc., shall not become
a cause of action or ground to initiate any legal action before any Court or Courts of Law
for obtaining any order, Injection, Direction etc., from the Honourable court or Courts to
stall the proceedings in TTD.

27
File No.TTD-104021(31)/16/2020-BIRRD - TTD

5. The TTD reserves the right to accept or reject any tender and to cancel the tender
process and reject all tenders at any time prior to the award of contract without thereby
incurring any liability to the affected Tenderer or any obligations to inform the affected
Tenderer‟s, the grounds of acceptance or rejection.

6. The rates to be quoted shall be exclusive of GST and the GST payable if intended to be
claimed from TTD/BIRRD (T) HOSPITAL should be distinctly shown along with the price
quoted. However the GST payable will be as per the actuals based on the correctness of
application of GST. Applicable TDS will be made in the GST and necessary TDS
certificates will be furnished.

7. All the rules as per GST Act 2017 and its amendments and all Government orders issued
from time to time by the Government of India and Govt. of Andhra Pradesh with regard to
GST are applicable .

8. In the event of delay or default in supply and the supplies not adhering to the schedule or
Specification given at the time of tender, the BIRRD (T) Hospital reserves the right to
procure the requirement from the other sources and recover the excess cost, if any
incurred by BIRRD (T) Hospital from the approved Tenderer. However, if the rate is
cheaper, the benefit will not accrue to the respective approved Tenderer. The BIRRD (T)
Hospital reserves the right to reject either the entire lot or impose cut or forfeit the E.M.D.
and Security Deposit at its discretion if the quality is not in accordance with the
specifications or of inferior quality goods as confirmed by Lab reports. In this regard the
decision of the Director (FAC), BIRRD (T) HOSPITAL shall be final and binding on the
supplier. The quantum of cuts imposed shall be final & binding on the supplier. The cuts
will be imposed on the physical verification of the supply received.

9. The BIRRD (T) Hospital reserves the right to levy a penalty up to 5% on the value
of material ought to have been supplied by the supplier are not supplied in time as
per the supply schedule given or as per the delivery schedule modified from time
to time. The liquidated damages will be in addition to the penalty.

10. Each supply should be accompanied by a bill, advance stamped receipt and warranty
certificate if applicable for arranging payment. The successful Tenderer should furnish
copies of registration of firm if applicable, GST registration and Latest Income Tax
Assessment order along with the invoice of the first supply, if not enclosed along with the
tender and if TTD/BIRRD (T) HOSPITAL has consciously accepted the non- submission
of documents along with the tender.

11. The BIRRD (T) HOSPITAL reserves the right to reject either the entire lot or part of the
supply or impose cut or forfeit the security deposit & E.M.D at it is at the discretion if the
quality is not strictly in accordance with the sample and specifications if any given by the
supplier.

12. The payment will be made only after the receipt of goods at the premises of BIRRD
(T) HOSPITAL in GOOD condition and after satisfactory installation. The supplies
should be strictly in conformity with the Technical specifications. Any Deviation will
lead to the cancellation of the contract duly forfeiting the deposits paid by the
successful Bidder.

13. BIRRD (T) Hospital reserves the right to charge penalty as decided by the
Director(FAC), BIRRD(T) Hospital or withhold payment for any unsatisfactory
material supplied by the supplier without prejudice to its other rights. In this regard,
the decision of Director(FAC) is final. The supplier is further liable to reimburse /
compensate the BIRRD (T) HOSPITAL or to third party for any loss, damage, injury,

28
File No.TTD-104021(31)/16/2020-BIRRD - TTD

harm etc., caused or arising out of the negligence in supply of low quality
equipment or any other act or breach of contract.

14. Not with standing anything contained in the terms and conditions of this Tender the
Director(FAC), BIRRD (T) HOSPITAL is the ultimate authority in deciding the recovery of
percentage of penalty (Limited to 10% of contract Value) from the supplier taking into
account the stock position and future requirement of the supply in the larger interest of the
organization. The reasons for such non recovery of percentage of penalty if any has to be
recorded in writing by the Director(FAC), BIRRD (T) Hospital and has to be duly approved
by the appropriate authority before releasing payment to the Supplier.

15. Shortage and breakages will be intimated to the suppliers and the equivalent amount will
be deducted from the bill amount, if they are not replaced by the supplier in time.

16. The prices quoted shall be firm and fixed from the date of submission of tender to the date
of completion of the contract (Including warranty period with CAMC) in all respects. ANY
REQUESTS FOR REVISION IN THE RATE OR RATES BY THE SUPPLIER SHALL NOT
BE ENTERTAINED.

17. Penal clauses of the supplier whatsoever like payment of interest on late payment of bills
etc. shall not be acceptable to BIRRD (T) HOSPITAL.

18. If at any time, during the period of contract the price of quoted items is reduced or brought
down by any law or by an act of the central or State Government or by the supplier himself,
the supplier shall be morally bound to inform the Director (FAC), BIRRD (T) Hospital,
T.T.Devasthanams immediately reduce such reduction in the contracted price or prices.

19. The standard payment terms of BIRRD (T) HOSPITAL are applicable. No advance shall
be paid by BIRRD (T) HOSPITAL, against the order. The payment to suppliers shall be
made by BIRRD (T) HOSPITAL only through online payment.

20. The Tenderer whose tender has been accepted will be informed about the award of the
contract by the authorities prior to the expiration of the validity period by email/ FAX/
Whatsapp and will also be confirmed by a registered letter. Mailed/whatsapped/faxed
tenders and tenders written in pencil will not be accepted. Tenders received after due
date and time will not be entertained by TTD.

21. For breach of any of the above Tender conditions, the E.M.D. and Security Deposit
are liable to be forfeited duly disqualifying the firm to participate in tenders of TTD
or its sister departments. Further, Non-performance of any of the contract
provisions to the satisfaction of BIRRD (T) HOSPITAL will disqualify the supplier
to participate in the tenders of TTD or its sister department.

22. Penalty as decided by the tender approving authority will be imposed when the supply is
rejected in physical verification or as per lab analysis.

23. The TTD/ BIRRD (T) HOSPITAL reserves the right to add/delete/change/modify any or
all the conditions mentioned in the tender schedule during tender process and the said
addition/deletion/changes/ modifications can be incorporated in the agreement to be
entered into with the supplier irrespective of tender conditions mentioned in the notice
inviting tender or in the tender schedule or the same can be incorporated in a form of
codicil as the case may be and the same will be binding on the supplier without any
recourse.

24. The Tenderer is required to sign on all attested copies of the certificates
mentioned in the Eligibility Criteria of the NIT duly affixing the rubber stamp with

29
File No.TTD-104021(31)/16/2020-BIRRD - TTD

the designation or status enjoyed by the signatory in the business entity of the
supplier and the same signatory shall be required to execute agreement under his
signature only. All such self-attested copies should be scanned and uploaded on
online.

25. The Signatory should produce documentary evidence of empowering him to do so, if
called upon at any time during the contract period. In case of change in the Authorized
signatory it is binding on the supplier to inform the changes to the TTD/ Director (FAC),
BIRRD (T) Hospital, and T.T.Devasthanams.

26. Tenders, which are not in accordance with the specifications mentioned, are liable for
rejection. Offers with insufficient information and offer, which do not strictly comply with
the specifications given above, are liable to be rejected. Any Tenderer not accepting the
conditions mentioned herewith or providing wrong information will be summarily rejected.

27. The Supplier who apply for this tender has to furnish the declaration that “They have not
been blacklisted in any of the organizations”. Any wrong declaration in this regard which
comes to the notice at a later date will disqualify them from tendering in future in BIRRD
(T) HOSPITAL and the tenders so received shall be automatically rejected.

28. All Tender submission should invariably should be as per the Specifications attached at
annexure.

29. Future Software up Gradation:

All software upgradation should be provided free of cost to the buyer during the
warranty and comprehensive maintenance contract period.

30. Note:
i. General information about equipment:
a) Bidders are requested to offer the equipment as per the specification
attached.
b) For each equipment, the bidders should include all the cost associated
with fixing, cables, connectors, accessories and ancillary items necessary
for satisfactory operation of the equipment.
c) All the items shall be high quality, durable and suitable for use in hospital.
d) Electrical safety conforms to standards of electrical safety IEC-60601/IS-
13450.
e) Radiation safety: Safety aspects of radiation dosage leakage should be
spelt out.
ii. Required space will be provided by the department. The equipment is proposed
to be fixed in a room of about 7mx5m size. Technician room and Console room
will be of minimum size.

iii. Turnkey works:

(a) Site is Required to be inspected by all the Prospective Bidders with minimal
turnkey work is required like Fixing of the lead glass, Supply of Lead Sheets
for the Doors, cable connections.Power Supply required should be clearly
informed to the Hospital. The Installation should be as per AERB
requirements.

(b) HVAC, furniture, structural work, flooring if any and water proofing will be
provided by the department.

30
File No.TTD-104021(31)/16/2020-BIRRD - TTD

(c) The bidder shall prepare the proposed equipment installation layout diagram
and attach to the tender. The BIRRD will arrange to provide a clear site with
the rated power supply. General civil works & Electrical works like providing
false ceiling, internal electrical wiring, lights, air conditioners, wall tiles, vinyl
flooring, trench for cable will be provided by BIRRD. All items incidental shall
be provided by the supplier for satisfactory installation of the equipment.

I/We read and accept the above terms and conditions.

Place:

Date: Signature of the Tenderer


With seal

31
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Annexure –A
DECLARATION

Name of the Tenderer :


Address of the Tenderer :
(To be filled in by the Tenderer)

I/ we hereby agree to abide all the terms and conditions of the contract. I/ we do
hereby agree that I/we shall keep my/ Our offer open for a period of Four (4) months from
the date of opening of the tender or from the date of negotiations whichever is later or for the
extended period as desired by TTD in addition to the period mentioned above in the event of
my/ Our offer being accepted. I/ we shall abide by and give my/ Our acceptance to the above
terms and conditions and other general conditions which are this supply contract governing
and shall execute an agreement in the prescribed form, in the event of my/ our offer being
accepted by TTD.

Yours faithfully,

Signature of the tenderer with full address


(To be signed by an authorized signatory
With full address of the tenderer)

32
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Experience Certificate
(To be obtained from the client/To whom supply was made)(Minimum 3 installations carried
out by the tenderer)

This is to certify that M/s ________________________ has supplied, installed and


commissioned (Name of the items) satisfactorily as detailed below. (Minimum three
installations shall have been made by the tenderer)

Sl. No. Quantity with description Amount Financial Year

Name of the Client Signature of the Client with Seal

Name of the tenderer Signature of the tenderer

33
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Annexure-B
Self-Declaration Letter

To
The Executive Officer
T.T.Devasthanams,
Tirupati.

I/We declare that the Certifications submitted were correct and in the event if the authority
finds false at later date the management can forfeit the EMD and blacklist our firm. Further I
declare that the firm M/s ______________________ has not blacklisted.

I/WE declare that the firm M/s ……………………………………… has no vigilance case/CBI/FEMA case pending
against us.

Signature of the tenderer

34
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Annexure-C
List of attested Documents to be uploaded at the time of Tendering:
Mobile X-Ray Machine

1. E.M.D Rs.1,00,000/- (Rupees one Lakh only) by way of DD/BG drawn from
Scheduled bank in favour of Director (FAC), BIRRD Trust Hospital, TTD, Tirupati as
per the NIT.
2. GST registration Certificate.
3. Copy of registration of the firm.
4. Documentary proof demonstrating that the agency (Principal) is in existence for a
minimum of 3 years in the related field.
5. Illustrative Literature: Technical Specifications & Brochure of to be supplied with its
track record, modularity and design.
6. Certificate of Authorization from manufacturer along with undertaking that on event of
purchase of Mobile X-Ray Machine the minimum warranty shall be 2 years & CMC
period must be 3 years under this contract. After expiry of 2 years warranty & 3 years
CMC, further CMC for 5 years shall be provided with separately agreed rates. (As per
Annexure-H)
7. List of Users of equipment/Instruments (Experience Certificate).
8. Experience certificate(s) from the clients in support of satisfactory supply, installation
& commissioning of similar equipment. (Certificate of satisfactory completion from the
clients shall be enclosed for a minimum of three installations).
9. Copy of Valid License Certificate.
10. Self-declaration letter to the extent that they have not been Black listed in any of the
organizations and that the firm has no vigilance case/CBI/FEMA case pending
against him/supplier (Principal). Also self-declaration that they have not-convicted
under any law/by any hospital. (As per Annexure-B).
11. Self-declaration that the firm is not supplying the same item at the lower rate than
quoted in the Tender to any Govt. organization or any other Institute. (As per
ANNEXURE-I)
12. Quality assurance certificates for the proposed Mobile X-Ray Machine under CE/US
FDA with approval and certification of utility pattern items. For other ancillary items /
works certificate from relevant ISI/ ISO/ other relevant standards.
13. Income Tax Document / PAN card along with audited balance sheets for last 3 years.
14. Document in support of providing supply of as defined in the Eligibility criteria.

35
File No.TTD-104021(31)/16/2020-BIRRD - TTD

15. Letter of undertaking to abide by the Terms and Conditions supply.


16. Letter of authorization to sign the bids
17. Self-declaration that the supplied unit/equipment is not refurbished equipment.
18. Network to be integrated with the Thirty Units of existing View Stations in the
Hospital. The PACS should be freely able to interface with the existing PACS of the
Hospital. It is the responsibility of the supplier to inspect the existing PACS & nodal
points, to prepare the Fiber Optic Network. The Images stored in the existing PACS
should be retrievable from the new PACS & vice versa.
19. Solvency certificate for not less than Rs.20.00 Lakhs obtained from any scheduled
Bank. (Not older than 12 months).
20. Declaration as per Annexure-G about the genuineness of the certificates, statements,
and documents enclosed/entered.
21. An Undertaking Availability/ establishment of after sales service facility at least one
(1) center in South India to ensure uninterrupted after sales service during warranty
and maintenance period shall be confirmed. The details of service facility available /
proposed to be set up shall be furnished with their bid.

Place:
Date:
Signature of the Tenderer
(To be signed by an authorized signatory)

36
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Annexure-D
Technical Specifications of Equipment

Specification for Installation of Mobile X-Ray Machine

TECHNICAL SPECIFICATION FOR MOBILE X-RAY MACHINE

Proposed revised specification.

High-capacity mobile X-ray machine for application in the intensive care units, wards
and in the operation theatre to enhance the speed of diagnosis, enable speedy patient
care and eliminate dark room technique
A
Fully Motorized, battery operated Mobile Digital Radiographic Unit of Single console
integrating exposure control, detector control and image output control with wireless
35 x 43 detector or 41 x 41 detector.
1.1 The machine should have articulated/Telescopic fully counterbalanced arm with
rotation in all directions.
1.2 Minimum 2 out of three major components (Generator, tube and detector) shall be
manufactured by the same manufacturer
1.3 There should be foot operated lock/ hand brake to stop the unit whenever required.

2 X-ray Generator :-
2.1 Should operate with inbuilt battery provided along with system and microprocessor
controlled generator. Output power should be 30 kW or more
2.2 It should have a display arrangement of mAs and kV and an electonic timer.
2.3 kV output range of 40 to 125 or more, in 1 kV increments.
2.4 Maximum tube current - The mA should be the range of 25 to 400 or more.
2.5 The mAS should be the range of 0.1 to 300 or more.
2.6 Exposure time- Shortest exposure time should be 4 millisecond or less.
2.7 Should be able to expose while charging also.
2.8 All the parameters should be adjustable from the control panel.
2.9 Should have high frequency of 100kHZ or more

3 Tube Assembly:
3.1 The X-ray tube should house in the transformer assemble and should have a rotating
anode tube.
3.2 X-ray Tube Voltage range 40 to 150 kVp

37
File No.TTD-104021(31)/16/2020-BIRRD - TTD

3.3 Nominal dual focal spot size 0.6 mm (+/- 0.1 mm) and 1.2 mm (+/- 0.1 mm).
3.4 Rotating type anode with minimum 3000 rpm. Heat storage capacity of anode is equal
or more than 300,000 HU
3.5 Collimator - the tube unit should have an attached rotatable collimator unit with LED
type lamp. Manual collimator with knobs.
Collimator Rotation ±90 degrees or more.
3.6 It should have a tilt angle indicator and measuring tape.
3.7 Specify the x-ray tube cooling rate.
3.8 Collimator Inherent filtration 2.0 mm Al at 75 kV
3.9 Tube head should have SID and exposure control facility
4 Tube movement:
4.1 Horizontal focal spot position 820 - 1300mm relative from Column
4.2 Vertical focal spot position 600 - 2100 mm from floor
4.3 Column rotation range ± 270 degrees relative to dock position
4.4 Tube angulations about the horizontal axis ± 180 degrees
4.5 Tube angulations axially through X-ray tube +90 to - 10 degrees
4.6 Handheld control with long cord length
4.7 Should have Completely Collapsible Column or with better solution
4.8 Operating Features:
4.9 While system not in use, there should be a lockable bin for detector
4.10 Ability to start the system and start driving it using different proximity badges (no keys)
Should be fully motorized and easy to move on four wheels with automatic breaking
4.11 system.
The System should provide two battery charging slots and batteries to be recharged
4.12 while on cart
4.13 2D bar code scanner
4.14 Simple handle with motorized, with individual motor for each drive wheel
4.15 Motors provide forward/reverse drive as well as directional control
4.16 Variable speed with speed up to or more 5 km /hr
4.17 Ability to drive up or down incline equal or more than 7 degrees
4.2 The battery once fully charged shall serve atleast for 4 hours.
4.21 Self-contained battery driven System
5 Solid State Flat Panel Detector:-
5.1 Flat Detector should be of minimum size 14 x 17 inch or 34x34 cm or 41 x 41 cm size
and should have 2k X 2k pixel matrix or more.
5.2 The detector should be wireless.
5.3 Detector storage - The machine should have a detector storage compartment.
5.4 The image viewing time after exposure should not be more than 10 seconds.
5.5 The pixel size should be 200 micrometers or less.
5.6 Scintillator should be CSI with amorphous silicon for conversion
5.7 The spatial resolution should be minimum of 3 lines pair / millimeter or more
5.8 Should have removable batteries and charger for the battery should be provided.
5.9 Detector should have 16 bit for A/D conversion
5.10 Detector should have sensor protection and should have Ingress protection rating of
minimum IP43 or more

38
File No.TTD-104021(31)/16/2020-BIRRD - TTD

5.11 Detector should be non-tiled


5.12 Detector should be supplied with 3 batteries
6 Battery:-
6.1 The machine should be able to run fully on mains as well as on battery supply.
6.2 The battery charge time should not be more than 6 hours from a normal 15 A 230 V
single phase socket
6.3 Power connection should be compatible with any standard wall outlet.
6.4 Fully charged machine should be capable of giving of at least 100 exposures. Please
specify number of exposures which can be done on battery.
6.5 The battery should also provide power for the motor to move the machine.
6.6 If the battery is fully drained out the machine should be ready to work on direct mains.

7 Workstation -
7.1 The machine should have an integrated workstation with a TFT touch screen monitor
of minimum 15-inch size. Please mention the size of the monitor.
7.2 The work station should enable to view the image, and provide post processing
features, using touch screen.
7.3 The post processing features should include, zoom, contrast and brightness
adjustment.
7.4 The machine should have storage of image with a memory of at least 5000 images.
7.5 The work station should have organ programming module.
7.6 The work station should have soft keyboard for data entry.
Main Console -
8
8.1 The machine should be fully network compatible and it should be possible to transfer
images and patient data from the Hospital network using LAN connectivity and
wireless LAN.
8.2 The single operator console integrates generator settings, detector controls, image
acquisition, printing, and should have high resolution medical grade monitor with
minimum size of 19 inch or more
8.3 Operating console should have facility for patient entry with the required details
8.4 It should be possible to recall earlier images and then transfer them to the network.
8.5 The machine should be able to get the DICOM Modality work list (DMWL) from
departmental centricity RIS. DICOM 3.0 compliant system.
8.6 Input of patient data from the patient database via a DICOM work list or manual data
input should be possible in case no network is available.
8.7 DICOM Work list management
8.8 DICOM Query / Retrieve
8.9 DICOM Print
8.1 DICOM Export
8.11 DICOM CD creation / DVD Creation with embedded viewer
8.12 The machine should have MPPS support for department PACS transfer.

39
File No.TTD-104021(31)/16/2020-BIRRD - TTD

8.13 There should be at least 2 installations as quoted or equivalent model worldwide with
integration with RIS-PACS via DMWL and MPPS. Please provide the list of these
installations, screen-shots of this functionality and support letter from these
installations.
8.14 It should have both wired and wireless infrared wireless remote exposure switch.
8.15 It should be possible to transfer the images to an external storage media.
8.16 Preprogrammed x-ray factors with for all anatomical positions for different size of
patients should be available. The same should be editable by user.
8.17 Should have post processing facilities like addition of anatomical marker, image
annotation, magnification, crop, zoom, pan, measurements tool, etc., apart from image
processing facility.
8.18 Console should display the mAs details for all acquired images.
8.19 It should have image storage disc of 500 GB or more

9 Miscellaneous-
9.1 Machine should have low space requirement and high maneuverability.
9.2 The machine should have a small foot print and should not weigh more than 600 kg.
Mention the exact weight along with battery.
9.3 It should be easily movable even without the battery drive
9.4 All cables should be concealed in the arm system.
9.5 A grid of 8:1 ratio of appropriate size should be provided.
9.6 Easy integration & network capability with the existing / future networking with
RIS/HIS/PACS and Dosimetry software.

9.7 Should have provision for remote diagnostic and service capability.

10 Warranty & Essential Certification

10.1 a) Two-year comprehensive onsite warranty of entire system (spares and labor),
without any exclusion. The quoted rate deemed to be inclusive of cost of
spares, labour, incidental charges, taxes there on etc., incurred for 2 years
comprehensive onsite warranty of entire system. The warranty starts from the
date of satisfactory commissioning of the equipment only. 3 years CMC
(Comprehensive maintenance) with spares & labour shall be provided after the
warranty period of 2 years.

b) Minimum 95% uptime guarantee should be given. In case downtime exceeds


5% penalty in the form of extended warranty double the days for which the
equipment goes out of service, will be applied.

c) The Guarantee with CAMC shall be provided for a period of 2 years from the
date of SATISFACTORY commissioning only. Subsequently, 3 years CMC
(Comprehensive maintenance) with spares & labour shall be provided after the
warranty period of 2 years.

d) During warranty and CMC period, the successful bidder shall visit & inspect the
equipment as a part of preventive maintenance once in 2 months. However the

40
File No.TTD-104021(31)/16/2020-BIRRD - TTD

bidder shall attend any number of breakdowns / repair calls timely as and when
informed by the BIRRD.

e) Application training to be provided onsite for total of FOUR weeks


11 Certifications- The following certificates are must-

11.1 Product quality certificates: The proposed Mobile X-Ray Machine should be with Valid
US FDA/ European CE certificate of the offered model with approval and certification
of utility pattern items. For other ancillary items / works relevant ISI/ ISO/ other
relevant standards shall be followed.

Note: Bidders shall furnish technical compliance statement for the model quoted,
details of manufacturer. Technical catalogue /data sheet shall also be
furnished in support of technical compliance statement without fail

41
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Annexure-E

PROFORMA

FORM OF SOLVENCY CERTIFICATE BY BANKS


I,…………………………………………………. Managing Director / Manager / General
Manager / Agent of…………………………………………………………Bank Limited
do hereby certify that ………………………………………………..(here the Names
and address of the contractor) to be solvent to the extent of
Rs…………………………………(Rupees…………………………………………) as
disclosed by the information and record which are available with the aforesaid bank.

For the …………………………………….Bank

Date: Signature of Bank Manager


Place: (Authorised to sign)

42
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Annexure-F

PROFORMA
BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

WHEREAS ……………………………………………………….. (Name of the Contractor) (here in after


called “the Tenderer”) has submitted his tender response to NIT No……………………….
dated:…………………… for the work “ …………………………………………………………
……………………………………..” (Name of work) (hereinafter called “the tender”).

KNOWN ALL MEN by these present that we ……………………………..………………………


………………………………….……………. (Name and Address of Bank)
………………………………. (hereinafter called “the Bank” are bound unto
……………………… / (Executive Officer, TTDs, Tirupati.) in the sum of *
……………………………………………………
…………………………………………………………………………….. for which payment will
and truly to be made to the said Department, the Bank binds itself, his successors and
assigns by these presents.

SEALED with the Common Seal of the Bank this …………….. day of ……………..200………

THE CONDITIONS of this obligation are:-

(1) If after Tender opening the tenderer withdraws or modifies his Bid during the period
of bid validity specified in the Form of Tender.

(2) If the Tenderer having been notified of the acceptance of his bid by the Department
during the period of validity.
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Tenderers, if required; or
(b) fails or refuses to furnish the balance EMD and additional performance Security
in accordance with the instructions of Tenderers.

We undertake to pay to the Department up to the above amount upon receipt of


his first written demand, without the Department having to substantiate his
demand, provided that in his demand the Department will note the amount
claimed by him is due to him owning to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date**


…………………… after the dead line for submission of Tenders as such
deadline is stated in the Instructions to Tenders or as it may be extended by the

43
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Department, notice of which extension(s) to the Bank is hereby waived. Any


demand in respect of this Guarantee should reach the Bank not later than the
above date.

DATE………………. SIGNATURE OF THE BANK ……………………..

WITNESS……………….. SEAL………………………………………………..

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

(Signature, Name and Address)

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

* The Tenderer should insert the amount of the EMD in words and figures
denominated in Indian Rupee. This figure should be the same as shown in the NIT.

** 6 months for the deadline date for submission of Tender. Date should be inserted by
the Department before the Tender documents are issued.

44
File No.TTD-104021(31)/16/2020-BIRRD - TTD

PROFORMA
BANK GUARANTEE FOR TOTAL “E.M.D.” (At the time of Agreement)

______________________________________________(name & address of


Department)_________________

WHEREAS_____________________________________________________
________
_______________________________________________________________________
_____ ________________________(name and address of Contractor) (hereinafter called
“the Contractor”) has undertaken, in pursuance of Contract No. ________ dated:
____________ to execute the work of _________________ [name of work];

AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a Schedule bank for the sum
specified therein as balance EMD / EMD for compliance with his obligations in accordance
with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you, on behalf of the Contractor, up to a total of _____________________ [amount of
guarantee] _________________________________ [in words], such sum being payable
and we undertake to pay you, upon your first written demand 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 for
the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor
before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of


the Contract or of the Works to be performed there under or of any of the contract
documents which may be made between you and the Contractor 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 upto ……………………….. i.e., until 28 days from the
date of expiry of the warranty period.

Signature & seal of the Guarantor_____________________

Name of Bank_____________________________________

Address__________________________________________

Date____________________________________________

45
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Annexure-G

DECLARATION

I / WE ………………………………………………………………. have gone through


carefully all the Tender conditions and solemnly declare that I / we will abide by any
penal action such as disqualification or black listing or determination of contract or
any other action deemed fit, taken by, the Department against us, if it is found that
the statements, documents, certificates produced by us are false / fabricated.

I / WE hereby declare that, I / WE have not been blacklisted / debarred / Suspended


/ demoted in any department in Andhra Pradesh or in any State or central
government or any organization/institution due to any reasons.

Signature of the Tenderer

46
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Annexure-H
MANUFACTURER'S AUTHORIZATION FORM
No.________________ dated _______________
To
The DIRECTOR (FAC)
BIRRD, TIRUPATI.

Sir,
Tender Notice No.____________________________

We ___________________________ who are established and reputable manufacturers of


_____________________________________________ having factories at _____________________
and _________________________ do hereby authorize M/s. _______________________ (Name
and address of Agents) to bid, negotiate and conclude the contract with you against Tender Notice
No._________________ for the above goods manufactured by us.

No company or firm or individual other than M/s. ___________________________ are authorized to


bid, negotiate and conclude the contract in regard to this business against this specific Tender
Notice.

We hereby declare that we are willing to provide guarantee/warranty and after sales service during
the period of 2 years comprehensive warranty and 3 years CMC under this contract. After expiry of 2
years warranty & 3 years CMC, further CMC for 5 years shall be provided with separately agreed
rates.

We also hereby declare that we have the capacity to manufacture and supply, install and
commission the quantity of the equipment’s tendered within the stipulated time.

We hereby extend our full guarantee and warranty as per Conditions of Contract and read with the
Special Conditions of Contract, for the Goods offered for supply against this invitation for bid by the
above firm.

Yours faithfully

(Name) for and


on behalf of M/s. ________________________________(Name of manufacturers)

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

47
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Annexure-I
Declaration Form

I / We ………………………………………………………………………….. having our …


……………………………….. office at ……………………………. read and understood
the terms and conditions contained in the bidding documents under this notification for bid
and offer our bids unconditional, to the extent not stated at any other part of our bid.

We will not quote or supply the equipment/furniture similar to the ones offered under this
bid notification to any agency or organization in the country, at the rate lower than the rate
quoted in this present tender.

If we found quoting lower rate than the rate quoted to the BIRRD,TTD, to any other agency
in the country during the validity of the present contract, we will remit the differential cost
to the BIRRD,TTD, unconditionally.

Signature :
Date :
Name of the Firm and address.

48
File No.TTD-104021(31)/16/2020-BIRRD - TTD

FINANCILAL BID

49
File No.TTD-104021(31)/16/2020-BIRRD - TTD

“BILL OF QUANTITIES”

Price Bid

Financial Proposal

Sl. Description Quantity Required Rate quoted (Inclusive of all


No. taxes(Excluding GST) and FOR
Delivery at BIRRD hospital,
Tirupati
Rs. Ps.
A PART-A
1 Supply, installation and 01 No.
commissioning of Mobile
X-Ray Machine as per
THE TECHNICAL
SPCIFICATIONS
ENCLOSED IN
ANNEXURE-D along
warranty for 2 years and
as per the terms &
conditions
B PART-B

1 Providing Comprehensive 01 No
maintenance contract for
st
1 year after warranty
period of 2 years,
including spares and
labour and as per the
terms & conditions
2 Providing Comprehensive 01 No
maintenance contract for
nd
2 year after warranty
period of 2 years,
including spares and
labour and as per the
terms & conditions
3 Providing Comprehensive 01 No
maintenance contract for
rd
3 year after warranty
period of 2 years,
including spares and
labour and as per the
terms & conditions
TOTAL

50
File No.TTD-104021(31)/16/2020-BIRRD - TTD

Note:

1) Bidders should quote the rates for all individual items. In reverse auction, auction
will starts with L1 amount quoted by any bidder (Total amount of all items). After
completion of Reverse auction, the L1 bidder in the reverse auction must attach
break up sheet for the L1 amount quoted as per the price bid format available in
the tender document in e-Procurement portal within one hour after closing of
Reverse auction (There is a provision to attach the Price bid format in e-
Procurement system after completion of Reverse auction within one hour).

2) Only one rate shall be quoted which is inclusive of all taxes (Excluding GST) and
F.O.R Delivery to BIRRD Trust Hospital, TTD, Tirupati.

3) Evaluation Criteria: The tenderers will be evaluated and finalized to the lowest offer
of total work including Part-A and Part-B among the eligible bidders through e
Tender cum auction (Reverse Tendering).

4) Agreement will be concluded separately for Part-A and Part-B.

5) The tenderer shall quote his offer for the above item subject to the TECHNICAL
SPCIFICATIONS ENCLOSED IN ANNEXURE-D along warranty for 2 years and with
Comprehensive AMC for further 3 years and terms & conditions.

6) No China makes/parts shall be permitted in the supplies to be made & the Quoted
rate shall be accordingly.

7) GST will be reimbursed by TTD as per the actuals as applicable at the time of
supply. The proof of payment of GST shall be furnished by the successful tenderer to
obtain the GST reimbursement.

51

You might also like