Tender Document
Tender Document
On behalf of the Governor of Sikkim, the Chief Engineer, Buildings & Housing Department, Government
of Sikkim, invites tender for “Procurement of Medical Equipment, Fixtures & Furnishing for the
Upcoming 500 Bedded District Hospital at Namchi, Sikkim” on Engineering-Procurement-
Construction (EPC) mode from eligible contractors enlisted with the Sikkim Public Works Department
(SPWD) as Class IAA contractor within the State of Sikkim, for execution of work as detailed below:
1. Contractors of appropriate class notified vide notification No. 515/R&B/PWD/Secy dated: 12/06/2018
may download the details and bidding documents from the e-procurement portal i.e
www.sikkimtender.gov.in w.e.f. 23/05/2025.
2. The complete tender documents must be uploaded in the e-procurement portal at the latest by
09/06/2025 up to 11:00 a.m.
3. Hard copy Submission:
The following bidding documents must be submitted in hard copy on 09/06/2025 -from 11.00 a.m. to
02.00 p.m.in the office of the Chief Engineer (Buildings & Housing Department, Nirman Bhawan, Zero
Point, Gangtok, East Sikkim: -
1
iii. Original Bid Security amounting to Rs.1,50,000,00.00 (Rupees One crore Fifty Lakhs)
only in the form of FDR/TDR/BG from any Nationalised Bank / State Bank of Sikkim in
favour of Chief Engineer, Buildings & Housing Department, Gangtok.
x. Original Affidavit (Annexure IX) regarding authenticity of bid documents submitted vide
Sl no i –x, duly certified by the Oath Commissioner.
-sd/-
Chief Engineer
Buildings & Housing Department
Government of Sikkim
2
SECTION CONTENTS
SECTION I INTRODUCTION
SECTION X PAYMENT
SECTION
RESOLUTION OF DISPUTES
XVI
3
LIST OF ANNEXURES
ANNEXURE DETAILS
Annexure V Agreement
Annexure IX Affidavit
4
SECTION I
INTRODUCTION
With the aim of strengthening the tender process, make it more effective and
transparent, Buildings & Housing Dept. has initiated tender for “Procurement of Medical
Equipment, Fixtures & Furnishing for The Upcoming 500 Bedded District Hospital at Namchi,
Sikkim”.
The tender is based on Two Bid System (The Technical Bid and the Financial Bid).
The Technical Bid requires all bidders to submit all the technical documents and after the
proper verification of the Technical Bids, the Financial Bid submitted by the bidders will be
opened on the same day.
The Technical and Financial Evaluation is undertaken by the Tender Committee. After
proper analysis and verification of all the bids, the Tender Committee grants the final Award of
Contract to the most qualified bidders.
With the sole aim of providing better health services to the people and to achieve
better health standards, we request all bidders to support us in our objectives to establish the
best competitive rates.
5
SECTION II
TENDER SCHEDULE
23rd May 2025
I. Uploading of Online Tender in e-procurement portal
23rd May 2025
II. Publishing of Online Tender in e-procurement portal
III. Document download/Sale start date and time 23rd May 2025
VI. Last date for online Submission of completed bids 9th June 2025 up to 11:00 Hrs
6
SECTION III
DETAILS OF EQUIPMENTS TENDERED
Equipment(s) Tendered:
Technical Specifications:
The detailed technical specifications and other quality parameters of the above equipment are
contained in Annexure I. All products should be BIS/European CE/FDA/US FDA approved and
marked (ISI/CE)/approved by US FDA. All quoted products should conform to the requirement
of relevant national/international quality certifications. All equipments should be provided with
adequate UPS backup as per requirement.
SECTION IV
SPECIFIC CONDITIONS OF CONTRACT
5.1.1. Installation & Delivery period 180 days (150 days for execution of supplies,
Installation and 30 days for commissioning) from the
date of issuance of work Order
5.1.6. 95%
Uptime in a year
7
SECTION V
Bidder should do the enrolment in the e-Procurement site using the “Click here to Bidder
Enrolment” option available on the home page. Portal enrolment is generally free of charge.
During enrolment/registration, the bidders should provide the correct/true information including
valid email-id. All the correspondence shall be made directly with the contractors/bidders
through email-id provided.
Bidder need to login to the site through their user ID/ password chosen during
enrolment/registration.
Then the Digital Signature Certificate (Class III Certificates with signing key usage) issued by
SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on
eToken/Smartcard, should be registered.
The DSC that is registered only should be used by the bidder and should ensure safety of the
same.
Contractor/Bidder may go through the tenders published on the site and download the required
tender documents/schedules for the tenders he/she is interested.
After downloading / getting the tender document/schedules, the Bidder should go through‟ them
carefully and then submit the documents as asked.
If there are any clarifications, this may be obtained online through‟ the tender site, or thro‟ the
contact details. Bidder should take into account of the corrigendum published before submitting
the bids online.
Bidder then logs in to the site through the secured log in by giving the user id/ password chosen
during enrolment/registration and then by giving the password of the e- Token/Smartcard to
access DSC.
Bidder selects the tender which he/she is interested in by using the search option & then moves
it to the „my space‟ folder.
From the „my space‟ folder, he selects the tender to view all the details indicated.
It is construed that the bidder has read all the terms and conditions before submitting their offer.
Bidder should go through the tender schedules carefully and upload the documents as asked
otherwise, the bid will be rejected.
Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats. If there is
more than one document, they can be clubbed together and can be provided in the requested
format. Each document to be uploaded through online for the tenders should be less
8
than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the same
can be uploaded, if permitted.
If there are any clarifications, this may be obtained through the site, or during the pre-bid
meeting if any. Bidder should take into account the corrigendum published from time to time
before submitting the online bids.
The Bidders can update well in advance, the documents such as certificates, annual report
details etc., under My Space option and these can be selected as per tender requirements and
then send along with bid documents during bid submission. This will facilitate the bid submission
process faster by reducing upload time of bids.
Bidder should submit the Tender Fee/ EMD as specified in the tender. The original should be
given in person to the Tender Inviting Authority, within the bid submission due date & time for
the tender. Scanned copy of the instrument should be uploaded as part of the offer, if asked for.
If the last day for receiving tenders is declared a holiday, the next working day at the same time
will be the last date & time for the receipt of Tender Fee/EMD in physical form in the prescribed
envelop.
While submitting the bids online, the bidder reads the terms & conditions and accepts the same
to proceed further to submit the bid packets.
The bidder has to select the payment option as offline to pay the TFEE/ EMD as applicable and
enter details of the instruments.
The details of the DD/any other accepted instrument, physically sent, should tally with the
details available in the scanned copy and the data entered during bid submission time.
Otherwise submitted bid will not be acceptable.
The bidder has to digitally sign and upload the required bid documents one by one as indicated.
Bidders to note that the very act of using DSC for downloading the bids and uploading their
offers shall be deemed to be a confirmation that they have read all sections and pages of the bid
document including General conditions of contract without any exception and have understood
the entire document and are clear about the requirements of the tender requirements.
The bidder has to upload the relevant files required as indicated in the cover content. In case of
any irrelevant files, the bid will be rejected.
The rates offered should be entered in the allotted space only and uploaded after filling the
relevant columns. The Price Bid template must not be modified/replaced by the bidder, else the
bid submitted is liable to be rejected for this tender.
The bidders are requested to submit the bids through online e-tendering system to the Tender
Inviting Authority (TIA) well before the bid submission end date & time (as per Server System
Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during
the submission of bids online by the bidders at the eleventh hour.
It is necessary to click on “Freeze bid” link/ icon to complete the process of bid submission
otherwise the bid will not get submitted online and the same shall not be available
9
for viewing/ opening during bid opening process. After the bid submission, the
acknowledgement number, given by the e-tendering system should be printed by the bidder
and kept as a record of evidence for online submission of bid for the particular tender and will
also act as an entry pass to participate in the bid opening date.
The bidder should ensure/see that the bid documents submitted should be free from virus and if
the documents could not be opened, due to virus, during tender opening, the bid is likely/ liable
to be rejected.
The time settings fixed in the server side & displayed at the top of the tender site, will be valid
for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The
bidders should follow this time during bid submission.
All the data being entered by the bidders would be encrypted using PKI encryption techniques to
ensure the secrecy of the data. The data entered will not viewable by unauthorized persons
during bid submission & not be viewable by any one until the time of bid opening.
Any bid document that is uploaded to the server is subjected to symmetric encryption using a
system generated symmetric key. Further this key is subjected to asymmetric encryption using
buyers/bid opener‟s public keys. Overall, the uploaded tender documents become readable only
after the tender opening by the authorized bid openers.
The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption
technology is used. Data storage encryption of sensitive fields is done.
The bidder should logout of the tendering system using the normal logout option available at the
top right hand corner and not by selecting the (X) exit option in the browser.
For any technical related queries, Bidders may contact the Chief Engineer, Buildings & Housing
Department.
10
SECTION VI
In the event of documentary proof as required being not enclosed, the Tender shall be liable to
be rejected. All pages of the bid shall be signed by the authorized person or persons signing the
bid along with the stamp of the tenderer.
The tender (in English Language only) must be submitted along with detailed specifications.
The documentary evidence submitted along with the Tender shall be produced duly attested by
the tenderer on every page and serially numbered. Any interlineations, erasures or over writing
shall be valid only if they are initialed by the person (s) signing the offer. The bidder also needs
to submit a hardcopy of all the relevant documents as per the conditions of the tender.
Tender shall submit a declaration letter as per the format given as Annexure II and copy of
amendments published if any signed by the tenderer or the authorized representative shall be
enclosed as part of the technical bid as a proof of having read and accepted the terms and
conditions of the tender document.
An offer submitted in vague /ambiguous financial terms and the like, shall be termed as non-
responsive and shall be summarily rejected.
Clarifications to specific requests shall be responded through e-mail and general clarifications,
affecting all the tenderers shall be published in the official website (www.sikkimtender.gov.in) of
the Tender Inviting Authority. However it shall be the duty of the prospective tenderer to ensure
that the clarifications sought for has been properly received in time by the Tender Inviting
Authority.
Any clarification on the e-tender procedure shall be obtained from the office of Chief Engineer,
Buildings & Housing Department, Gangtok.
Online payment of Tender document cost and the EMD is not accepted.
11
SECTION VII
TENDER DETAILS
COST & DEPOSIT OF TENDER FEE: The cost of tender document amounting to Rs.
20,00,000/- (Rupees Twenty Lakhs) only, (non-refundable), in the form of Bank Receipt/Challan
under the revenue head 0059-80-800-04-Public Works-Buildings & Housing Department payable at
State Bank of Sikkim and must be submitted in person to, Chief Engineer, Buildings & Housing
Department before the due closing date and time as mentioned in the Notice Inviting Tender. The
scanned copy of the Bank Receipt must be uploaded while bidding.
EARNEST MONEY: The Earnest Money Deposit of Rs. 1,50,00,000.00 (Rupees One Crore Fifty
Lakh) only should be in the form of TDR or FDR or Bank Draft/ BG issued by the State Bank of
Sikkim or any Nationalized Bank in favour of Chief Engineer, Buildings & Housing Department,
Govt. of Sikkim, and scanned copy should be uploaded while bidding. The original EMD should be
submitted in person to Chief Engineer, Buildings & Housing Department, before the due closing date
& time as mentioned in the Tender Document.
Any tender not accompanying Earnest Money Deposit shall not be accepted and will be
rejected.
No interest money shall be paid for the earnest money retained by the department till the
finalization of the tender.
The Earnest Money of unsuccessful tenderer shall be refunded only after finalization of the
tender. The earnest money of the successful tenderer shall be refunded only after the
completion of work.
Withdraws his/her tender as a whole or for any particular item at any stage after opening of the
tender,
Fails / refuses to enter into written agreement / undertaking for supply of all or any of the approved
items within the specified time period.
Fails to furnish performance security after issuance of notice for Award of Contract.
12
DEADLINE FOR SUBMISSION OF TENDER.
Tenderers shall upload all the necessary documents in the e tender portal before the last date &
time for online submission and The Tender Inviting Authority shall not be held liable for the
delay.
The Tender Inviting Authority may, at its discretion, extend the deadline for submission of
Tender by amending the Tender Document, in which case, all rights and obligations of the
Tender Inviting Authority and the tenderers previously subjected to the deadline shall thereafter
be subjected to the same deadline so extended.
The Authority reserves the right to accept or reject any or all of the Bids without assigning any
reason and to take any measure as the Authority may deem fit, including annulment of the
bidding process, at any time prior to execution of the Agreement, without liability or any
obligation for such acceptance, rejection or annulment.
E – TENDER NOTICES
The Tender Inviting Authority shall publish the following information on its website or e-tender
portal at the appropriate time as part of ensuring transparency in the tender process.
13
AMENDMENT OF TENDER DOCUMENTS:
At any time prior to the dead line for submission of Tender, the Tender Inviting Authority may,
for any reason, modify the tender document by amendment.
ii The Tender Inviting Authority shall not be responsible for failure to inform the
prospective tenderers for any notices published related to each tender. Tenderers are requested
to browse e-tender portal or website of the Tender Inviting Authority for information/general
notices/amendments to tender document etc. on a day-to-day basis till the tender is concluded.
OPENING OF TENDER
The Technical Bid opening is online. The date of technical bid opening is only published in
advance. The date of opening of Financial Bid will be decided after qualify in the technical bid
and shall be informed to the qualified tenderers from time to time. The Financial bid of only
those tenderers who qualify technical bid will be opened.
The on-line opening of the technical bid and the financial bid shall be done by the Tender
Inviting Authority or his authorized representatives. The prospective tenderers or his/her
representative who choose to attend the on-line bid opening can be a part by logging in to the
e-tender portal with the registered digital signature. Tenderers or his/her representative shall
not come to the office of the Tender Inviting Authority for the opening of either technical or
financial bids.
In the event of the specified date for opening of Tender being declared holiday, the Tender shall
be opened at the appointed time and venue on the next working day.
In the event of the tender and claims in the on-line documents being materially missing or of
substantial error or unqualified for want of required qualifications, the bids shall stand
disqualified and rejected. However, minor infirmities in the submission of documents will be
allowed to be rectified so as to ensure qualification of maximum number of competitive offers to
the final round at the discretion of Procurement Committee.
The tenderer shall be responsible for properly uploading the relevant documents in the format
specified in the e-tender portal in the specific location and the Tender Inviting Authority shall not
be held liable for errors or mistakes done while submitting the on- line bid.
The date and time of Financial Bid will be announced only after the evaluation of the Technical
Bid of the tenderers.
EVALUATION OF BIDS.
The commercial terms and documents submitted as part of the technical bids shall be scrutinized
by the Tender Inviting Committee.
The Tender Inviting Committee may also verify the veracity of claims in respect of the known
performance of the equipment offered, the experience and reputation of tenderer in the field,
the financial solvency etc.
The composition of the Tender Inviting Committee along with the co–opted members may vary
with the type of the equipment tendered.
The Tender Inviting Committee will have the full right to debar/black list a tenderer, at any
stage of tender process or thereafter, in the event of being found after verification to indulge in
concealment or misrepresentation of facts, in respect of the claims of the offer.
14
Arithmetical errors shall be rectified on the following basis: If there occurs a discrepancy
between words and figures, the amount in words shall prevail and the offer shall stand corrected
to that effect. If the tenderer does not accept the correction of errors, his offer shall be rejected.
TECHNICAL BID
Tenderer should furnish the following documents online and a hardcopy (excluding
the Tender Document) to qualify in the Technical Bid and proceed to the Financial Bid
ii. Solvency Certificate of Rs. 30.00 Crores issued from State Bank of Sikkim or of any other
Nationalized Banks operating in Sikkim.
15
viii. Declaration Form.
The bidder (Manufacturers/Authorized Dealers/representatives/Indian Subsidiaries/Direct
Importers) should submit the duly signed copy of the Declaration form as per
Annexure II stating that they have carefully gone through the terms and conditions in
the tender documents and have agreed to it and accept the same.
FINANCIAL BID.
Financial Bid has to be submitted online only. The Financial Bid (excel sheet available in e-
tender portal) is specific to a tender and is not interchangeable. The Detailed List of Items
(Annexure I) is provided in the Tender Document. The bidder should quote the prices individually
and upload the file to the designated folder.
The Financial bids of the short-listed technically qualified tenderer(s) will be opened only after
evaluation of Technical Bids.
The opening of the Financial bid shall be done online by the Tender Inviting Committee and only
the Financial Bids of those firms qualified in the detailed scrutiny and evaluation of the Technical
bid shall be opened.
Price Offered should be all inclusive and in Indian Rupees. Price should be quoted for the
supply, installation, training (if necessary) and successful commissioning of the accessories and
fulfilment of warranty/guarantee and after sales service to the satisfaction of the User
Institution.
Prices quoted by the Tenderer shall be fixed during the period of the contract and not subject to
variation on any account.
Price variation due to statutory changes including CGST, SGST, IGST & customs duty will be
accepted during the Running contract period before releasing the Letter of Intent/supply order
on receipt of proper documents.
The price of the equipment, accessories quoted shall be inclusive of ex-factory, ex- show-room,
ex-warehouse, or off-the-shelf, or delivered, as applicable, all accessories /additional accessories
/ spares mentioned in the technical specification Annexure I, , on site assembly if any of the
supplied goods, installation, testing and commissioning of the equipment, accessories, furnishing
of detailed operations manual, service manual with circuit diagram and maintenance manual for
each appropriate unit of supplied goods. Basic price shall also include loading unloading&
stacking, all other taxes, duties & levies and incidental services if applicable.
The bidder should quote the rates of per unit item. L1 shall be decided on the total of rates per
item.
Service providers before quoting the rates are required to inspect the site for proper installation
of the machine.
Minor civil and electrical works shall be considered as a part of the work as per requirement.
Earthing if required should be provided by the service provider. However, before the price bid,
the bidders are required to inspect the site and quote the rates accordingly.
16
All accessories and ups required to make the machine functional should be part of the supply.
Along with the installation certificate, Hands on Training should be submitted with the
photographs.
CLARIFICATION OF BIDS
During evaluation of bids, the Tender Inviting Authority may, at its discretion, give
opportunity to the tenderer(s) for clarification of doubts.
AWARD OF CONTRACT
The contract will be awarded to the lowest evaluated responsive tenderer qualifying to the final
round after scrutiny of the technical bids i.e. after price bid opening.
Variation of Quantities at the Time of Award of Contract: -At the time of awarding the contract,
the Tender Inviting Authority reserves the right to increase or decrease the quantity of goods
and services without any change in the unit price and other terms & conditions quoted by the
tenderer. Some items in the tender may not be the part of the present supply and the
rates are requested for future procurement on need basis.
SECTION VIII
SIGNING OF CONTRACT
The successful tenderer shall execute an agreement in the format as given under Annexure II
for ensuring satisfactory supply, installation, commissioning and the after sales service/support
during the warranty period.
ii Promptly after notification of award, within ten days from the date of the Award of Contract,
the successful tenderer shall submit two copies of the contract (as per agreement Annexure V)
with a duplicate copy, both on Non-Judicial Stamp Paper purchased in the name of the
successful tenderer, duly signed and dated, to the Tender Inviting Authority by registered in
person.
The successful tenderer shall later extend the Contract converting it as Comprehensive
Maintenance Contract/Annual Maintenance Contract as per the Agreement with the Tender
Inviting Authority/respective user institutions, 3 (three) months prior to the completion of 5
years (1-year Standard Warranty and 4 years CMC) Warranty Period, if the Tender Inviting
Authority/User Institution desires so. The total CMC amount can be decided at later at mutually
agreeable rate before the CMC commencement. The CMC will commence from the date of expiry
of the Warranty/DLP Period.
The Successful tenderer shall not assign, either in whole or in part, its contractual duties,
responsibilities and obligations to perform the contract, except with the Tender Inviting
Authority‟s prior written permission.
The Successful tenderer shall not sub contract the execution of the contract. Such action, if done
without the knowledge of the Tender Inviting Authority prior to the entering of the contract,
shall not relieve the Successful tenderer from any of its liability or obligation under the terms
and conditions of the contract.
If necessary, the Tender Inviting Authority may, by a written order given to the successful
tenderer at any time during the currency of the contract, amend the contract by making
alterations and modifications within the general scope of contract.
17
SECTION IX
18
SECTION X
PAYMENT
The payment of the price agreed will be made as per the payment schedule. Final payment will
be made after successful installation of the equipment with its all-necessary accessories at the
user institution specified in the supply order, on submission of Installation Certificates, warranty
certificates, indent with proper stock taking details, photographs (hard copy), calibration /
quality assurance certificate / test certificate wherever required or any documentary proof
requested by the authority.
The original invoice submitted shall be in the name of the Tender Inviting Authority and the
name of the consignee shall also be mentioned in it.
Requests for advance payment, payment against delivery or payment through Bank against
dispatched documents will not be considered.
The successful tenderer shall not claim any interest on payments under the contract.
Where there is a statutory requirement for tax deduction at source, such deduction towards
income tax and other taxes as applicable will be made from the bills payable to the successful
tenderer.
SECTION XI
The department attaches paramount importance to the after sales service of the equipments
installed to ensure smooth operation afterwards. The successful tenderer is required to
undertake preventive maintenance and attend all repairs, if any, that may arise during the
warranty period free of cost.
The after sales terms and conditions will be strictly enforced.
Failure to provide satisfactory after sales services during or after the warranty period will lead to
blacklisting/debarring of the tenderers, but after issuing due notice and provide opportunity for
being heard.
SECTION XII
GUARANTEE/WARRANTY TERMS
The successful tenderer has to warrant that the Goods supplied under this Contract are new,
unused, of the most recent or current models and incorporate all recent improvements in design
and materials unless provided otherwise in the Contract.
The successful tenderer further have to warrant that the Goods supplied under this Contract
shall have no defect arising from design, materials or workmanship (except when the design
and/or material is required by the Tender Inviting Authority’s specifications) or from any act or
omission of the successful tenderer, that may develop under normal use of the supplied goods.
During this period, the successful tenderer shall replace all defective parts and attend to all
repairs/break downs and undertake stipulated number of preventive maintenance visits to every
user installation site. The cost of spare parts for all replacements has to be borne by the
successful tenderer during the period of warranty.
19
The successful tenderer shall visit each User Institution as part of preventive maintenance during
the warranty period. The tenderer shall attend any number of break down/repair calls as and
when informed by the Tender Inviting Authority/User Institution.
Complaints should be attended properly, maximum within the time mentioned in Section V.
Failure to attend the repairs in time or failure to attend the stipulated preventive maintenance
visit or failure to replace the defective equipments if the fault/down time exceeds the stipulated
period or to ensure the stipulated up-time in an year shall lead to forfeiture of the performance
security and/or may lead to blacklisting/debarring of the defaulting tenderer.
The equipment which requires quality assurance test shall be done at free of cost immediately
after installation, during the warranty period, during the CMC/AMC/DLP period.
The tenderer shall undertake on-site calibration of the applicable equipment every year as part
of the after sales service during the period of warranty, CMC/AMC/DLP or on demand from the
user institution and submit a „calibration certificate‟ to the head of the User Institution with a
copy to the Tender Inviting Authority afterwards.
The tenderer shall provide up-time warranty of complete equipment as mentioned, the uptime
being calculated on 24 (hrs) X 7 (days) basis failing which the extension of Warranty period will
be extended by double the downtime period.
All software updates, if any required, should be provided free of cost during Warranty period.
SECTION XIII
TRAINING
The successful tenderers have to impart on-site training to Doctors/ Technicians/Para- medical
staff on the operation and preventive maintenance of the equipment at the time of installation
and anytime during warranty period if demanded by the User Institution to the satisfaction of
the Tender Inviting Authority and User Institution.
SECTION XIV
It is required by all concerned namely the User Institution/ Tenderers/ Successful tenderers etc.
to observe the highest standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, the Tender Inviting Authority defines, for the purposes of
this provision, the terms set forth below as follows:
“corrupt practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the procurement process or in contract execution; and
“fraudulent practice” means a misrepresentation of facts in order to influence a procurement
process or the execution of a contract to the detriment of the Tender Inviting Authority, and
includes collusive practice among Tenderers (prior to or after Tender submission) designed to
establish Tender prices at artificial non- competitive levels and to deprive the Tender Inviting
Authority of the benefits of free and open competition;
Government/ Tender Inviting Authority will reject a proposal for award if it determines that the
Tenderer recommended for award has engaged in corrupt or fraudulent practices in competing
for the contract in question; will declare a firm ineligible, either indefinitely or for a stated period
of time, to be awarded a contract by the Tender Inviting Authority if it at any time determines
that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing the
20
contract.
No tenderer shall contact the Tender Inviting Authority or any of its officers or any officers of the
government on any matter relating to its bid, other than communications for clarifications and
requirements under this tender in writing, with an intention to influence the members of various
committees or officials of Tender Inviting Authority. Any such effort by a tenderer to influence
the Tender Inviting Authority in the Tender Inviting Authority’s bid evaluation committee, bid
comparison or contract award decisions may result in rejection of the tenderers bid.
SECTION XV
FORCE MAJEURE
For purposes of this clause, Force Majeure means an event beyond the control of the successful
tenderer and not involving the successful tenderer’s fault or negligence and which is not
foreseeable and not brought about at the instance of , the party claiming to be affected by such
event and which has caused the non – performance or delay in performance. Such events may
include, but are not restricted to, acts of the Tender Inviting Authority/User Institution either in
its sovereign or contractual capacity, wars or revolutions, hostility, acts of public enemy, civil
commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes
excluding by its employees, lockouts excluding by its management, and freight embargoes.
If a Force Majeure situation arises, the successful tenderer shall promptly notify the Tender
Inviting Authority/User Institution in writing of such conditions and the cause thereof within
twenty one days of occurrence of such event. Unless otherwise directed by the Tender Inviting
Authority/User Institution in writing, the successful tenderer shall continue to perform its
obligations under the contract as far as reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event.
If the performance in whole or in part or any obligation under this contract is prevented or
delayed by any reason of Force Majeure for a period exceeding sixty days, either party may at
its option terminate the contract without any financial repercussion on either side.
In case due to a Force Majeure event the Tender Inviting Authority/User Institution is unable to
fulfil its contractual commitment and responsibility, the Tender Inviting Authority/User Institution
will notify the successful tenderer accordingly and subsequent actions taken on similar lines
described in above sub-paragraphs.
SECTION XVI
RESOLUTION OF DISPUTES
If dispute or difference of any kind shall arise between the Tender Inviting Authority/User
Institution and the successful tenderer in connection with or relating to the contract, the parties
shall make every effort to resolve the same amicably by mutual consultations.
In the case of a dispute or difference arising between the Tender Inviting Authority/User
Institution and a domestic Successful tenderer relating to any matter arising out of or connected
with the contract, such dispute or difference shall be referred to the sole arbitration of PCE cum
Secretary to Buildings & Housing Dept, Govt. of Sikkim whose decision shall be final.
Venue of Arbitration: The venue of arbitration shall be the place from where the contract
has been issued, i.e., Gangtok, Sikkim, India.
21
SECTION XVII
The contract shall be governed by and interpreted in accordance with the laws of India for
the time being in force.
All disputes arising out of this tender will be subject to the jurisdiction of courts of law in
Sikkim.
SECTION XVIII
Failure to produce the requisite certificates after claiming to possess such certificates or
concealment or misrepresentation of facts will not only lead to rejection of tenders in the first
round itself and/or may lead to forfeiture of EMD or performance security as well as result in
black listing/debarring of the tenderer.
Any unexcused delay by the successful tenderer in maintaining its contractual obligations
towards delivery of goods and performance of services shall render the successful tenderer liable
to any or all of the following sanctions:
Liquidated damages:- If the successful tenderer fails to deliver any or all of the goods or fails to
perform the services within the time frame(s) prescribed in the contract, the Tender Inviting
Authority/User Institution shall, without prejudice to other rights and remedies available to the
Tender Inviting Authority/User Institution under the contract, deduct from the contract price, as
liquidated damages, a sum equivalent to 0.5% of the equipment to be supplied per week of
delay or part thereof on delayed supply of goods and/or services until actual delivery or
performance subject to a maximum of 15% of the contract price. Once the delivery period is
exceeded, Tender Inviting Authority/User Institution may consider termination of the contract.
During the above-mentioned delayed period of supply and / or performance, the conditions
incorporated shall also apply and Tender Inviting Authority shall seek alternate measures at the
risk and cost of the successful tenderers.
The decision to impose penalties and finally to black list the defaulting firm will be final and shall
be binding on all tenderers participating in this tender. However there will be provision for
appeal before the government against the decisions of the Tender Inviting Authority
22
SECTION XIX
TERMINATION OF CONTRACT
Termination for default:- The Tender Inviting Authority/User Institution, without prejudice to any
other contractual rights and remedies available to it (the Tender Inviting Authority/User
Institution), may, by written notice of default sent to the successful tenderer, terminate the
contract in whole or in part, if the successful tenderer fails to deliver any or all of the goods or
fails to perform any other contractual obligation(s) within the time period specified in the
contract, or within any extension thereof granted by the Tender Inviting Authority/User
Institution.
In the event of the Tender Inviting Authority/User Institution terminates the contract in whole or
in part, the Tender Inviting Authority/User Institution may procure goods and/or services similar
to those cancelled, with such terms and conditions and in such manner as it deems fit and the
successful tenderer shall be liable to the Tender Inviting Authority/User Institution for the extra
expenditure, if any, incurred by the Tender Inviting Authority/User Institution for arranging such
procurement.
Termination for convenience: - The Tender Inviting Authority/User Institution reserves the right
to terminate the contract, in whole or in part for its (Tender Inviting Authority‟s/User
Institution‟s) convenience, by serving written notice on the successful tenderer at any time
during the currency of the contract.
SECTION XX
FALL CLAUSE
The prices charged for the equipment supplies under the contract by successful tenderer shall
in no event exceed the lowest price at which the successful tenderer sells the equipments of
identical description to any other persons during the period of contract. If any time, during the
contract, the tenderer reduces the sales price chargeable under the contract, he shall forth with
notify such reduction to the Tender Inviting Authority / user institution and the price payable
under the contract of the equipments supplied after the date of coming into force of such
reduction or sale shall stand correspondingly reduced.
-sd-
Chief Engineer,
Buildings & Housing Department
Government of Sikkim.
23
ANNEXURE I
Equipment:
MRI 1.5 Tesla with UPS, attachment/ accessories and printer 1 nos
TMT 1 nos
EEG machine with accessories and printer 2 nos
Dental x Ray unit (gun type portable VATECH) 5 nos
Equipment:
24
Classical Laryngeal mask airway (All sizes) fron Neonatal to
3 set
Adult Male
I Gel Laryngeal mask airway (All sizes) fron Neonatal to Adult
3 set
Male
Mattress Blower with Hot Air (Bair Hugger) 1 nos
Anaesthesia Face Mask (Not Black/ Latex) 10 nos
Flo Trac Sensor 1 nos
Nasopharyngeal Airway (All Sizes) 3 set
Oropharyngeal Airway (All Sizes) 3 set
Cautery FT10 1
Surgical Diathermy–Bipolar 6 nos
ECG Machine- 12 Channel 3 nos
Bowl Sterilizers-Different Sizes 10 nos
Washer Disinfector -30-45 Litres 3 nos
Fumigator 20 nos
Infusion Pump 10 nos
Interlocking nailing set femur and tibia with flexible reamers 2 nos
Drill bits (2.5 mm, 2.3 mm, 3.5 mm, 4.5 mm) 40 nos
Arthroscope 1 nos
Image Intensifier (with cover and accessories) 1 nos
External fixator 5 nos
Obstetrics & Equipment
Gynecology OT Defibrillators with AED & ECG 2 nos
25
(2 Nos) Fiberoptic Flexible Laryngoscopy set with inbuilt suction port
2 nos
(Adult & Paediatric)
Anaesthesia Monitor with Intra Arterial BP and Respiratory
2 nos
Gas Monitor
Video Laryngoscope 1 nos
Intubation Stylet 2
Classical Laryngeal mask airway (All sizes) fron Neonatal to
2 set
Adult Male
I Gel Laryngeal mask airway (All sizes) fron Neonatal to Adult
2 set
Male
Mattress Blower with Hot Air (Bair Hugger) 2 nos
Anaesthesia Face Mask (Not Black/ Latex) 20 nos
Flo Trac Sensor 5 nos
Nasopharyngeal Airway (All Sizes) 10 set
Oropharyngeal Airway (All Sizes) 10 set
Morcellator 1 nos
Colposcope 2 nos
I/D set 3 nos
Minor OT
D/E set 3 nos
D/C set 3 nos
S/E set 3 nos
Cut hook 10 nos
26
Punch biopsy 4 nos
Laparoscopy 2 nos
OT Instruments ( Full set) 10 set
Colposcope 1 nos
Equipment:
Labour bed (Hydraulic) 6 nos
USG Machine with TVS and TAS probe 1 nos
CTG machine 3 nos
open care radiant warmer 2 nos
LDRComplex vacuum extractors 4 nos
pulse oximeter with neonatal wrapup 10 nos
Spot Light 10 nos
Birthing Bed 4 nos
Bassinet 20 nos
Breast Feeding Couch 1 nos
Equipment:
OT Table 2 nos
MinorOT
OT light 2 nos
OT Instruments ( Full set) 5 sets
Equipment:
Anaesthesia workstation with Adult and Paediatric setup,
Respiratory Gas Monitor, Servo Flurane, and Isoflurane 1 nos
vapourizer
Defibrillators with AED & ECG 1 nos
Fiberoptic Flexible Laryngoscopy set with inbuilt suction port
1 nos
(Adult & Paediatric)
Peripheral Nerve Stimulator 1 nos
Anaesthesia Monitor with Intra Arterial BP and Respiratory
1 nos
Gas Monitor
Laryngoscopy set with Macintosh Blade (5 blade set) (All
5 nos
Sizes)
Video Laryngoscope full set 1 nos
Intubation Stylet 1 nos
Classical Laryngeal mask airway (All sizes) fron Neonatal to
1 set
Adult Male
Eye OT I Gel Laryngeal mask airway (All sizes) fron Neonatal to Adult
1 set
Male
Mattress Blower with Hot Air 1 nos
Anaesthesia Face Mask (Not Black/ Latex) 1 nos
Flo Trac Sensor 1 nos
Nasopharyngeal Airway (All Sizes) 2 set
Oropharyngeal Airway (All Sizes) 2 set
28
Auto- refractometer 1 nos
Punctum Dilator 10 nos
Applanation Tonometer 2 nos
Fundus Camera 1 nos
OCT. 1 nos
Non Contact Tonometer 1 nos
Yag Laser 1 nos
VFA 1 nos
Lensometer 1 nos
IOL Master 1 nos
Ishihara chart 6 nos
Patterned Yellow, green laser 1 nos
AB Scan 1 nos
slit lamp with anterior segment photography 1 nos
Gonio Lens 2 nos
Vitereo Retinal
Operating Microscope OMS 90+MSXY03 Tasnlator for OMS 90
1 nos
MDR
Fundus Flourscein Angiography TRC-50 DX 1 nos
Slit lamp SL D701 1 nos
Dehumidifier 2 nos
Minor OT
OPERATING Microscope 1 nos
OT Table with steps 1 nos
OT Light Single dome 1 nos
Portable OT light 1 nos
Phaco machine 1 nos
Accessories nos
Trial lens set with trial frame Adult/Children 6 nos
Torch 20 nos
29
ENT Operating microscope 1 nos
Forceps
a) Jweller Forceps 2 nos
b) Ring Forceps 2 nos
c) Epolation forceps 2 nos
Derma OT d) Adson forceps 2 nos
e) Toothed forceps 2 nos
f) Plain forceps 4 nos
g) Allis Forceps 2 nos
h) Spatula 2 nos
Molluscum Curettes 1-2,2-3,2-4 1 each
Dermal Curettes 1 each
Scoop 4 nos
Slim Hook 2 nos
31
Scissor Double curved S-Shape 4 nos
Hemostat Forceps 4 nos
Needle Holder 4 nos
Dermabroder Mannual Size 3.5, 7, 10, 12 max 16, 18, 20, 24
1 each
mm
Department
Equipment:
ABG Machine 2 nos
Air Mattress 29 nos
GeneralICU
(Medical ICU Anaesthesia Face Mask (Not Black/ Latex) 29 nos
3 16 Bed + Defibrillators with AED & ECG 4 nos
Surgical ICU Peripheral Nerve Stimulator 5 nos
13 Bed) Central Nursing station all complete 4 nos
Fluid Warmer 10 nos
Blood warmers 10 nos
Ventilator 18 nos
Video Laryngoscope 3 nos
GeneralHDU ECG Machine 12 channel 13 nos
32
Equipment: nos
Bi-PAP/CPAP mask ventilator 10 nos
ECG Machine 12 channel 10 nos
Equipment: nos
ABG 1 nos
Blood warmers 2 nos
Defibrillator with TCP and AED 2 nos
Fetal Doppler 1 nos
Mechanical Ventilators 1 nos
Radiant Warmer 2 nos
OBGYNICU USG Machine with color Doppler and Echo facility 1 nos
Autoclave 4 nos
Beds for mothers with matress 2 nos
Bili Blanket 4 nos
Bubble CPAP with compressor 4 nos
Formaline Vapouriser 1 nos
Infantometer 2 nos
Irradiance Meter 2 nos
Laminar Flow Machine 1 nos
Multi para Monitor with Neonatal leads 12 nos
Neonatal Resuscitation Equipment 3 set
SNCU+MNCU+ Open care Radiant warmer 12 nos
PICU+NICU Phototherapy 8 nos
Phototherapy Single Surface LED 4 nos
Portable LED Standing light 2 nos
Pulse oximeter with Neonatal Wrapup 4 nos
Transcutaneous Bilirubinometer 2 nos
Transport Incubator 2 nos
Vein Finder 2 nos
Breast Feeding Couch 1 nos
Ventilator HFO for neonates 8 nos
ABG Machine 1 nos
Air Mattress 29 nos
Accessories/Consumables:
Anaesthesia Face Mask (Not Black/ Latex) 2 nos
Emergency Peripheral Nerve Stimulator 2 nos
33
ICU Syringe Infusion Pump 7 nos
Transport Monitor 1 nos
Video Laryngoscope 2 nos
Intubation Stylet 3 nos
Equipment:
Dental chair with all the probes (Air Rotor hand piece:-
13 nos
stranded head)
Micrometer 10 nos
needle distroyer 5 nos
stethoscope 3 nos
BP apparatus 5 nos
pulp tester 5 nos
Apex locator 5 nos
Intraoral Camera 2 nos
Bleaching light 5 nos
Instrument Boiler 5 nos
Water Heater 5 nos
Rubber Dam kit 30 nos
crown remover kit 5 nos
orange safety goggles for composit 25 nos
Dental Motorized Suction 5 nos
Lead apron 15 nos
Patients drapes 50 nos
Instrument
Rongeurs 15
35
Dappen dish-glass/ceramic 10 nos
Dental Wire cutter 10 nos
Universal Orthodontic Plier 10 nos
Ligature wire SS No. 26,28,&30(coil pkt. of 10/14
20 nos
gms,Tempered Soft,round
Arch Bar(Erich) 25 nos
Reamer No. 15 to 80 in 21& 25mm (each pkt set six) 100 nos
36
Wedges (plastic and wooden) 50 nos
Endo burs (Access preparation burs) 50 nos
Gates glidden drills 50 nos
Peeso Reamers 50 nos
RCT Irrigation Needles 50 nos
Endo box 25 nos
B.P Knife and blades 40 nos
Needle holder 20 nos
Suture 20 nos
Suture scissors 27 nos
Straight and curved scissors 25 nos
Scalpel or B.P. Blade Handle 26 nos
Bone chisel and mallet 26 nos
Bone file 26 nos
Towel clamps 26 nos
Austin Tissue retractor 25 nos
Weider Tongue and cheek retractor 25 nos
Stainless-steel Surgical suction tips 25 nos
Surgical tray 25 nos
Surgical drape and green towels 25 nos
Bib/Towel clips with chain 25 nos
Stainless-steel Anaesthesia syringe with needles 25 nos
Surgical burs 25 nos
Hand scalers set 25 nos
Hand curettes 25 nos
Periodontic probe 2 nos
Orthodontic Universal Pliers 5 nos
Orthodontic Adams Pliers 25 nos
Wire Cutter 25 nos
Orthodontic Wire 25 nos
Dentulous Perforated Impression Tray Set 50 nos
Edentulous Non-perforated Impression Tray Set 50 nos
Blow Torch 15 nos
Acrylic Trimming Burs 50 nos
Shade Guide 5 nos
Crown Cutting Burs 50 nos
Hot Plate, Mixing Bowl, Plaster Knife 15 nos
Plaster Spatula Curved and Straight, Wax Spatula, Wax Knife 15 nos
Bird Beak Plier, spring forming pliers and Tweed Plier 5 nos
37
How(e) pliers 5 nos
Mathieu ligature pliers 5 nos
Reverse Tweezer or band holder 5 nos
Separator Placing Plier 5 nos
MBT Gauge 5 nos
Band Pusher, Band seater 5 nos
Double-Ended Distal Bender 5 nos
Ligature tucker 5 nos
Triple beak pliers 5 nos
Hard Wire Cutter, 5 nos
Orthopaediac appliances (headgear, face mask, chin cup,
50 nos
expander, ETC)
Instruments:
Mouth mirror and Examination Instruments 2 nos
Furniture*** nos
Examination table with in-built IV stand 2 nos
Footstool 2 nos
colour coded bins 2 nos
Stool 25 nos
Slim model doctor’s table 12 nos
Slim model doctor’s chair 25 nos
slim model two arm less chairs for patients and attendants 4 nos
wheelchair 5 nos
Exercise Charts for teaching basic exercise forneck, back,
4 nos
shoulder, kneejoint etc
38
Chart for showing positioning, lifting and carrying technique
4 nos
for elderly
Equipment:
Mortuary table (Stainless steel) 2 nos
Mortuary Cabinet ( 4 chamber ) 2 nos
Weighing machines(Organs) 2 nos
Measuring glasses (liquids) 4 sets
Autopsy Saw with Vaccum Collector 2 nos
Oscillating Handheld Autopsy Saw 3 nos
Embaming Fluid Injector Machine 2 nos
Suction Pump 3 nos
7 Postmortem
Domestic Refrigerator 2 nos
Microscope Monopolar 3 nos
DSLR Camera 2 nos
Breath Analyser 2 nos
Spot lights / OT light 4 nos
Accessories:
Aprons 10 nos
Postmortem gloves (Pairs) 100 nos
rubber sheets 10 nos
40
Lens 10 nos
PATHOLOGY
Microtome Automated 1 nos
Microtome Manual 1 nos
Tissue floatation water bath 3 nos
ERBA-3 part CBC analyser 1 nos
ERBA-5 part CBC analyser 2 nos
Automatic PT-INR machine 1 nos
ERBA-ESR machine 1 nos
Cytospin liquid based cytology 2 nos
FNAC gun 3 nos
Urine analyser (automated) 1 nos
Hot air Oven 3 nos
Tissue processor 1 nos
Grossing station 1 nos
Embedding station 1 nos
Staining Station 1 nos
Microscope 50E with monitor, CPU and UPS 2 nos
Microscope 2 nos
Hot plate 2 nos
Incubator 1 nos
Centrifuge machine 3 nos
9 CENTRAL LAB Cell counter 3 nos
Weighing machine 2 nos
VIRAL LAB
viral load analyser 1 nos
Biosafety Cabinet 2 nos
RTPCR 1 nos
BIOCHEMISTRY
Semi Automatic analyser 3 nos
Fully Auto Analyser EM 600 1 nos
Electrolyte analyser 3 nos
CLIA 1 nos
ABG analyser 1 nos
Distilled water plant 25 lts 1 nos
Water bath 1 nos
Hot air Oven 1 nos
centrifuge 4 nos
Ice lined refrigerator (ILR) 3 nos
Deep Freezer -20 degree 1 nos
Deep,Freezer -80 degree 1 nos
Normal refrigerator 2 nos
MICROBIOLOGY
Vertical Autoclave 300-450 ltrs 2 nos
41
Distilled water plant 25 lts 2 nos
Microscope Bifocal 2 nos
Hot air Oven 1 nos
Elisa Reader 2 nos
Elisa Washer 2 nos
Refrigerator 6 nos
Deep Freezer -20 degree 2 nos
Deep,Freezer -80 degree 1 nos
BOD Incubator 2 nos
Centrifuge Machine 2 nos
Digital Weighing Machine 2 nos
Biosafety Cabinet 1 nos
Bacteriology
Incubation BOD 2 nos
Bunsen Burner with loop stand 2 nos
Densitometer 1 nos
Compound Microscope 2 nos
Candle Jar 3 nos
Distillation Plant 2 nos
SEROLOGY LAB
Micropipettes- 8 multichannel 2 nos
Micropipettes- 1000ml 2 nos
Micropipettes- 2-200 ml 4 nos
Micropipette stand 2 nos
Bench Top Centrifuge 16 tube holder 2 nos
Glass Wares
Test tube large - 16 x 150mm 500 nos
Test tube medium - 12 x 150mm 500 nos
Test tube small - 10 x 150mm 500 nos
Petri dishes glass 100x 15mm 1000 nos
Molecular Laboratory
Elisa Reader 1 nos
Elisa Washer 1 nos
Centrifuge 1 nos
Plate Centrifuge 1 nos
Microcentrifuge 1 nos
Refrigerator 2 nos
PCR Cabinets/ Laminar Air Flow 2 nos
Vortex Mixture 2 nos
Mini Spin 2 nos
Vertical Freezer -20 Degree 1 nos
Vertical Autoclave 1 nos
Water Bath 1 nos
Pipette 1-10 ul 3 nos
Pipette 1-20 ul 3 nos
Pipette 10-200 ul 3 nos
42
Pipette 50-1000 ul 3 nos
Other equipments and instruments
STAINS
Gram stain 1 nos
AFB stain 1 nos
GIEMSA stain 1 nos
PAP stain 1 nos
MGG ( may grunwald Gimesa) 1 nos
Water bath 1 nos
Vortex Mixture 1 nos
LPG Cylinder 2 nos
Bunsen Burner 2 nos
Bone marrow transplant needle 1 nos
Bone marrow biopsy needel 1 nos
Slide warmer 1 nos
Paraffin dispenser 1 nos
Block waxx trimmer 1 nos
Embedding cassettes Leutracts 1 nos
grossing table for HPE 1 nos
light microscope 3 nos
Incubator 2 nos
Automatic tissue processor 1 nos
11
Equipment: Qty Unit
Dialysis Machine (1 Nos for ICU) 14 nos
ECG Machine 12 channel 1 nos
Dialyzer reprocessing unit 2 nos
REFRIGIRATOR 1 nos
Dialysis LARYNGOSCOPE 1 nos
Services
TDS METER 1 nos
FLASH AUTOCLAVE 1 nos
Other equipments and instruments
PATIENTS TROLLY 2 nos
pH METER 1 nos
SYRINGE PUMP WITH PMO LINE 2 nos
LARGE STRAINER 10 nos
FUNNEL 5 nos
DIALYSIS WEIGHING SCALE 2 nos
44
Equipment:
45
Table Trolley with 2 shelves 530 x 1080 x 800 H. Complete
2 nos
with all accessories as per detailed technical specification.
Equipment:
Loading Stations 12 nos
Galvanized Steel Tube 400mm dia; 1 mm thick 160 mts
Galvanized Steel Bend 400mm dia; 800mmR 30 nos
Galvanized Steel Discharge Hopper 4 nos
Compressed Air Pressure Set 2 nos
Blower Set High Pressure, High Flow 2 nos
Galvanized Steel Steel NW400 Exhaust 2 nos
Washroom Trolley 100kg Overall size : 850 x 650 x 1680 ht. 2 nos
Mobile Table Table Top Size: 1130 x 720 800 ht. 2 nos
46
EQUIPMENTS Thermometer -Digital 200 nos.
Thermometer IR 30 nos.
Boiler sterilizers (Big) 80 nos.
Boiler sterilizers (medium) 80 nos.
Boiler sterilizers (small) 20 nos.
Examination light 50 nos.
Wall mounted height measuring Scale 20 nos.
Stethoscope- Adult (Lifeline) 150 nos.
Stethoscope- Paedriatic (Lifeline) 20 nos.
Weighing machine adults 50 nos.
Weighing machine pediatrics 10 nos.
LED torch 30 nos.
Measuring tape 25 nos.
Sphygmomanometer (Desktop Analogue) 150 nos.
Sphygmomanometer (Digital) 150 nos.
stethoscope + Otoscope 20 nos.
tuning fork (156) 20 nos.
percussion hammer 20 nos.
Glucometer with strip 100 nos. - Dr. Morepen 50 nos.
X-Ray LED VIEW BOX 100 nos.
Nebulizer 30 nos.
Nebulizer-Ultrasonic 5 nos.
Stadiometer 20 nos.
infantometer 20 nos.
non-stretchable measuring tape 10 nos.
Pulse oxymeter 50 nos.
Reflex hammer 10 nos.
Goniometer 10 nos.
Suction machine electric 30 nos.
Suction machine Foot operated 10 nos.
HUB CUTTER 200 nos.
Domestic Refrigerator different capacity 30 nos.
Laboratory refrigerator with Glass door 15 nos.
otoscope 10 nos.
Spirometer (Respiratory) 5 nos.
Geyser (25 ltrs.) for Labs, ICUs, OTs, etc. 25 nos.
48
Lab REAGENTS
17 To last for 2 years
& consumables
Equipment:
Pedal Function Colour Coded BMW bins with wheels 200 sets
As per
General Hospital Maintenance tools
requirement
Equipment:
19 Ambulances BLS Ambulance 4 nos
ALS Ambulance 2 nos
49
Hearse Vehicle 2 nos
Artery forceps straight SS, Allis forceps ( all sizes) 100 nos.
50
Dialator set SS 100 nos.
Laryngeal mirror 20 nos.
Nasopharyngeal mirrors 20 nos.
Aural speculum 20 nos.
Siegles speculum 20 nos.
Tuning fork (512 Hz) 20 nos.
Bayonet forceps 100 nos.
Particulars Qty
Anaesthesia Trolley (Complete with Ambu bags and other
10 nos
items)
BASKET RACK suitable to accommodate Baskets. Complete
25 nos
with all accessories.
Bed Side locker/ Table 500 nos
Medicine Cabinet/Cupboard 100 nos
CARDIAC TABLE 500 nos
CRASH CART 60 nos
51
Cupboard
Pigeon Cupboard
Shoe rack
Sofa Set
soiled linen cart
STAFF CHAIR. Complete with all accessories as per detailed
technical specification.
Stainless steel small Table
Storage rack
Table
VISITORS CHAIR. Complete with all accessories as per
detailed technical specification.
Waiting Bench
Kitchen As per requirement under IPHS Guidelines for 500 Bedded As per
25
equipmens Hospital requirement
CMC of all All Medical Equipments, Machines, Elevators and plants should
26 machines and come with atleast 4 years CMC i.e. for 2nd, 3rd, 4th and 5th
Equipments year
53
ANNEXURE II
DECLARATION
FORM
do hereby declare that I/We have carefully read all the conditions of Tender No_________________
Dated______________ for supply of__________________________________
54
ANNEXURE III
AFFIDAVIT
(NON-CONVICTION)
……………………………………………
……………………………………………
55
ANNEXURE IV
AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you
with a bank guarantee by a scheduled commercial bank recognised by you for the sum specified
therein as security for compliance with its obligations in accordance with the contract;
AND WHEREAS we have agreed to give the supplier such a bank guarantee;
NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the
supplier, up to a total amount of (Amount of the guarantee in words and figures),
and we undertake to pay you, upon your first written demand declaring the supplier to be in default
under the contract and without cavil or argument, any sum or sums within the limits of (amount of
guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier before presenting
us with the demand.
We undertake to pay you any money so demanded notwithstanding any dispute or disputes raised
by the supplier(s) in any suit or proceeding pending before any Court or Tribunal relating thereto
our liability under these presents being absolute and unequivocal.
We agree that no change or addition to or other modification of the terms of the contract to be
performed there under or of any of the contract documents which may be made between you and
the supplier shall in any way release us from any liability under this guarantee and we hereby waive
notice of any such change, addition or modification.
No action, event, or condition that by any applicable law should operate to discharge us from
liability, hereunder shall have any effect and we hereby waive any right we may have to apply such
law, so that in all respects our liability hereunder shall be irrevocable and except as stated herein,
unconditional in all respects.
This guarantee will not be discharged due to the change in the constitution of the Bank or the
Supplier(s).
This Guarantee will remain in force up to (Date). Unless a claim or a demand in writing is made
against the bank in terms of this guarantee on or before the expiry of (Date) all your rights in the
said guarantee shall be forfeited and we shall be relieved and discharged from all the liability there
under irrespective of whether the original guarantee is received by us or not.
AGREEMENT
THIS AGREEMENT made the…........... Day of …............. 20…..... Between ........ (Name and Address
of
Purchaser) represented by the Addl. Chief Engineer (Mech.) .......... (Hereinafter “the Purchaser”) of
one
part and …............. (Name and Address of Supplier) .................. (Hereinafter “the Supplier”)
represented
by ………………… (Name of the Authorized Signatory and Designation), Aged …….. years,
residing at
…..................... (Full Residential Address of the Signatory) of the other part:
WHEREAS the Purchaser has invited tenders for the supply of .......... (brief description
of goods and services vide tender no ………dated ……….The supplier has submitted
technical and price bids and the technical specifications / features / other quality
requirements as contained in the tender document. The Purchaser has finalized the tender
in favour of the Supplier for the supply of the said goods and services for a total cost of Rs
.......................................................................................................... (Contract Price in
Words and Figures) (hereinafter “the Contract Price”)
and issued Letter of Intent / Supply Order No. ………… Dated …………..
Delivery Schedule:
IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with their respective laws the day and year first above written.
Signed, Sealed and Delivered by the said ......................... (For the Purchaser) in the presence of
….............................. Signed, Sealed and Delivered by the said ........................ (For the Supplier)
(Signature, Name, Designation and Address with Office seal) in the presence of
...............................
57
ANNEXURE VI
SITE READINESS/CONSIGNMENT RECEIPT
FORM PURCHASE ORDER DETAILS
58
SITE READINESS / CONFIRMATION FORM
DATE:
SITE DETAILS
COMPLETION OF CIVIL WORKS
59
ANNEXURE VII
STICKER
60
ANNEXURE VIII
POWER OF ATTORNEY
(On a Stamp Paper of relevant value)
I/ We hereby also undertake that I/we will be responsible for all action of
Sri/Smt.……………………………………….. undertaken by him/her during the tender process and thereafter
on award of the contract. His / her signature is attested below
Accepted
(Signature)
(Name, Title and Address of the Attorney)
Date:
61
Annexure IX
AFFIDAVIT
1. I, the undersigned, do hereby certify that all the statements made in the required attachments are
2. The undersigned also hereby certifies that neither our firm M/s _______________has abandoned any
work in Sikkim/India nor any contract awarded to us for such works have been rescinded, during last
3. The undersigned hereby authorize(s) and requests any bank, firm or corporation to furnish pertinent
information deemed necessary and requested by the department to verify this statement or regarding
4. The undersigned understand and agrees that further qualifying information may be requested, and
agrees to furnish any such information at the request of the Department/ Project implementing
agency.
___________________________________________
____________________________
Title of Officer
____________________________
Name of Firm
____________________________
DATE
62
Annexure X
Payment Schedule:
Project Title: Procurement of Medical Equipment, Fixtures & Furnishing for the Upcoming 500
Bedded District Hospital at Namchi in Sikkim
63