To, Subject: -Invitation of sealed bid for High End Color Doppler Ultrasound Machine under Two Bid System

-1Hospital Store ESI Hospital Basaidarapur Ring Road New Delhi-110015 http://www.esipgimsrbasai.in ,www.esic.nic.in Telefax:- 25936932 ===============...
Author: Damon Stanley
7 downloads 2 Views 525KB Size
-1Hospital Store ESI Hospital Basaidarapur Ring Road New Delhi-110015 http://www.esipgimsrbasai.in ,www.esic.nic.in Telefax:- 25936932 ====================================================== F.No. DMH/18/27/PCS/Radio/2013/HS/281 Dated: 31.08.2015 To,

Subject: -Invitation of sealed bid for “High End Color Doppler Ultrasound Machine” under Two Bid System. Medical Superintendent, E.S.I Hospital Complex, Basaidarapur, New Delhi-110 015 intends to purchase 01 No. High End Color Doppler Ultrasound Machine as per the specification enclosed .You are requested to submit your bid latest by 04.11.2015 up to 02:00pm in the form of sealed bid under Two Bid system-Technical Bid & Price Bid. Technical Bid should consist all the technical details along with commercial Terms & conditions, & Price Bid should indicate the price of the item mentioned in technical bid. The Technical Bid & Price Bid must be sealed by the bidder in separate envelopes duly superscribed “Technical bid for High End Color Doppler Ultrasound Machine” and “Price bid for High End Color Doppler Ultrasound Machine”. Both the sealed envelopes are to be put in the bigger envelope which should also be sealed & duly superscribed, “Bid for High End Color Doppler Ultrasound Machine”. Bid may be sent by courier or in person or may be dropped in the tender box kept at the Hospital Store up to 02:00pm on 04.11.2015. Bids received late will not be considered. Proof of postage/courier won’t be considered as a claim for timely submission of tender. All the bids received will be opened on the same day at 2:30pm. Bidders or their authorized representative may be present if they wish to be. In case 04.11.2015 is declared a holiday, bids will be opened on next working day at the same time & venue. Bid should be accompanied by Earnest Money of 1,20,000/- (One Lakh Twenty thousand only), in the form of D.D./Banker’s cheque, in favour of ESIC Fund Account No.1 payable at Delhi. Earnest Money is to be attached with Technical Bid. Bid without Earnest Money deposit or tender cost (Rs. 500/-) will not be accepted. If the tender has been downloaded from website, tender cost of 500/-(Five hundred only) has to be submitted along with the tender in the form of D.D./Banker’s cheque in favour of” ESIC Fund Account No. 1”.

-2Tender is required to be submitted in two bid viz ‘Technical Bid & Price Bid’ in one envelop mentioning the name of item (make & model if any) & name of tenderer with complete corresponding address. Each & every page of the quotation is to be serially numbered & duly signed by authorized bidder/signatory. Both the envelopes are to be put in a single envelop super scribed “Tender for (name of the equipment) & Name of the bidder & specifying the numbers of envelopes enclosed/inserted. (A) Technical Bid :-( It should comprise of following) 1. EMD (To be furnished in accordance with the S. No. 1under Terms & Conditions) 2. Technical details of the quoted items with reference to tender specifications. 3. Catalogue/literature, make & model of the Equipment offered 4. Warranty/Guarantee period of minimum 2 years. 5.

Undertaking indicating that they have not supplied the said equipment to any individual, Govt. or private institution at a rate lower than the quoted rate

6. A certificate about Satisfactory performance report of the quoted equipment & quality of after sales service duly authenticated from existing users of the equipment 7. Notorized copy of TIN. 8. Authorization Certificate from the Principal/manufacturer that they will be solely responsible for maintenance of equipment during guarantee/warranty and CMC period even when the agent is changed during this period 9. Authorization certificate from principal that spares & any other miscellaneous items (As applicable)of the equipment quoted will be freely available for at least five years after expiry of warranty/guarantee period (As per annexure III) 10. A signed undertaking on non judicial stamp paper of Rs.100/- ( One hundred only) along with tender (As per Annexure II) 11. Compliance certificate to CE/FDA/BIS etc. 12. Authority letter from manufacturer in case bid is submitted by authorized agent in original or notorized.(As per annexure III) 13. Authority letter from the competent authority with respect to name, designation and specimen signature of the representative signing the tender document/authority letter. (B) Price Bid: (It should comprise of following) 1.

The information given in technical bid should be reproduced with prices indicated. Any deviation in this regard will render the bid liable for rejection. The prices should be all inclusive lump sum prices as per description given in Sr. No.2 below. The price of CMC for five years after expiry of warranty/guarantee period should be given in the price bid only.

-3The tender will not be considered without the offer of CMC. Rates of CMC will be considered for ranking purpose. In case of CMC, the rates should be quoted inclusive of spares. Only technical bid shall be opened first & shall be referred for the technical evaluation. The price bid of only those bidders whose technical bid is found acceptable by the Technical Evaluation Committee will be opened by the purchase committee for further action. 2. Rates should be quoted as lump sum price FOR destination in only inclusive of the cost of the equipment, freight, insurance, packaging, forwarding, excise duty etc.as well as charges for installation & commissioning with all the men & material required for the same. No other charges in addition will be payable on any account over & above the lump sum price quoted. Price variation clause will not be acceptable.

1.

2.

3.

4. 5.

The rates quoted in ambiguous terms such as “freight on actual basis” or “packaging/forwarding extra” will render the bid for rejection irrespective of its gradation in r/o lump sum prices quoted. Bidders in their own interest shall ascertain the eligibility of whatsoever concession & exemption eligibility applicable to the Hospital & shall advise the purchaser & quote accordingly. No ‘C’ or ‘D’ form is to be issued by this office. CST/VAT may be claimed as per rules. Tender should be typed in words as well as in figures free from erasing & errors in typing. The bidder must attest any erasing/error, otherwise the rates in reference of that particular item shall not be considered. The covering letter should indicate the list of enclosures. TERMS & CONDITIONS EMD must be deposited by the bidder only through Demand Draft/Banker’s Cheque in favour of ‘ESIC fund A/c No.1’ along with technical bid which shall be refunded to bidders without any interest after finalization of the tender. Security Deposit equivalent to 10% of the total cost of the equipment must be deposited by the successful bidder through Demand Draft/Banker’s Cheque in favour of ‘ESIC fund A/c No.1’ or Fixed Deposit/Bank Guarantee only in favour of ‘Medical Superintendent, ESIC-PGIMSR, Basaidarapur, New Delhi-110 015.’(In case of BG, a forwarding letter from the Branch Manager should be attached.) The same shall be released after fulfillment of all the contractual obligations including submission of CMC proposal & no interest shall be payable thereof. A working demonstration has to be provided in Delhi only to the Technical Evaluation Committee within 2 (two) weeks from the date of written communication from this office & only one chance for demonstration will be given. Only Manufacturer/Authorized Distributor/Stockiest of the firm whose item is being quoted will be considered. Only appropriate model as per specifications should be quoted. Alternate offer(s), if any, must accompany with the additional requisite EMD, failing which only first offer will be considered for evaluation.

-46. Name, designation & specimen signature of the person/ representative authorized by the competent authority of the firm to deal with the tender must be enclosed along with the tender. 7. Tenderer must provide Delhi’s address, along with the Telephone No., fax No. , Email ID & Mobile No.with tender for all correspondence. The firm should also provide the complete address along with telephone No. & fax No. of the Service Centre from where after sales service would be provided. 8. The tender will be valid for a period of one year from the date of opening of the tender. 9. The equipment must be guaranteed/warranted for a minimum period of 2 years from the date of satisfactory installation or mentioned in the specification. 10. Delivery period will be 60 (Sixty) days from the date of supply order. The date of delivery will be the date of delivery at consignee site. 11. If at any time during the currency of the contract, the supplier encounters conditions hindering timely delivery of the goods, the supplier shall inform the consignee in writing about the same & its likely duration and make a request to the consignee for extension of the delivery schedule accordingly with no increase in price at any account. The consignee, at its discretion, may agree to extend the delivery schedule with or without late delivery charges as specified in Para 12. In case the supplier dispatches the goods without obtaining an extension, it would be doing so at its own risk & no claim for payment for such supply and/or any other expense related to such supply shall lie against the consignee. 12. If the supplier fails to deliver the goods within the time frame, the consignee shall, without prejudice, deduct from the contract price, a sum equivalent to 0.5% per week of delay or part thereof, subject to a maximum of 10% of the contract price. Once the maximum is reached, the EMD may be forfeited. 13. a) The tenderer must enclose an undertaking by the manufacturer of the equipment for servicing the equipment & supply of spare parts whenever required at least for 5 years, or as mentioned in the specifications, after completion of warranty. b) The firm must ensure to keep the equipment in working order throughout the year. c) In event of equipment, covered under CMC, going out of order, the fault shall have to be attended within 24 hours of lodging the complaint. In case the equipment is not restored in functional order within a week, a penalty of 0.5% of total cost of CMC of the equipment per day for the period of equipment remaining out of order will be levied during CMC. d) If the equipment needs calibration, the firm shall be responsible for calibration as a part of CMC. e) During the warranty period, in the event of equipment remaining out of order beyond a period of 24 hours of lodging the complaint, a penalty to extent of 0.25% of purchase value of the equipment shall be levied for each day of the equipment remaining non functional beyond permissible limit. 14. Along with rates of CMC, a list of commonly used spares with prices as on date must also be enclosed in the price bid.

-515. A Certificate about satisfactory performance & quality of after sales service of the equipment duly authenticated by the HOD/MS of the institution must be furnished as per annexure IV. Installation report/user list will not be considered as Performance Certificate. 16. Tenderer has to submit a signed undertaking on a non judicial stamp paper of 100/(One hundred only) along with the technical bid as per enclosed annexure II. 17. Tenderer has to submit Authorization Certificate along with the technical bid, on manufacturer’s letter head as per annexure-III, in case bid is submitted by authorized agents. 18. Payment shall be released through RTGS after satisfactory installation & commissioning of the equipment. 19. Equipment manufacturer must also provide technical documents explaining the prerequisites, data exchange format & detailed user & technical manuals explaining how to integrate & transfer data with third party hospital management application. 20. Either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid, but both can not bid simultaneously for the same item in the same tender. 21. If an agent submits bid on behalf of the Principal/ OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item. 22. The documents should be submitted as per annexures given in the tender, the bid may be rejected if any deviation/discrepancy is found. 23. Compliance certificate to any standard as mentioned in the specification (eg. CE/FDA/BIS etc.) must also be enclosed with the technical bid. 24. Medical Superintendent reserves the right to decrease/increase the quantity of any item or reject/accept any or all tenders without assigning any reason thereof. No correspondence will be entertained in this regard.

Medical Superintendent.

-6Check List S. No. 1 2 3 4

5 6

7

8

9

10

11 12

Annexure-I

Document EMD (As per S.No.1 of Terms & Conditions) Bid form & price schedule as given in S.No. 1 of T&C. Five years CMC charges as given in S.No.13 of T&C alongwith rates of spares, if any in the price bid. Undertaking indicating that they have not supplied the said equipment to any individual, Govt. or private institution at the rate lower than the quoted rate Manufacturer’s Authorization Certificate (As per Annexure III) in case bid is submitted by agents A certificate about Satisfactory performance report of the equipment & quality of after sales service duly authenticated from existing users of the equipment Authorization Certificate from the Principal/manufacturer that they will be solely responsible for maintenance of equipment during guarantee/warranty and CMC period even when the agent is changed during this period Authorization certificate from principal that spares & any other miscellaneous items (As applicable)of the equipment quoted will be freely available for at least five years after expiry of warranty/guarantee period (As per annexure III) A signed undertaking on non judicial stamp paper of 100/- ( One hundred only) along with tender (As per Annexure II) For the equipments where consumables/reusables etc. are required, a list indicating cost & life of consumables/spares be given Copy of Notorized TIN. Compliance certificate to CE/FDA/BIS etc. attached.

Yes/No

Page No.

-7Annexure-II Undertaking (To be submitted on

100 Non judicial stamp paper)

1. I, undersigned certifies that I have gone though the Terms & conditions mentioned in the tender document including annexure & undertake to comply with them. The rates quoted by me/us are valid & binding on me/us for acceptance for the period of one year from date of opening of tender. 2. It is certified that rate quoted are the lowest quoted for any institution/Hospital in India. 3. EMD deposited by me/us viz _______ in the form of Demand Draft/Banker’s Cheque in favour of “ESIC Fund Account No.1” New Delhi is attached herewith and shall remain in custody of the Medical Superintendent, ESI Hospital, Basaidarapur, Delhi as per S.No. 1 of Terms & Conditions. 4. (A) I/We give the rights to Medical Superintendent, ESI Hospital, Basaidarapur,New Delhi-110 015 to forfeit the EMD deposited by me/us if any delay occur on my/agent’s part or fails to supply the article at the appointed place & time & of the desired specification. (B) I/we undertake that I/we will be in position to provide Comprehensive Annual Maintenance Contract (CMC), Spare Parts, & consumables for 5 years after completion of guarantee/warranty period .I/we also undertake to keep the equipment in running order throughout the year under warranty / guarantee/ CMC and in case of equipment going out of order, the fault will be attended within 24 hours of lodging the complaint. The firm shall ensure the machine is set right within 7 days of intimation. However I/we have to arrange similar equipment as a standby at mine/ours cost & risk, in case of breakdown of machine is not set in working condition within the specified period. Failing which, a penalty of 0.25% of the total cost of the equipment per day for the period equipment remains out of order be levied on me/us. 5. There is no vigilance/CBI case or court case pending against the firm/supplier. 6. I/we do hereby undertake that the firm is in this business since the last three years. 7. On Inspection, if any article is found not as per supply order, it shall be replaced by me/us in time as asked for, to prevent any inconvenience at my /our own expenses. 8. I/we hereby undertake to supply the items as per specifications and directions given in supply order within the stipulated period. 9. I/we undertake to provide guarantee/warranty as mentioned in specifications from the date of satisfactory installation & inspection. I also undertake that I will maintain the equipment during this period & replace the defected parts free of cost, if necessary. 10. I/we understand that Medical Superintendent, ESIC Hospital, Basaidarapur,New Delhi110 015 has the right to accept or reject any or all the tenders without assigning any reasons (s) thereof. Name,Signaure & Address of the tenderer with rubber stamp

-8AUTHORIZATION CERTIFICATE

Annexure III

To, Medical Superintendent, ESI Hospital, Basaidarapur, New Delhi-110 015. Respected Sir, Authority letter against Tender No.__________________________due on __________item quoted__________________________________ We,M/s ____________________________ , who are established & reputed manufacturers of________________having factory at____________________& hereby authorize M/s__________________________(Name & address of agent) to bid, negotiate & conclude the contract with your institution against above tender for the above goods manufactured by us. We hereby extend our full guarantee/warranty as per Clause at S. No. 9 of the Terms & Conditions of tender for the goods offered for supply against this invitation of bid from the above firm. We also confirm that the spares & any other miscellaneous items (As applicable) of the equipment quoted will be freely available for at least five years after expiry of Warranty/guarantee period. Our other responsibilities include: 1. Information regarding the name of new agent, in case of change of agent 2. ------------------------------------(Here specify in detail manufacturer’s responsibilities) The services to be rendered by M/s---------------------------------------------are as under 1. --------------------------------------2. -------------------------------------(Here specify the services to be rendered by the agent) Yours faithfully,

(Signature & Name of manufacturer with address & seal Note: This letter of authorization should be on the letter head of the manufacturing concern & should be signed by a person competent & having the authorization to issue the said certificate on behalf of the manufacturing firm. The said certificate should also bear the signature of participating bidder as a witness.

-9Satisfactory Performance Certificate

Annexure IV

Certified that M/S ______________ has supplied the equipment _____________________ which has been functioning satisfactorily at ___________ department of this Hospital/Institution since _________. It is also certified that after sales service provided by the manufacturer M/S ___________ have been satisfactory. Note: This certificate should be on the letter head of the Hospital/Institution & should be signed by HOD/MS/CEO of the Hospital/Institution.The said certificate should also bear the signature of participating bidder as a witness.

Technical Specifications for High End Color Doppler Ultrasound Machine 1. The system should be latest (mention month & year of launch) state of the art Topend with full digital technology and should be for the whole body applications which would include abdominal, peripheral vascular, small parts imaging such as Breast, Thyroid, Scrotum, Intra-cavity application, Pediatric, Cardiac applications etc. 2. The system should incorporate facility for high resolution 2D, 3D, 4D, M-mode, HPRF, Color Doppler imaging, Power Doppler imaging, Duplex, Triplex imaging modes and contrast imaging. The system should be capable of simultaneous real time dual display of B-mode & color mode. 3. All transducers should have Broad Bandwidth technology for extremely high resolution imaging. Frequency range of Transducers should be 2-17 MHz or more. All transducers should have multifrequency selection (Preferable more than three).They should be capable of operating at minimum as well as maximum frequency. 4. The system should have at least 4 active probe ports. The three universal active transducer ports should have electronic switching capability allowing any transducer to be connected to any port. 5. The system should have 1,00,000 or more digital processing channel and the system should have 256 Grey Scale levels or more. 6. The system should have a scanning depth of 30 cms or more.

7. The system should have a high dynamic range more than 180 dB. Higher dynamic ranges preferred. 8. The system should support Electronic Convex, Linear and Volume Probes. 9. The system should have a very high frame rate of 1000 or more frames per second in B mode and more than 200 fps in/Color Doppler mode. Please specify. 10. System should be trolley mounted. The system must have integrated high 1200 x 1024 resolution TFT/LCD flat screen monitor of 19 inches or more with tilt and swivel facility. The premium system should be light. Monitor should be able to turn independently of console for improved visibility. The system should have adjustable console with adjustable height according to the use preference. Console should preferably be floating and should smoothly lock into place. 11. The system should have customizable screen which should enable side by side comparison of current and previous exam results. 12. Digital zoom facility should be available for region of interest in real time as well as frozen images. 13. The system should have speckle reduction technology and one button equalization of 2D image quality. The system should have image processing algorithms to analyse between targets and artifacts to as to sharpen target anatomy and reduce the speckle and artifacts for improved image quality. 14. The system should have Tissue Harmonic imaging which should be available in all probes, i.e. Convex, Linear & Volume probes. 15. The system should have capability of shearwave Elastography to be performed in abdomen, breast, thyroid, MSK, prostate, liver etc. in convex and linear probes. 16. 2D images: The 2D image processing should have upto 12 bits map, upto 512 line density, 5 levels of persistence and edge enhancement and image display in full/quad/Dual screen formats. The system should have > 10 user selectable gray scale maps and at least >16 B mode tint maps. 17. The system should be able to work in combined mode of Harmonic Imaging and Real time Compound Imaging to get excellent Image quality. The system shall offer Tissue Harmonic imaging in power Doppler Imaging mode. 18. The system should have contrast Harmonic Imaging and should have optimization setting to detect the Contrast agents.

19. The system should have continuous pulse, high end color & spectral Doppler capability. Steerable linear Doppler upto 30 degree angles and spectral gate adjustment upto 1 mm size should be available. All vascular measurements including flow velocity, flow volume, percentage stenosis and area stenosis should be available. 20. Color/ Power Doppler Angio for perfusion studies should be available. 21. The system should have automatic real time quantification of Doppler Parameters like velocity, frequency, time, heart rate, slope, flow volume, pulsatility index, resistivity index, peak velocity, average volume, point value, area and diameter flow volume etc. 22. Automatic real time and frozen tracing and instantaneous peak velocity and instantaneous mean velocity (or frequency) should be available. Real time triplex imaging should be standard on the system. 23. PW velocity range from 0.1 KHZ -50 KHZ preferably. 24. Angle correction in real time and frozen mode should be available. 25. The system should preferably have advanced technology that uses a bi-directional Doppler feature to increase the sensitivity of vascular study and reduce overwriting. 26. The M mode should advance cardiology applications, have zoom feature and be available in live and cine mode. 27. The system should have real time frequency and spatial compound imaging technology with multiple lines of sight to obtain the image at real time frame rates for improved visualization and better image quality. 28. The system should have alphanumeric keyboard. The system should have > 20 user programmable settings. 29. The system should have cine loop review facility in individual and mixed modes; cine loop greater than 2500 frames and greater than 30 seconds in spectral Doppler and M mode. The system should have 500 GB or more Hard Disc Drive. 30. The system should have the facility of digital storage of images in all image formats and retrieval of B/W and color image data on built-in CD/DVD Drive and USB port. 31. The system should have automatic gain and STC/TGC controls in B-mode and velocity range and base line shift for Doppler to be available through one touch operation.

32. The system should have trapezoidal imaging (40-60 degree field of view) and steerable imaging of 2D images, Color box & Doppler with linear probe. Please mention the angle of steering for 2D & Color Box. Auto trace & automatic Doppler calculation should be available in live or frozen images. 33. The system should have excellent range of Panoramic imaging. 34. The system should have multiple quickest user programmer options. 35. The system should have DICOM compatibility and be DICOM ready. 36. The system should have advanced 3D imaging package with the following: a) Multi planner Views (MPR) b) Surface & Volume rendering c) 3D grey scale (B-Mode) d) 3D power angio mode & 3D color Doppler mode. 37. The system should have advanced 4D imaging package such as Live 4D, Single sweep, Multi- view (CT slice technology) STIC, cavity mode etc. and system should be able to support all type of volume probes such as Convex Volume, TVS volume probe. Should perform atleast 30 volume/second in 4D imaging. 38. The system should support real time acquisition and display for Live 3D images by incorporating volume Transducer for this function. Real time 3D in gray scale and fusion mode (color/power & B/W) should be possible. 39. The system should have extensive calculation software package for general measurements, OB/Gynae, Vascular, small parts & cardiac application. Fully automatic measurement for all OBS parameters. 40. Equipment with above mentioned features to be offered with following broad bandwidth probes & accessories: a) Broad band convex array transducers (2D) with frequency range 2-5 MHZ (approx.) with Shearwave elastography. b) Broadband linear array probe with frequency range 5-10 MHZ (approx.) with shear wave elastography.

c) Broadband convex volume probe with frequency range 2-6MHZ (approx.) for 3D & 4D

applications.

d) Color laser printer e) B& W thermal printer with 100 high density paper rolls. f) 2.0 KVA on line UPS for complete unit with 30 minute battery backup. 41. Please attach the original manufacturer’s product catalogue and datasheets. Photocopied, computer generated catalogue and datasheet will not be accepted. 42. Warranty: Five years complete warranty for the entire equipment, probes and accessories of 98% uptime on all supplied items for which order is placed including all accessories, UPS batteries, third party items. The successful bidder to provide 98% uptime during the warranty period. He should maintain the downtime record and shall get it countersigned regularly from consignee or his representative. In case downtime exceeds 2%, the warranty will be extended double the excess downtime. Warranty will be applicable w.e.f. the date of installation of the equipment after completing all formalities including registration for the entire equipment, probes and accessories which should include service as well as parts. It should include service as well as parts. 43. CMC: Five years comprehensive maintenance charges (Machine + Probe, all items as per original order placed including third party items and batteries) must be quoted separately year wise for next five year after completion of warranty. The successful bidder to provide 98% uptime during the CMC period and should maintain the downtime record and shall get it countersigned regularly from consignee or his representative. In case downtime exceeds 2%, the warranty will be extended double the excess downtime. 44. 38. The supplier must ensure the availability of expertise service and maintenance at the place of installation of the machine. Uninterrupted availability of spare parts and repair for next 10 years must be assured. List of spares with price to be provided. 45. List of installation - the bidders to provide list of installation of the quoted model (National & International).

46. The shortlisted bidders will have to give demonstration of the quoted model before finalizing the evaluation of their bids. 47. The system should be US FDA & European CEA approval for the whole system on the date of tender. 48. A trained system application expert to be posted in the radiology department after installation for 3 weeks period or until the satisfaction of the HOD.