INVITATION FOR QUOTATIONS FOR SUPPLY OF ITEM THIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED WITH THE QUOTE

Size: px
Start display at page:

Download "INVITATION FOR QUOTATIONS FOR SUPPLY OF ITEM THIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED WITH THE QUOTE"

Transcription

1 TAMIL NADU MEDICAL SERVICES CORPORATION LIMITED (A Government of Tamilnadu Undertaking) 417, PANTHEON ROAD, EGMORE, CHENNAI ISO 9001:2008 Certified Organisation Phone: , Fax No CIN: U85110TN1994SGC Ref.No.124/USG/DME-TRY/TNMSC/ENGG/ INVITATION FOR QUOTATIONS FOR SUPPLY OF ITEM THIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED WITH THE QUOTE From To The General Manager, TamilNadu Medical Services Corporation Limited, 417, Pantheon Road, Egmore, Chennai Sl. No. Dear Sirs, Sub: Invitation for Quotation fortranscranial Doppler- Reg You are invited to submit your most competitive quotation for the following goods:- Brief Description of the Goods Qty in Nos. 1. Transcranial Doppler 1 Delivery Period Within 30 days from the date of receipt of supply order Place of Delivery Dept. of Neurology, Govt. Mahatma Gandhi Memorial Hospital, Trichy 2. Bid Price 2.1 The contract shall be for the full quantity as described above. Corrections, if any, shall be made by crossing out, initialing, dating and re writing. 2.2 All duties, taxes and other levies payable by the contractor under the contract shall be included in the total price.

2 2.3 The rates quoted by the bidder shall include the cost of inland transportation and other incidentals for delivery of the goods to the final destinations namely a) unloading, safe storage and handling of consignment, delivery to the consignee. b) Sales Tax shall be indicated separately. 2.4 The Prices should be quoted in Indian Rupees only. 3. Each bidder shall submit only one quotation. 3.1 Earnest money deposit:- Each quotation should be submitted with an EMD of Rs.1,000/- by means of DD drawn in favour of Tamilnadu Medical Services Corporation Limited, Chennai payable at Chennai. 3.2 Quotation received without EMD amount will be treated as nonresponsive. 4. Validity of Quotation:- Quotation shall remain valid for a period not less than 45 days after the deadline date specified for submission. 5. Evaluation of Quotations:- 5.1 The Purchaser will evaluate and compare the quotations determined to be substantially responsive i.e. which (a) are properly signed; and (b) conform to the terms and conditions, and specifications (c) Not furnishing Catalogues, Point wise compliance statement of Technical specification, and producing the sample of the quoted item for demo within one week notice, if called for would be treated as a violation of the terms of the tender and the bids would be treated as non responsive.

3 5.2 The evaluation of the prices will be done by adding the comprehensive AMC charges at discounted rate of 8% per annum with the supply price. Firms who are not quoted for the comprehensive AMC would be considered as non responsive. The Quotation would be evaluated separately for each item. Sales Tax will not be taken into account in evaluation. 6. Award of contract:- The Purchaser will award the contract to the bidder whose quotation has been determined to be substantially responsive and who has offered the lowest evaluated quotation price. 6.1 Notwithstanding the above, the Purchaser reserves the right to accept or reject any quotations and to cancel the bidding process and reject all quotations at any time prior to the award of contract. 6.2 The bidder whose bid is accepted will be notified of the award of contract by the Purchaser prior to expiration of the quotation validity period. incorporated in the purchase order. The terms of the accepted offer shall be 6.3 For delay in supply of the goods beyond the stipulated delivery period, liquidated damages at 0.5% per week or part thereof of undelivered portion of the contract, subject to a maximum of 10% of the contract value is leviable. 6.4 You shall furnish performance security for 5% of contract value by means of demand draft drawn in favour of Managing Director Tamilnadu Medical Service Corporation Limited Payable at Chennai which will be returned after satisfactory completion of warranty period. 6.5 Payment shall be made within 30 days after delivery of the goods, against submission of bills with certification from the consignee for satisfactory completion of supply. 6.6 The item supplied shall carry a warranty of atleast 3 years for equipment from the date of acceptance of the goods by the consignee.

4 6.7 Annual Maintenance Charges (Comprehensive) should be quoted for 7 years / per year after 3 years warranty maintenance period for equipment. 7. You are requested to submit the quotations in a sealed cover superscribed Quotations for Procurement oftranscranial Doppler to Govt. Mahatma Gandhi Memorial Hospital, Trichy and quotations should reach on or before hours on Quotation will be opened at hours on in the presence of bidders. 9. We look forward to receiving your quotations and thank you for your interest in this project. Sd/- General Manager (E)

5 FORMAT OF QUOTATION Sch No. Description of Goods Qty. Make / Model Unit Rate (Rs) Total Amount (Rs) Sales Tax Payable in % (1) (2) (3) 1. Transcranial Doppler 1 (4) (5) (6) * All Columns should be filled. Signature of Supplier FORMAT OF QUOTATION FOR CMC (LABOUR WITH SPARE) Sl. No. Description of Goods Qty. Unit 4 th year 5 th Year Rate per unit (Rs.) 6 th Year 7 th year 8 th year 9 th year 10 th year 1. Transcranial Doppler 1 Signature of Supplier

6 Annexure-I Technical Specification 1. SPECIFICATION FOR TRANSCRANIAL DOPPLER 1. Capability to diagnose Stenosis / occlusion of Intracranial vessels,embolism with long term monitoring for embolization,vasospasm in SAH,Collaterals, Asymmetry of flow,circulatory arrest (brain death). 2. Capability to perform clotbusting (ultrasound thrombolysis) 3. Imaging Modes : a. Pulsed Wave Doppler. Frequency <or = 2MHz. b. Bright (B) mode, Power mode. c. Colour Doppler M mode. Multidepth, multigatelong term monitoring. 4. Doppler a. Probes Broad band electronic probes desirable. Light and compact. Preferably Pencil shaped. Probes frequencies. o Two numbers of 1.5 to 2 MHz fixed Pulsed Wave probes for bilateral, simultaneous multigate and multifrequency recording and one for free hand held study. b. Ultrasound power : adjustable (from 0-100%) Depth : 10mm 150mm. Window width : 2-25mm. c. Frequency range : PW : 2-24 KHz. d. PW Depth : mm. e. Other desirable ultrasound features : High pulse rate frequency Duty factor close to 1. f. Sound : High quality stereo sound with manually adjustable volume. g. Number of Channels for display : Minimum 2-4. h. Standard Spectral analysis parameters for CD. i. Multidepth recording facility. ii. Depth adjustment 0.1 to 3mm.

7 iii. Gain adjustment : Manual control preferably with option of automatic gain control. iv. Roll back or scrolling option on at least 4-5 pages. v. Automatic and manual Doppler calculations. 5. Monitoring and Recording Capabilities : i. Display windows : Minimum two. ii. Recording options : Envelopes and / or full spectrum. iii. Monitoring trends : All calculated PW parameters and external analogue channels. iv. External channels : Provision for minimum 4 channels. v. Alarms : User defined or automatic preferable. vi. Events capture : HITs and time based or alarm based predefined events. vii. Capability for long term monitoring. viii. Capability for long term data storage (audio and spectra). 6. Data Analysis and Processing : i. Pre-programmability for sequential and automatic actions. ii. Automatic but manually modifiable report generation software. iii. Insert ability of text remarks on displays by technician. iv. Exportability of data both text and graphics. v. Back up: Easy preferably automatic archiving to any external device. vi. Upgradeability of software and essential hardware. 7. Display : i. Unit display : cm/sec and KHz. ii. Envelopes display : Forward peak, Reverse peak, Forward and reverse modes. iii. PW parameters : Peak, Average, PI, RI, S/D, DV, HR. iv. Horizontal and Vertical cursors two each : LCD display or equivalent high quality. v colour screen. vi. Pixel Resolution : 1024 x 768 or more. vii. Display of basic real time indices defined for each probe. viii. HITs display : Histogram of HITs energy distribution.

8 8. Reporting : i. Simultaneous printable display of summary of all vessels studies including images in one screen. ii. Text Report software. 9. Essential Accessories and Softwares: a. Offline evaluation software. 10. Display Annotation : a. Patient name and identification. b. Institution. c. Time and date. d. Title, text and vascular marker. e. Additional image information. 11. Essential Accessories and Softwares : i. Comfortable Head Frame with Probe holders. ii. Vasomotor reactivity module. iii. Monitoring module iv. HITs module. v. Asymmetry test (desirable). vi. Offline evaluation software. vii. Electrode jelly for the probes for minimum one year use or 200 patients. viii. Paper for printer for minimum one year use. ix. Colour Laser Printer. x. Stereo effect speakers. xi. Two 4 or 8-way-hubs to network between the equipments and printers and office computers. 12. System Architecture i. Operating system preferably windows 2000/XP based with minimum PIV or above on Intel (or) ii. System with Digital broadband beam former with extended signal processing and modular microcomputer structure. 13. Essential Accessories and softwares : i. Offline evaluation software. 14. User Control systems :

9 i. Monitor brightness, contrast, lightbar and background colour controls. ii. Basic keyboard and mouse. iii. Volume control. iv. Dedicated primary imaging control. v. Menus and keys for secondary imaging control. vi. A R/W CD writer preferably optico-magnetic either inbuilt or with a separate CPU to which data can be exported. vii. Separate software to view the Doppler data or normal PCs or ready exportability of the image data to any PC or network. viii. Preferably with remote control options. ix. Preferably with footswitch options. 15. Dimensions Portable and Compact: a. Other General Specification i. Entire system should have compatibility with a power supply of V, 50Hz. ii. Internal Battery operated System with a back up of minimum half- one hour with a rechargeable battery with a spare OR with a supply of Compact lightweight and study sine wave UPS of 2KV with maintenance free batteries with a back up of minimum 2 hours. iii. A servo stabilizer suitable for the above equipment. b. Quality and Safety Standards i. Safety : appropriate IEC/CE safety grades. ii. EMC: appropriate IEC / EN certification. iii. Quality : Appropriate ISO certified quality system. c. Warranty : i. The equipment and all accessories including the batteries, UPS, stabilizer etc., should be under warranty for a period of three years from the date of successful commissioning. ii. All the essential spare parts, circuit boards etc., should be readily available at the local service centre during the warranty period and the company should take all steps for immediate servicing to prevent downtime and be willing to take responsibility for downtime. d. Annual Maintenance Contract

10 i. The annual maintenance contract (AMC) rates for a period of 7 years after the warranty period should be quoted separately and this would be taken into consideration in comparing the price bids. ii. The AMC should include preventive maintenance and breakdown calls. Copies of service manuals of the total system should be available at the local service centre. iii. All spare parts and consumables should be available with supplier or principals for the period of 7 years of annual maintenance contract. e. Installation, Commissioning, Testing, Maintenance and after sales service. i. The equipment and all accessories should be transported, installed, tested and commissioned at salem, free of cost. ii. Training for one consultant (user) for a period of four to six weeks at an authorized training centre of the original manufacturer for the equipment. iii. The system should be provided with appropriate furniture like cart for monitor free of cost.