OFFICE OF THE DIRECTOR (MEDICAL SERVICES) NEW DELHI MUNICIPAL COUNCIL CHARAK PALIKA HOSPITAL MOTI BAGH : NEW DELHI

Size: px
Start display at page:

Download "OFFICE OF THE DIRECTOR (MEDICAL SERVICES) NEW DELHI MUNICIPAL COUNCIL CHARAK PALIKA HOSPITAL MOTI BAGH : NEW DELHI"

Transcription

1 OFFICE OF THE DIRECTOR (MEDICAL SERVICES) NEW DELHI MUNICIPAL COUNCIL CHARAK PALIKA HOSPITAL MOTI BAGH : NEW DELHI Name of the firm to whom issued Date of receipt of application in the office Date of issue of tender documents Due date of receipt of tender documents Date of opening of tender documents Signature of the Supplier with date Signature of Director (MS) with date Sealed item rate tenders in three cover system (Earnest Money, Technical & Financial bid) in the prescribed form are invited on behalf of the New Delhi Municipal Council for the procurement of Replacement of Existing Hematology and Biochemistry Analyzer with the fully Automatic Hematology and Biochemistry Analyzer. The schedule of quantity of items required is enclosed. The supply is estimated to cost Rs VAT (Rupees Fourty Seven Lac Only). The cost of tender is Rs.500/-(Non refundable). Terms and Conditions 1. The rates should be quoted clearly in figures and words without any cutting or overwriting. In case the rates quoted by the tenderer, in figure and words differ, lower of the two rates shall be deemed to have been quoted by the tenderer for that item. The tenderer shall sign all corrections and any correction not initialed by the tenderer may render the tender as invalid. The quoted rates should indicate Sales Tax; Excise duty, other taxes, and cartage etc., if any, separately. Each page should be signed and stamped by the tenderer which is submitted through the tender box. 2. Tender shall remain open for acceptance for a period of six months from the date of opening of tenders. If any tenderer withdraws his tender before the said period or makes any modification in the terms and conditions of the tender which are not acceptable to the NDMC, then NDMC shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the earnest money absolutely besides blacklisting the tenderer or both. The decision of the NDMC in this behalf shall be final and binding on the tenderer. -2-

2 3. Each item should be according to the specifications laid down in the schedule of quantities and technical specifications as enclosed. 4. The Items/Machine/Equipment, which is quoted by the tenderer, will be further scrutinized by live demonstration to assess their functional superiority, patient safety, user friendliness capabilities, and compatibility with other operative/machines/instruments, at their own cost, no emoluments will be paid by the New Delhi Municipal Council for this demonstration. 5. The rates shall hold good for a period of one year from the date of issue of first Supply Order. 6. The tenderer should supply the material within 30 days from the date of issue of supply order. 7. Earnest money/security deposit : A sum of Rs (Rupees Ninety Four Thousand only) as earnest money shall have to be deposited by a crossed bank draft of any nationalized bank in favour of the Secretary, NDMC or in cash to be deposited in NDMC treasury and duly receipted challan must be submitted in the envelope for the earnest money. The cover containing the tenders shall be superscribed with number and date of receipt challan. For the fulfillment of the contract, the Supplier whose tender is accepted will be required to furnish by way of security deposit an amount equal to 10% of the contract value. In case, the supplier fails to deposit the balance security amount the same will be recovered from the first bill of the supplier. The earnest money deposited by the successful tenderer will be adjusted towards security money. The tenderer shall not be entitled to any claim for interest on the earnest money/security deposit. The security deposit will be governed by clause 8 and 9 of the tender notice. 8. Earnest money/security money deposited against any other tender shall not be adjusted against this tender. 9. If the Supplier commits breach of any terms and conditions of this contract or fails to supply the ordered material/goods within the stipulated period or acts in a manner prejudicial to the interest of the Council or does not supply complete material/goods ordered within 10 days after the stipulated date of supply, the Director (Medical Services) shall have the right to reject all or any part of the material/goods so offered after giving a notice in writing and determine/rescind the contract altogether and to have the supply completed at the supplier s risk and expenses and the supplier shall have no claim to compensation for any loss that he may incur on this account. It is also the condition of the contract that on such determination/rescission of the contract, Council shall have the right to forfeit the entire security deposit -3- absolutely, without prejudice to any other right or remedy as available under the contract. In the event of the security amount being insufficient to cover the claim of the Council arisen on account of getting the supply completed at the supplier risk and cost or if no security has been deducted from the amount paid to the

3 contractor, the Director (Medical Services) shall be entitled to recover to the extent of such claimed amount or amounts referred to above, from any sum or sums found payable or which at any time thereafter may become payable to the supplier under the same contract or any other contract with the Health Department or the NDMC, and the Council shall also have power to recover such extra cost in any other manner as may be deemed necessary including legal measures as available. 10. The amount recovered as security under the contract shall be refunded after the expiry of guarantee/warranty. 11. Sealed covers should be marked with Replacement of Existing Hematology and Biochemistry Analyzer with the fully Automatic Hematology and Biochemistry Analyzer. The name of firm should be indicated on the outer cover of the tender. 12. The goods shall be delivered strictly within the period specified in the supply order and that time shall be taken as the essence of the contract. If the supplier fails to deliver the goods or an installment thereof within the period fixed for such delivery, the Council shall have right to arrange for supply from elsewhere at the risk and cost of the supplier as stated in clause 8 above. However, in case of genuine difficulty, extension of time may be allowed but shall recover by way of liquidated damages a sum equivalent to ½% of the price of stores which the supplier fails to deliver within 15 days of the expiry of the period of such delivery and thereafter ½ % of the price of undelivered goods for every 15 days or part thereof. The liquidated damages in any case will not exceed 5% of the contract price of undelivered portion of the supply. 13. The supply shall be free of delivery charges and is to be made within 30 days from the date of issuance of the supply order at C.M.S., Moti Bagh, New Delhi or any other point of delivery within the NDMC jurisdiction, as specified in the supply order. 14. The tenders of firms imposing their own terms and conditions will not be considered at all. 15. Payments will be made after satisfactory receipt of the complete supply against Supply order except under special circumstances when the Director (Medical Services) waives this condition. The NDMC will be at liberty to increase and decrease the quantity of all or any of the items without -4- assigning any reason and the tenderers shall be bound to supply the same at his quoted rates. 16. The Council has the absolute right to accept or reject any tender. The Council will not be bound to accept the lowest rates and reserves to itself the authority to reject any or all of the tenders without assigning any reason.

4 17. In case the quality of the supply is not found up to the desired specifications or differs from the samples/items/equipment approved by the Approval-cum- Purchase-Sub-Committee, the defective supply/entire lot can be rejected on the recommendations of the Approval-cum-Purchase-Sub-Committee appointed by the competent authority and the supplier shall have to supply fresh quantity confirming to the approved specifications and samples. The decision of the Approval Sub-Committee in this respect shall be final and binding. 18. An agreement on a Non-judicial stamp paper of Rs.50/-shall have to be executed by the tenderer within 10 days from the date of issue of supply order. 19. WARRANTY CERTIFICATE/ GURANTEE BOND on non-judicial stamp paper shall have to be furnished along with the supply. 20. Income Tax/Sales Tax will be deducted from supplier s bills at the rates as applicable on date of supply as per guidelines of Govt. of India/ Govt. of NCT of Delhi. 21. In case of any dispute arising during the currency of the contract between NDMC and the firm/supplier, the same shall be referred to the Sole Arbitrator appointed by the Chairperson, NDMC or any other person nominated by him in this regard whose decision shall be final and binding on both the parties to the contract. 22. The supplier shall have to submit proof of D-VAT registration with the D- VAT Department by furnishing a copy of registration certificates. 23. The NDMC reserves the right to take the entire supply in one lot or several lots. 24. The buy back offer for old Replacement of Existing Hematology and Biochemistry Analyzer with the fully Automatic Hematology and Biochemistry Analyzer may also be quoted. The old Replacement of Existing Hematology and Biochemistry Analyzer with the fully Automatic Hematology and Biochemistry Analyzer can be inspected at, Charak Palika Hospital, Modi Bagh, New Delhi The supplier shall have to submit the List/Name of Pvt./Govt. Institutions where quoted models have installed by them along with satisfactory performance report from the concern institutions where the quoted model is installed. DIRECTOR (MEDICAL SERVICES)

5 SPECIFICATIONS FOR AUTOMATED THREE PART DIFF. HEAMATOLOGY ANALYZER FOR CHARAK PALIKA HOSPITAL NEW DELHI S.No. Description/specifications of Item Quantity 01 No. 1. HEAMATOLOGY ANALYZER 1) Company should offer a three part diff analyser with one haematology cell counter as a Back up unit (minimum three part differential analyzer). 2) Should be fully automated haematology analyzer providing not more than 18 parameters, 3 part differential WBC, LYM#, MXD#, MXG#, NEUT%, PLT, PDW, MPV, P-LCR, RBC, HGB, HCT, MXC, MCH, MCHC, MCHC-including RDW-CV or RDW-SD with user definable settings for RDW-CV & RDW-SD both. 3) The system should be capable of processing up to 60 samples/hour. 4) The system should have large STN graphic LCD display to have review of all the results along with three histograms of WBC, RBC & PLT on the screen. 5) The system should have sample rotor value for precise sample allequoting for dilution. 6) The system should give differential count as lymphocytes, mixed population and neutrophils as well as absolute count (mixed population should include eosinophils, Basophill & Monocytes) 7) The system should have an on-board memory of around 240 sample results. 8) The system should have auto-probe wiper to clean sample probe automatically after sample aspiration. 9) The system should have BUILT-IN-PRINTER. 10) The system should have Automatic floating threshold for correct separation of WBCS, RBCS & platelets during overlap of microvalocytes /large platlets. 11) The system should use cyanide free reagents for Hb estimation. 12) The system should have an option to print the result with hestogram and also the option to print only basic 8 parameters like RBC, WBC, HGM, MCH, MCHC, HCT, MCV & platlets. 13) Manufacturer & three Indian Agent/ counter part should also have ISO certification. 14) NECESSARY ACCESSORIES:- - Blood mixer - External printer - UPS compatible with instrument - Warranty/Guarantee for 5 years followed by comprehensive maintenance of analyzer along with accessories. Preferred: 1. Warranty/ Guarantee for minimum 24 Months. 2. Annual Maintenance Service Contract/ Compressive Maintenance Contract Details after Warranty/ Guarantee period.

6 3. Details of Buy Back rate of Existing AUTOMATED THREE PART DIFF. HEAMATOLOGY ANALYZER at Charak Palika Hospital, Moti Bagh, New Delhi. DIRECTOR (MEDICAL SERVICES)

7 SPECIFICATIONS FOR FULLY AUTOMATED BIOCHEMISTRY ANALYZER FOR CHARAK PALIKA HOSPITAL NEW DELHI S.No. Description/specifications of Item Quantity 01 No. 1. BIOCHEMISTRY ANALYZER 1. Random access, discrete, fully automated. 2. Without ISE with minimum throughput of 180 tests /hr for routine Biochemistry tests. 3. Fully open with options of Bar Coded reagents. 4. Reagent position minimum Sample volume = 5-50 microlitre/test 6. Reaction volume = less than 250 microlitre. 7. Sample type = serum, plasma, CSF, urine, fluids 8. Wave lengths = nm 9. Light source = Halogen lamp 10. Sensitivity = Bandwidth = + 2nm for each wave length 11. Measuring Principle = Mono chromatic / Bichromatic 12. Measuring Range = to abs. 13. Measuring temperature = degrees C 14. Cuvettes = pyrex cuvettes / glass cuvettes. 15. Sample vessels:- - minimum 35 - multiple tube sizes with primary tubes - with Bar coding possibility 16. Stat Position = Should be available 17. Reagent Refrigeration = Should be available. 18. Communication :- - Bidirectional software - Bidirectional communication is must - Software should have provision to store reaction & calibration curves 19. Online QC Tracking = L.J. charts with calculation of mean, SD & CV 20. Measurement = Photometry - Immuno turbidimetry 21. On board laundry system should be available 22. Automatic checking of serum indices (hemolysis, icterus, lipemia) 23. Minimum two separate mixer / stirrers 24. Provision to back up system database & parameter. 25. Should be capable to perform serial dilutions for calibrator 26. Should be capable of both predilution & post-dilution of samples 27. Capable of performing automatically daily maintenance 28. Should have provision of running paeds samples using paeds cups. 29. Manufacturer & their Indian Agent/Counter part should have ISO certification. 30. Necessary Accessories 1) UPS compatible with the instrument 2) Printer 3) De-IONISER 4) Warranty/Guarantee for 5 years followed by comprehensive

8 maintenance of analyzer along with accessories. 31. Back up system Fully automatic / semi automated Biochemistry analyzer. Preferred: 1 Guaranty/warrantee for minimum 5 years. 2 Annual maintenance service contract comprehensive maintenance contract details after warrantee/guarantee period. 3 Detail of the buy back of existing fully automated Biochemistry Analyzer. Moti Bagh, New Delhi. DIRECTOR (MEDICAL SERVICES)

9 OFFICE OF THE DIRECTOR MEDICAL SERVICES NEW DELHI MUNICIPAL COUNCIL CHARAK PALIKA HOSPITAL, MOTI BAGH, NEW DELHI TENDER NOTICE Last date of sale of tenders upto 1.00 P.M Last Date of Receipt of tenders upto 3.00 P.M. Date of opening of tenders at 3.30 P.M. Sealed tenders in three cover system (Earnest Money, Technical bid & Financial bid) are invited on behalf of Secretary NDMC from the reputed dealers/manufacturers/govt. Suppliers on submission of valid Registration under the VAT for the supply of the following items: S. No. 1. Description of item Replacement of Existing Hematology and Biochemistry Analyzer with the fully Automatic Hematology and Biochemistry Analyzer for Charak Palika Hospital, Moti Bagh, New Delhi Estimated cost (In Rupees) =00 +VAT Cost of tender (In Rupees) Earnest Money (In Rupees) 500/ /- Tender documents (Non-transferable) can be obtained from the office of Director Medical Services at Charak Palika Hospital, Moti Bagh New Delhi on payment of cost of tender (Nonrefundable) in cash on all working days between A.M. to 1.00 P.M. up to Tender duly sealed & superscribed with the name of the tender should be dropped in a cover containing three separate covers (one each for the Earnest money, Technical bid and Price bid) in the tender box kept outside the office of Director Medical Services at Charak Palika Hospital, Moti Bagh upto 3.00 P.M. on The tender must accompany the requisite earnest money in separate cover in the shape of demand draft/banker Cheque drawn in favour of SECRETARY, NDMC, payable at New Delhi or may be deposited in Cash in the Municipal treasury and duly receipted challan must accompany with the tender in the cover of Earnest Money. The cover of earnest money/technical bid will be opened on the same day at 3.30 P.M. in the presence of the intending tenderers. The tenders without the requisite earnest money will not be opened and considered at all. Separate tenders for each category of items/work to be quoted separately on separate tender documents in three cover system. The tender information can also be had from NDMC website Tenderes who have tenders from the website has to submit the cost of tenders along with the tenders. Director (Medical Services)

10 Name of the works/ Sub-Head: Replacement of Existing Hematology and Biochemistry Analyzer with the fully Automatic Hematology and Biochemistry Analyzer for Charak Palika Hospital, Moti Bagh, New Delhi NEW DELHI MUNICIPAL COUNCIL OFFICE OF THE DIRECTOR (MEDICAL SERVIC CHARAK PALIKA HOSPITAL: MOTI BAGH- NEW DELHI Estimate Cost (In Rupees) TENDER NOTICE Tender Cost (In Rupees) Earnest Money (In Rupees) /- +VAT 500/ /- Receipt Applicati upto 01-0 PM Note:- 1. Tender Forms can be downloaded from NDMC s website. For more de and Delhi Govt. website 2. The tender for the above supply shall be opened on at 3.30 PM. 3. The tenders for each items/work is to be quoted separately in three cover syst