Employee State Insurance Corporation Medical College & Hospital · 2019-10-22 · 5. a. The...
Transcript of Employee State Insurance Corporation Medical College & Hospital · 2019-10-22 · 5. a. The...
1
1
Employee State Insurance Corporation Medical
College & Hospital
E-Tender enquiry form for the supply of
Reagents for Fully Automated ImmunoAnalyser
ON OPEX BASIS
e-Tender enquiry form
(Free of cost)
ESIC Medical College & Hospital,
Sanathnagar, Hyderabad – 38
ISO 9001:2015 certified
E-mail: [email protected], [email protected]
2
2
ESIC Medical College & Hospital Sanathnagar, Hyderabad-500038
(Ministry of Labour& Employment, Govt. of India)
Tender No: 799-U/16/Fully automated immunoassay analyser/opex/2019-20/01
Date: 16-10-19
TENDER NOTICE
Sub: E-Tendering for Installation of New Fully automated ImmunoAnalyser on Reagent
rental basis for department of microbiology. - Reg
E-Tenders in two bid system are invited from manufacturers / authorized dealers for supply
installation of following equipments on reagent rental basis for department of microbiologyin
ESIC Medical College & Hospital, Sanathnagar, Hyderabad -38
S No DETAILS DATE& Time
1 Name of Instrument
Reagents for Fully Automated
ImmunoAnalyser (On OPEX
basis)
2
Period of availability of e-Tender Enquiry
documenton
ESIC website- www.esic.nic.in and on CPP
Portal :
https://eprocure.gov.in/eprocure/app
16-10-19 02:00PM
3 Last date of EMD submission, and Online Bid
submission 6-11-19 02:30PM
4 Date of Pre Bid Meeting 23-10-19 at 2:30 PM
5 Opening of Pre-qualification/Technical bid of
tenders 7-11-19 after 02:30PM
6 Opening of Online Financial Bid Intimate
7 EMD Amount 2%
8 Security Deposit 10 %
9 Last date and time of bid submission 6-11-19
10 Expected value of Tender Rs.60,00,000/-
11 Validity of offer 365 Days
Detailed information regarding the items, application / tender forms, EMD details,
specifications, terms and conditions can be downloaded from the following websites:
www.esic.nic.in and Central Public Procurement (CPP) portal -
https://eprocure.gov.in/eprocure/app. The interested bidders shall submit their tender(s) only
through online mode at the esic.nic.in and CPP portal e-procurement portal
https://esictenders.eproc.in.
3
3
In addition to e-tender which has to be filed online, the bidders are also required to submit
hard copies of Earnest Money Deposit (EMD) and Undertaking supported as mentioned in
the tender document.
For all practical purposes, the e-tender shall be considered for evaluation. Any corrigendum
to this tender will be notified through the aforesaid websites only. The undersigned reserves
the right to accept or reject any or all the bids without assigning any reason at any stage. If
the date of opening of tender happens to be a holiday, the tender will be opened on the next
working day. Tender documents duly completed should be dropped on or before the date and
time mentioned above, in the tender box kept at the ESIC Medical College & Hospital
Sanathnagar,Hyderabad -38.
DEAN
4
4
IMPORTANT INSTRUCTIONS FOR BIDDERS
The bidders are required to submit soft copies of their bids electronically on the CPP
Portal, using valid Digital Signature Certificates.
The instructions given below are meant to assist the bidders in registering on the CPP
Portal, prepare their bids in accordance with the requirements and submitting their bids
online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be
obtained at: https://eprocure.gov.in/eprocure/app.
REGISTRATION
1. Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the
link "Click here to Enroll" on the CPP Portal is free of charge.
2. As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
3. Bidders are advised to register their valid email address and mobile numbers as part
of the registration process. These would be used for any communication from the
CPP Portal.
4. Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sift' / TCS / nCode /
eMudhraetc.), with their profile.
5. Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC's to others which may lead to
misuse.
6. Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.
5
5
GENERAL INSTRUCTIONS FOR E-TENDER
Sealed bids are invited from the eligible manufacturers / authorized distributors/
authorized dealers under two bid system i.e. Technical bid and Price bid.
Technical Bid should consist of all the technical details along with commercial Terms &
conditions, & Price Bid should indicate the price of the item/items mentioned in technical
bid and to be uploaded as per the format. No price shall be mentioned in technical bid.
EMD and the undertaking to be submitted in the inward section of ESIC Medical College
Hospital, up to 14:30 P.M. on 06-11-19 in a sealed envelope duly super scribed “Tender bid
for Reagents for Fully Automated ImmunoAnalyser ON OPEX BASIS
o If the bid is sent by post, it must reach on or before ?????????PM and should be
addressed to The DEAN, ESIC Medical College & Hospital, Sanathnagar,
Hyderabad-500038 with the superscription as above.
Bids received late will not be considered. All the bids received will be opened online on
the same date at 2:30 P.M. Bidders or their authorized representative may be present if
they wish to be. In case tender opening date is declared a holiday, bids will be opened on
the next working day at the same time & venue.
Bid should be accompanied by Earnest Money as mentioned in front of each equipment in
the tender notice, in the form of D.D./Banker’s cheque, in favour of E.S.I Saving Fund
Account No.1 payable at Hyderabad. Bids without Earnest Money deposit will not be
accepted.
Bidders are requested to submit the requisite information / documents as per the
following annexures:-
Annexure I Compulsory documents or check list
Annexure II Forwarding of tender documents
Annexure III Tender Terms and Conditions
Annexure IV Company Profile
Annexure V Technical Bid
Annexure VI Price Bid
Annexure VII Undertaking Price Schedule
Annexure VIII Compliance statement
Annexure IX Technical Specifications
Annexure X Request for Refund of EMD
6
6
ANNEXURE- I
Document Check List
Name of the bidder: ___________________________________________
Name of the Group: _______________________
Closing date of Tender: ____________________________
S
No
Document Submitted
(Yes / No)
Pg No &
Remarks
1. Scanned copy of Earnest Money Deposit.
2. Authority letter from the competent authority with respect to
name designation and specimen signature of the representative
signing the tender document authority letter.
3. Tender specific Manufacturer’s Authorization.
4. Catalogue of the quoted equipment showing the make/ model
number and specifications.
5. a. The certificate of incorporation/Firm Registration, if a firm
b. Valid trade license if a trader.
6. PAN Number of the firm/Partner/ owner as the case may be
7. GST Registration certificate
8. a) IT return with Balance Sheet of last three FYs
b) Annual turn over
c) Profit & Loss Account (duly attested by CA) for last three
financial years (FY) prior to the date of Tender opening.
9. Purchase Order copies of last three years (2016, 2017, 2018)
prior to the date of Tender opening, in the bidders name for the
quoted items to Government Hospitals/ Hospitals with 300
beds.
10. Satisfactory Performance of last three years (2016, 2017, 2018)
of similar nature, supply of similar products as required in the
tender from the hospitals of central government/State
government/PSU/Autonomous Bodies/Local Bodies etc.
11. Have you accepted all terms and conditions of Tender
document? (Annexure II)
12. Have you submitted company profile (Annexure IV)
13. Technical Bid (Annexure V)
14. Undertaking on Non judicial stamp paper ( Certificate that the
quoted items have not been supplied to any other
organization/institution at a rate lower than quoted here. )
(Annexure VII)
15. Compliance Statement (Annexure VIII)
16. Signed copy of tender document
17. Other Relevant Documents
7
7
ANNEXURE -II
Tender for Supply Reagents for Fully Automated Immunoanalyser on OPEX basis
To
The Dean,
ESIC Medical College& Hospital, Sanathnagar,
Hyderabad-38.
Sir,
Sub: Forwarding of Tender document for reagents for Fully Automated Immuno
Analyser on OPEX basis- Reg.
With respect above mentioned subject we have the pleasure in submitting our tender for Fully
automated Immunoanalyser on Reagent Rental basis
We enclose herewith a Demand Draft No. …………………Dt………………. for Rs…….
…………………………………………………..Drawn in favour of the ESI saving Fund
account No.-I, payable at Hyderabad towards Earnest Money Deposit.
We bind ourselves to all the conditions prescribed in the Tender Notification
No…….………………………………. dated ………………………………………….We
agree to have the Earnest Money forfeited in case of failure in full or part to undertake the
contract upon the acceptance of this tender.
Official Seal:
Signature:
Designation:
Name & Address:
8
8
ANNEXURE -III
General Tender Terms and Conditions
1) All the bidders must go through the terms and conditions of the tender before uploading
the tender.
2) The bidders shall upload online the duly filled in Proforma only in PDF format as per the
details in the CPP portal. The Financial bid shall be submitted online only.
3) The quantity shown in the tender can be increased or decreased to any extent depending
upon the actual requirement.
4) EMD: should be deposited by the bidder by enclosing Demand Draft or Bankers cheque
only in favour of ‘ESI Saving Fund A/c No.1’ Payable at Hyderabad, along with the
Technical bid which shall be refunded to bidders without any interest after the
finalization of tender
5) The bidder shall upload and submit the scanned copy of EMD in PDF format along all
the relevant documents as per the checklist (Annexure I). The bidder shall also mention
the page numbers of each of the documents uploaded and submitted by them.
6) Non submission of document as per the Annexure I will lead to disqualification of bidder
without any communication.
7) The bidders cannot modify the technical specifications or items specified in the Tender
Document to quote their bids. If any bidder is found to have modified the technical
specifications, their tender shall be rejected straightway without entertaining any
correspondence in the matter.
8) Literature of the quoted item, with detailed specifications must be enclosed.
9) Technical Bid: The bidder shall upload and submit the duly filled in Performa as per
(Annexure-V) for Technical Comparative in PDF format.
10) The bidder shall also mention the page numbers of technical literature for each item
bidded by him. In this stage the technical literature for the individual items submitted by
the firms / companies shall be evaluated by the Technical Evaluation Committee as per
Annexure-I.
11) The firms which qualify the Technical bid shall be invited for presentation and
demonstration of Instrument.
12) Demonstration of installed equipment: Tendered Equipment must be demonstrated
before Technical evaluation committee on stipulated date and time, in the Hyderabad
city, for the parameters enlisted in the tender. Failure to demonstrate the equipment on
the stipulated date without any genuine reason (which is to be intimated in advance and
should be acceptable to the hospital authorities) will mean that the tenderer is not
interested in supplying the equipment & the bid would be liable for rejection. In case of
genuine reason only one chance for demonstration will be given. The firm which will be
9
9
qualifying in both the equipment & reagent demonstration shall be qualified for and
judged at the financial bid stage.
13) The instrument quoted should be as per the Technical Specifications mentioned in the
tender document (Annexure IX). The parameters enlisted in the specification can
increase or decrease as per the demand.
14) Bidder has to submit Compliance statement as in the prescribed format as per the
proforma( Annexure-VIII) along with the bid.
15) For all items quoted, the bidder should have necessary infrastructure for the maintenance
of the items for next Three years and to be able to provide all necessary
spares/accessories/consumables.
16) In case of change of any authorized agent by the principal firm, the principal firm shall
then be directly liable for Guarantee and maintenance of the items.
17) All equipments quoted to be of latest technology and having facility for up gradation in
future if required. Only New instruments will be accepted. Old/ Assembled/
Refurbished model will not be accepted.
18) Financial Bid:The bidder shall upload the rates of the items for which he has uploaded
/submitted in the technical bid along with other details as specified in the Performa
(Annexure-VI) for Financial Bid.The rates quoted in financial bid will only be
considered for Financial Evaluation as L1.The L1 will be based on lowest aggregate
for quoted items. No hard copy of the financial bid shall be submitted by the bidder
otherwise his tender shall be straightway rejected. In Financial Bid the companies
shall have to quote the price for the items exclusive of Taxes as applicable, which
shall be paid by the hospital at the prevailing rate. The rates quoted shall be valid for
three years from the date of award of the contract and shall be valid in the extendable
period on mutual consent basis for upto one year.
19) The rates quoted should be inclusive of all freight charges, packing charges, custom duty
and octroi etc., as applicable will not be paid extra. The cost of insurance of
goods/articles shall be paid by the bidder for imported as well as indigenous items.
20) The rates quoted in this tender should not be higher than that quoted in case of any other
organization/ Institution with in the last three months, An under taking in this regard by
the tenderer must be enclosed. (Annexure VII).
21) If the rates of any items during tender validity are lowered, the firm will charge the lower
rates from date of lower rates applicable. If found, tender will be cancelled and
earnest/performance money will be forfeited.
22) No upward financial revision would be acceptable whatsoever after opening of tender. In
case the price of the goods are reduced as per policy decision of Govt./by manufacturers
due to any other reasons, the company shall inform the hospital immediately and make
the supplies on the reduced rates from the date such reduction in prices becomes
effective.
10
10
23) The successful bidder will have to submit proof of depositing VAT / Service Tax / GST
with the concerned Departments to the Accounts Section (D.D.O.) of the Hospital, for all
bills cleared with VAT / Service Tax /GST as required.
24) As regards to the imported costly items, No NMIC/CDEC shall be issued to the firm by
the hospital, if required for any supplies.
25) The approved samples for consumable items and other samples, which are opened and
tested, shall neither be returned to the supplier nor will be adjusted in supplies of the
bidder.
26) Supply of goods: The equipment / Machine & consumables are to be delivered to the
hospital on Freight On Road (F.O.R) destination basis. The reagents/consumables are
required to be supplied at priority against the supply order to avoid the stock out.
27) Responsibilities of Vendor: The vendor/ bidder must adhere to following the
responsibilities after award of contract:
a. Compatible UPS with one hour backup of required ratings to be installed free of cost
with machine.
b. The Vendor has to provide and install a good quality de-ionized water system
(laboratory grade 1 water) if needed by the instrument (free of cost) to run all the tests
and its consumables/parts should be under warranty for period of contract.
c. Any Consumable or Non consumable part of auto analyzer (including probes, mixers,
tubes, pump tubing, reaction cuvettes, photometer lamp, filters), deionizer, computer
and UPS which needs replacement must be provided free of cost by the firm.
d. Should provide calibration certificate ( IQ/OQ/PQ) for the hardware (optical systems,
syringes etc.) traceable to NABL standards twice a year or as per manufacturer’s
instructions.
e. Should provide three year satisfactory installations with documentary proof thereof,
of the equipment for parameters enlisted/ quoted from at least 3 Government /
Autonomous / PSU/ Hospitals with 300 beds/ Institutes.
f. Imported machine should have proper custom duty and import license.
g. Manufacturing license of the principal company should be provided.
h. All the consumable reagents, spares, and accessories along with the machine will be
provided by the vendor throughout the contract period at no cost to the hospital.
i. Equipment will be maintained throughout the contract period at no cost to the
hospital. Machine will run 24 Hours and 365 days of the year.
j. Vendor shall provide the appropriate training to the laboratory staff for continuous
running and maintenance of the instrument.
11
11
a) In case of need to interface the instrument to LIS/ HIS the vendor will provide full IT
support at no extra cost.
b) In case of malfunctioning / break down / non functioning the backup must be
provided by the supplier. In case, the restoration of the function of the
item/equipment is likely to take more than 48 hours from the date of receipt of
intimation regarding malfunction by the tenderer, a standby has to be provided
by the tenderer to cover the down period. A penalty equivalent to triple the
amount of cost of the tests not performed due to malfunctioning or non
availability of instrument will be levied in such scenario any delay/failure in
testing from outside labs, in case of breakdown of the equipment.
c) The bidder has to provide continuous uninterrupted supply of reagents to prevent
stoppage of services. The delay due to non supply of reagents will lead to penalty as
mentioned previously.
d) List of Govt. institutions in Hyderabad where the quoted model is installed is to be
submitted along with technical documents.
e) Demonstration of the machine and all the tests in the list will be arranged by the
bidder before finalization of the tender. The report will be considered which is
within the range (of the given Quality control).
28) Supply, installation and commissioning should be done within the prescribed period of
the supply order (45 days after issue date of Supply order)/ any foreign goods within
60 days from the date of dispatch of supply order.. If the Successful Bidder fails to
deliver the equipment within this period a penalty of 0.5% perweek of the cost of the
equipment will be imposed for the delayed period. Once the 10% Penalty is reached
Purchaser/Consignee may consider termination of the contract. The DEAN has right to
recover the damages for breach of contract/order to forfeit the Earnest Money.
29) Delivery Schedule for the reagents: Within 14 days from the date of dispatch of
supply order. The delivery should be at the place shown by the receiving officer within
the premises of the ESIC Medical College & Hospital, Sanathnagar, Hyderabad at the
cost of the supplier. A penalty equivalent to triple the amount of cost of the tests not
performed due to non supply of reagents / consumables will be levied in such
scenario.
30) Part supply of consumables should be avoided as far as possible. In case of part supply of
any items mentioned in the supply order or either quantity/goods requisitioned, the
supplier shall mention specifically when the balance will be supplied but supply all items
so left out should be made, in any case not later than 14 days from the date of dispatch of
P.O, failing which the portion not supplied will be deemed to have been cancelled, and
shall be treated as failure to supply.
31) Bills for part supply shall not normally be admitted for payment. Bills normally shall be
preferred only after executing the supply order in full. The items should be delivered at
12
12
the Hospital Stores / Department i.e. Door Delivery at Supplier’s Cost, before 2.00 PM
on all working days
32) The payment towards the supply is subject to receipt of inspection note/performance
certificate to the effect that the items supplied are conforming to the supply order placed.
33) Bills for the supplies should be submitted along with the supplies but in any case not later
than 7 days from the date of supply. The stamped pre-receipted bill in triplicate in the
name of Dean, ESIC Medical College & Hospital, sanathnagar, Hyderabad shall be
submitted to the hospital along with a copy of the receipt showing delivery of goods
ordered, obtained from him. Order No. & date shall appear in all correspondence,
delivery challans and invoices.
34) Bills shall be prepared in whole rupees i.e. (fraction of Rupee below 50 Ps. to be ignored
and 50Ps. above be rounded to the next higher rupee).
35) Items supplied should not be older than 1/6th of its shelf life from the date of
manufacture.
36) Performance security: On notification of award the successful bidder has to deposit the
10% of total amount of the contract mentioned in the tender as the performance security
with Dean in the form of Banker’s cheque/demand draft, in favour of E.S.I Saving Fund
Account No.1 payable at Hyderabad which will be released after completion of
contract period and on receiving the satisfactory performance certificate from the
user department.
37) For all sterilized goods, the concerned firm shall provide sterility certificate issued by any
Government approved laboratory along with their supplies in concerned Stores. The
bidder shall be liable for any legal action in case of any complaint arising out of non-
sterile supplies.
38) In case of malfunctioning / break down / non functioning the backup must be provided by
the supplier. In case, the restoration of the function of the item/equipment is likely to take
more than 48 hours from the date of receipt of intimation regarding malfunction by the
tenderer, a standby has to be provided by the tenderer to cover the down period. A
penalty equivalent to triple the amount of cost of the tests not performed due to
malfunctioning or non availability of instrument will be levied in such scenario.
39) Warranty/Guaranty: The tenderer shall provide free maintenance and repair including
free of cost replacement of any defective parts ensuring proper functioning of equipment
for the contract period as mentioned in technical specifications.
40) The hospital is not liable to pay any charges on any account during the contract
period for continuous running of equipment.
41) Compliance of the specification of the equipment mentioned &Compliance of Terms and
Conditions should be given on a separate sheet and all the documents must be serially
numbered, stamped & signed by the Authorized Signatory.
13
13
42) Sub-authorization/subletting by the principal’s authorized agency/firm will not be
accepted for making any supply/delivery/service of the goods or for raising
bills/collecting payments etc.
14
14
ANNEXURE-IV
COMPANY PROFILE
1. Name of the Firm:
2. Full Address:
3. Telegraphic address / email id:
4. Telephone no:
5. Telex / Fax No:
6. Date of establishment of Firm:
7. Is firm Registered under
a. Indian Factories Act:
b. Company Act:
c. Any other:
8. Name and address of Your bankers stating
the name in which the account stand :
9. Are you on list of approved contractors of any other authority?
10. Give details of any Govt Contract Executed during last 3 years:
11. Any other information which you consider necessary:
Signature
Name & address
15
15
ANNEXURE -V
Technical Bid:
Tender Enquiry No.: ……………………………
Due for opening on:…………..
(Tender’s Name)…………………………………………. enter into Rate Contract for the
installation & maintenance of New Fully Automated ImmunoAnalyzer on reagent rental
contract basis
Table 1
S No Name of Item Name of Offered
Product
Make Model
Number
1 Fully Automated immune
Analyser
The New Fully automated system should be able to perform the below mentioned test. The
number of tests/ parameters could vary as per the requirement.
Table 2A
Sr
No
Test Name of Offered Product Catalogue Number Pack Size
1. HIV (1&2)
2. Anti HCV Ab
3. HBsAg
4. HBeAg
5. Anti HBe Ab
6. Anti HBs Ab
7. Anti HBc Ab
8. IgM Anti HBc Ag
9. IgM Anti HAV
10. Toxoplasma IgG
11. Toxoplasma IgM
12. Rubella IgG
16
16
13. Rubella IgM
14. CMV IgG
15. CMV IgM
16. HSV 1 IgG
17. HSV 2 IgG
18. Hs-CRP
19. Rheumatoid Factor
(RF)
20. C3
21. C4
22. IgA
23. IgM
24. IgG
25. IgE
26. Procalcitonin
27. Anti CCP
28. ASO or ASLO
Please mention the List of items (consumables, calibrator, tips, controls buffers, reagents, QC
kits, plasticware, glasswaresetc) to perform above tests in the below table i.e., Table 2B. (All
the additional consumables to perform all the above test on Fully Automated System
would be provided without any extra cost.)
Table 2B
Sr
No
Test Name of Offered
Product
Catalogue Number Pack Size
17
17
May attach additional sheets, if required
I accept to supply the above mentioned items exactly as per the specifications mentioned in
the tender document.
Signature of the Bidder
Name & Address with Stamp.
18
18
ANNEXURE - VI
PRICE BID
Name of the Equipment :……………………………………….
Name of Bidder : ……………………………………………….
Name of the Group : ……………………………………………
All quotations are exclusive of taxes. The bidder should quote for C and calculate further. Quotations for all items are essential .If bidder does
not quote for any of the reagent it will be considered unresponsive and will be disqualified.
(A) (B) (C) (D) (E) (G) (E) (F)
Sr
No
Name of parameter Pack
size of
Reagent
(In ml)
MRP
On
pack
Size
Rate
offered
per pack
Excluding
taxes
No.
of
tests
per
pack
Cost per
test
(C/D)
Cost per
reportable test
(inclusive of
all
consumables)
Approx. No
of tests to
be done per
year *
Total Cost
(G*E)
1. HIV (1&2) 10000
2. Anti HCV Ab 10000
3. HBsAg 10000
4. HBeAg 100
5. AntiHBeAb 100
6. Anti HBs Ab 500
7. Anti HBc Ab 100
19
19
(A) (B) (C) (D) (E) (G) (E) (F)
Sr
No
Name of parameter Pack
size of
Reagent
(In ml)
MRP
On
pack
Size
Rate
offered
per pack
Excluding
taxes
No.
of
tests
per
pack
Cost per
test
(C/D)
Cost per
reportable test
(inclusive of
all
consumables)
Approx. No
of tests to
be done per
year *
Total Cost
(G*E)
8. IgM Anti HBc Ab 100
9. IgM Anti HAV 100
10. Toxoplasma IgG 50
11. Toxoplasma IgM 50
12. Rubella IgG 50
13. Rubella IgM 50
14. CMV IgG 50
15. CMV IgM 50
16. HSV 1 IgG
17. HSV 2 IgG
18. Hs-CRP 2000
19. Rheumatoid Factor
(RF) 2000
20. C3 500
20
20
(A) (B) (C) (D) (E) (G) (E) (F)
Sr
No
Name of parameter Pack
size of
Reagent
(In ml)
MRP
On
pack
Size
Rate
offered
per pack
Excluding
taxes
No.
of
tests
per
pack
Cost per
test
(C/D)
Cost per
reportable test
(inclusive of
all
consumables)
Approx. No
of tests to
be done per
year *
Total Cost
(G*E)
21. C4 500
22. IgA 100
23. IgM 100
24. IgG 100
25. IgE 100
26. Procalcitonin 250
27. Anti CCP 500
28. ASO or ASLO 500
Total:
* The no. of testsmentioned in column “G” is only approximate for purpose of calculating L1 only and are based on usage in the past.
Note: The reagents ordered during the contact period may vary during the contract period. The institute is not bound to order these
number of reagents under any circumstances.
21
21
Please provide the details of additional infectious diseases and immunological parameters which can be tested / determined in the Fully
automated immunoanalyserin the below mentioned table. The parameters mentioned below will not considered in for determination of L1 in the
price bid.
(A) (B) (C) (D) (E) (G)
Sr
No
Name of parameter Pack
size of
Reagent
(In ml)
MRP
On
pack
Size
Rate
offered
per pack
Excluding
taxes
No.
of
tests
per
pack
Cost per
test
(C/D)
Cost per
reportable test
(inclusive of all
consumables)
1.
2.
3.
4.
5.
(Use additional rows in case of more number of parameters)
Note: kindly submit hardcopy of the above format duly filled along with the EMD in a Sealed cover in
inward section.
Declaration for Bidder: All the additional consumables to perform all the above tests on Fully Automated System listed in TABLE 2 (A) & 2
(B) of ANNEXURE 5 (Technical Bid) which would be provided without any extra cost. In case name / details of any items / consumables
required for undertaking aforesaid test found to be omitted/not mentioned in the list, the same would also be required to be provided by the
bidder/supplier without any additional cost to the Institute/Client in the requisite quantity required for satisfactorily performance of the test.
Signature and Stamp of the Bidder.
22
22
ANNEXURE - VII
UNDERTAKING
(NOTE: Undertaking must be submitted only on a non-judicial stamp papers of Rs. 100/-)
1. I …………………………………………………………….. Prop/Partner/Director/
Authorized Signatory of M/s ………….………………………………………………
…………………………………………. certify that I have gone through the terms and
conditions mentioned and undertake to comply with them. The rates quoted by me are
valid and binding on me if accepted for the duration of contract period.
2. I, the undersigned hereby bind myself to the Dean, ESIC Medical College & Hospital,
for supply of various items to ESIC Medical College & Hospital, Sanathnagar, during
the period under contract commencing from the date of award of Rate
Contract/Contract and initially valid for 2 years and extendable on mutual consent basis
for 1 year.
3. The articles supplied shall be new & of the best quality and kind and as per requirement
of the institution. The decision of the Dean ESIC Medical College & Hospital,
Sanathnagr, Hyderabad-500038, as regards to the quality and kind of articles shall be
final and binding on me.
4. Earnest money deposited by me/us viz Rs._________________ in the form of Demand
Draft/Banker’s Cheque in favour of ESI Saving Fund Account No.1 payable at
Hyderabad is attached herewith and shall remain in custody of the Dean, ESIC Medical
College & Hospital, Sanathnagar, Hyderabad. I/We give the rights to Dean, ESIC
Medical College Hospital, Sanathnagar, Hyderabad to forfeit the EMD deposited by
me/us if any delay occurs on my/agent’s part or on account of failure to supply the
equipment at the appointed place and time and of the desired specifications.
5. The Dean, ESIC Medical College &Hospital shall not be bound to take all or any of the
article enumerated in the appendix.
6. The conditions herein contained shall form part or and shall be taken as included in the
agreement to be entered into or treated as agreement itself of the discretion of Dean,
ESIC Medical College & Hospital .
7. Should the said officer deem it necessary to change any article on its being found of
inferior quality, it shall be replaced by me, well in time to prevent inconvenience to the
patients.
8. I/We hereby undertake to supply the items during validity of the tender as per direction
given positively.
9. I/We hereby undertake that the rates quoted by me/us are either at par or lower than that
quoted to any other Govt. or private hospital/institutions and these quoted rates are not
23
23
higher than the MRP of these items. I also undertake to comply the same rates under
extension period if situation warrants.
10. I/We understand that it is my/our responsibility to provide warranty/Guaranty as per
tender terms & conditions and it is my/our responsibility to import/export,
spares/replacements, repairable items-free of cost during the contract period.
11. I/We declare that my/ our firm has not been blacklisted /debarred by any of the Govt.
Hospitals/Institutions. If blacklisted or debarred in the past, they have revoked the
same.
12. I/we also submit that our firm/principal has no court case / vigilance case /CBI case
pending against us/our principal.
13. I/We undertake that I have not submitted any false documents with the tender.
14. I pledge and solemnly affirm that the information submitted in tender documents is true
to the best of my knowledge and belief.
15. I further pledge and solemnly affirm that nothing has been concealed by me, if any
thing comes to the notice of purchaser during the validity of tender period, Dean, ESIC
Medical College & Hospital, Sanathnagar, Hyderabad will have full authority as he
deems fit, which may amount to rejection of tender without assigning any reason.
Place: Signature of the bidder
Date: Stamp of the firm
24
24
ANNEXURE - VIII
COMPLIANCE STATEMENT
Tender Enquiry No: ………………………………………………………
Due for opening on:……………………………………………………..
(Tender’s Name)…………………………………………. enter into Rate Contract for the
installation & maintenance of New Fully Automated Immuno Analyser on reagent rental
contract basis
SrNo Test Compliance (Yes/No) Deviations (in unambiguous
terms)
1. HIV (1&2)
2. Anti HCV Ab
3. HBsAg
4. HBeAg
5. Anti HBe Ab
6. Anti HBs Ab
7. Anti HBc Ab
8. IgM Anti HBc Ag
9. IgM Anti HAV
10. Toxoplasma IgG
11. Toxoplasma IgM
12. Rubella IgG
13. Rubella IgM
14. CMV IgG
15. CMV IgM
16. HSV 1 IgG
17. HSV 2 IgG
18. Hs-CRP
19. Rheumatoid Factor (RF)
20. C3
25
25
21. C4
22. IgA
23. IgM
24. IgG
25. IgE
26. Procalcitonin
27. Anti CCP
28. ASO or ASLO
1. To Supply and install a New Fully Automated Immuno Analyser system as per the
Technical specifications in the ESIC Medical College & Hospital Premises at no cost to
the ESIC Medical College. Subsequent maintenance of the fully automated immune
analyzer during entire period of the reagent rental contract.
2. For undertaking tests Laboratory Reagents, Kits as per Purchase orders (As and when
required).
3. To supply all the additional consumables including but not limited to relevant control,
calibrator, washing solution, cleaning solution, Buffer solution, Sample cups, cuvettes,
microplates, disposable tips, QC kits, tubes, maintenance kit, cards, additional
accessories, plastic ware, glassware or other consumables required to perform the tests as
listed at Annexure 5 on Reagent Rental Contract basis along with application support,
engineering support,bi-directional interfacing, machine downtime (24 hrs) including wear
and tear of parts and preventive maintenance kit or parts according to schedule, training,
validation tests, demonstration are to be provided free of cost by the bidder.
4. This will also include delivery at site, unloading, installation & maintenance, storage and
all associated services. The successful bidder will assume full responsibility of the
complete supply of stores and installation & subsequent maintenance of the fully
automated immuno analyzer during entire period of the reagent rental contract.
It is to certify that the offered products meet the requirement of the purchaser and fully
compatible with the system proposed to be installed by us.
Signature of the Bidder
Name and Address with seal
26
26
ANNEXURE - IX
Technical Specifications For Fully Automated ImmunoAnalyser
1) New Fully automated table top / floor model, random access analyzer with capacity to
perform qualitative and quantitative analysis of infectious markers and other various
special infectious immune assays using Chemiluminisence/ electro
chemiluminisenceImmunoasay.
2) The instrument should be able to tests atleast following parameters:
a) HIV (1&2)
b) Anti HCV Ab
c) HBsAg
d) HBeAg
e) Anti HBe Ab
f) Anti HBs Ab
g) Anti HBc Ab
h) IgM Anti HBc Ag
i) IgM Anti HAV
j) Toxoplasma IgG
k) Toxoplasma IgM
l) Rubella IgG
m) Rubella IgM
n) CMV IgG
o) CMV IgM
p) HSV 1 IgG
q) HSV 2 IgG
r) Hs-CRP
s) Rheumatoid Factor (RF)
t) C3
u) C4
v) IgA
w) IgM
27
27
x) IgG
y) IgE
z) Procalcitonin
aa) Anti CCP
bb) ASO or ASLO
Note: Apart from the above various routine and special infectious immune assays
parameters must be performed by the analyzer and the list of all such parameters that can
be tested by the instruments must be attached in the tender document.
3) Method: Electrochemiluminescence or Chemiluminescence based immunoassay analyser.
The platform / equipment provided should be based on CLIA / e CLIA.
4) It should have through put of upto 80 results per hour
5) It should have continuous sample loading facility
6) It should accommodate primary sample tubes, sample cups, aliquot tubers in same run,
should have onboard barcode scanner for flexible sample processing
7) It should have ultrasonic wash / disposable tips to prevent carryover of sample.
8) Should have facility to store patient results on board. Should have facility to back up
patient data, necessary data back up accessories to be provided.
9) It should have facility to load more than 15 reagents at a time. It should have automated
inventory management, should have barcode scanner for reading reagents barcodes.
10) It should have temperature controlled reagent compartment
11) It should preferably have continuous access to reagent compartment for loading and run
loading of reagents, while sample runs is in progress.
12) It should have RS 232 port for connectivity.should be compatible with LIS and support
from company shall be provided without any additional cost
13) It should have calibration stability of atleastfour weeks or more ; for most of the
parameter on single pack.
14) It should have facility to view and print Levy Jenings charts. It should have the ability to
adapt westgard rules.
15) It should have walk away capacity without any interruption or user intervention upto 3
hrs
16) It should have user friendly operator interface, touch screen monitor, keyboard, external
PC with automatic data back up and external printer to be provided
17) Instrument calibration certificate is required. ISI/ ISO certification required.
28
28
18) Instrument should be CE/ IVD/ FDA certified for use for the diagnostic purpose
19) The equipment must be provided with appropriate controls / calibrators for daily QC run.
20) The power back up should be provided by the supplier
21) The training of all the staff is to be done at the time of installation of the instrument.
22) In case of excess samples the supplier must provide the additional back up for carrying
out the tests.
23) The periodic calibration of the instrument is to be done by the supplier.
24) The supplier must provide and install a good quality de-ionized water system (laboratory
grade 1 water) with the analyser (free of cost) to run all the tests and its
consumables/parts should be under warranty for five years.
25) In case of any breakage of instruments the supplier must provide the additional
instruments with similar specification to ensure continuous services.
26) In case of any update the supplier will provide the update of the instrument without
additional charges.
29
29
ANNEXURE - X
(Performa for Request for Refund of EMD)
From
……………………………..
……………………………..
……………………………..
……………………………..
To
The Dean,
ESIC Medical College & Hospital
Sanathnagar , Hyderabad-38.
Sub: Request for refund of EMD Amount – reg.
With reference to your advertisement dated _, we have submitted tender for
(Tender No)……………………………..
In case we are not the successful bidder, we request you to kindly refund the EMD amount of
Rs…………………... . The Cheque may be kindly be drawn as per the below mentioned
details :
Beneficiary’s Name : …………………………….
Account No. : ……………………………………
A/C Savings Current : IFSC Code No. : ………………………………….
Bank Name :
Branch Name &Address :
Yours faithfully,
(SIGNATURE & SEAL)
PRE-RECEIPT
Received an amount of Rs…………………………… vide cheque No..........................
dated.................. from ESI Corporation towards refund of EMD amount.
RevenueStamp
(SIGNATURE & SEAL)