Uploaded by Apex ChemTech

Defibrillator 133

advertisement
Bid Number: GEM/2021/B/1729164
Dated: 29-12-2021
Bid Document
Bid Details
Bid End Date/Time
19-01-2022 16:00:00
Bid Opening Date/Time
19-01-2022 16:30:00
Bid Life Cycle (From Publish Date)
90 (Days)
Bid Offer Validity (From End Date)
65 (Days)
Ministry/State Name
Odisha
Department Name
Health And Family Welfare Department Odisha
Organisation Name
Odisha State Medical Corporation Limited (osmcl)
Office Name
Odisha State Medical Corporation Limited
Total Quantity
133
Item Category
Cardiac Monitor with defibrillator (Q3) ()
Minimum Average Annual Turnover of the
Bidder
218 Lakh (s)
OEM Average Turnover (Last 3 Years)
440 Lakh (s)
Years of Past Experience required
3 Year (s)
MSE Exemption for Years of Experience and
Turnover
No
Startup Exemption for Years of Experience
and Turnover
No
Document required from seller
Experience Criteria,Past Performance,Bidder
Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Additional Doc 1
(Requested in ATC),Additional Doc 2 (Requested in
ATC),Additional Doc 3 (Requested in ATC),Additional Doc 4
(Requested in ATC),Compliance of BoQ specification and
supporting document
*In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer
Past Performance
20 %
Bid to RA enabled
Yes
RA Qualification Rule
H1-Highest Priced Bid Elimination
Time allowed for Technical Clarifications
during technical evaluation
2 Days
Estimated Bid Value
43909950
Evaluation Method
Total value wise evaluation
EMD Detail
1 / 14
Required
No
ePBG Detail
Advisory Bank
ICICI
ePBG Percentage(%)
3.00
Duration of ePBG required (Months).
38
(a). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.
Beneficiary:
Senior Manager Equipment
Odisha State Medical Corporation Limited, Health and Family Welfare Department Odisha
(Tapas Ranjan Kar)
Splitting
Splitting Applied
Yes
Maximum No. Of Bidders Amongst Which Order
May Be Split
3
MSE Purchase Preference
MSE Purchase Preference
No
MII Purchase Preference
MII Purchase Preference
No
1. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.
2. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above
in the bid document before the bid opening date. Copies of relevant contracts to be submitted along with bid in
support of having supplied some quantity during each of the Financial year. In case of bunch bids, the category of
primary product having highest value should meet this criterion.
3. OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period
shall be uploaded with the bid. In case the date of constitution / incorporation of the OEM is less than 3 year old,
the average turnover in respect of the completed financial years after the date of constitution shall be taken into
account for this criteria.
4. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
2 / 14
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
5. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 20% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant
contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid
in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to
primary product having highest bid value should meet this criterion.
6. Reverse Auction would be conducted amongst all the technically qualified bidders except the Highest quoting
bidder. The technically qualified Highest Quoting bidder will not be allowed to participate in RA. However, H-1
will also be allowed to participate in RA in following cases:
i.
ii.
iii.
iv.
v.
If number of technically qualified bidders are only 2 or 3.
If Buyer has chosen to split the bid amongst N sellers, and H1 bid is coming within N.
In case Primary product of only one OEM is left in contention for participation in RA on elimination of H-1.
If L-1 is non-MSE and H-1 is eligible MSE and H-1 price is coming within price band of 15% of Non-MSE L-1
If L-1 is non-MII and H-1 is eligible MII and H-1 price is coming within price band of 20% of Non-MII L-1
Cardiac Monitor With Defibrillator ( 133 pieces )
Brand Type
Registered Brand
Technical Specifications
* As per GeM Category Specification
Specification
Specification Name
Bid Requirement (Allowed Values)
Standards
Confirmity to Manufactures
Certification
ISO 9001 & ISO 13485
Performance
Parameters
Capability parameter of
defibrillator
ECG Monitoring , defibrillation
Modes in defibrillator
Automated external defibrillation and manual
Number of wave-forms
2, 3, 4
Patient compatibility to
defibrillate
Adult ,pediatric patients
Type of display
TFT, LCD
Facility to have
synchronized cardio version
Yes
Ability to display CPR index
on screen real time
Yes, No
Ability to filter out CPR
artefacts to see organised
rhythms without
interrupting chest
compression
Yes, No
Provision of in built
recorder
Yes
Provision of printing ECG
trace & stored information
Yes
3 / 14
Specification
Accessories
Specification Name
Bid Requirement (Allowed Values)
Facility of External noninvasive pacing
Yes
Type of external
transcutaneous pacing
modes
Demand mode, Fixed mode (asynchronous), Both
Demand mode and fixed mode
Pulse width of External noninvasive pacing in milli
seconds
40
Ability to measure chest
compression rate and depth
in real time with visual
feedback on screen with
rate and depth indicator
Integrated with defibrillator, Defibrillator with external
sensors, Not Provided
Facility to monitor EtCO2
No
Facility to monitor NIBP
No
Facility to monitor SPO2
No
Upgradability to monitor
EtCO2
Yes, No
Upgradability to monitor
NIBP
Yes, No
Upgradability to monitor
SPO2
Yes, No
ECG monitoring
Using 12 leads, Using 3 lead, Using 5/6 lead
Facility for internal
defibrillation
Yes, No
Provision of stainless steel
trolley with lockable
castors
Yes, No
Suitability of defibrillator
for transport on ground
(ambulance)
Yes
Defibrillator suitable to use
at high altitudes and in air
craft
Yes, No
Defibrillator should display
selected energy
Yes
Defibrillator should display
delivered energy
Yes
Suitability of defibrillator
for transportation in air
(aircraft)
Yes, No
Availaibility of suitable
protection for dust and
water
Yes
Li-ion Battery
1
ECG cable
1
4 / 14
Specification
Specification Name
Bid Requirement (Allowed Values)
NIBP pediatric cuff with
hose
Not provided
NIBP adult cuff with hose
Not provided
Reusable airway adaptor to
be used with ETCO2 main
stream / side stream sensor
and cable
Not provided
Disposable airway adpater
with EtCO2 mainstream
sensor and cable
Not provided
External defibrillator
1
paddles (pediatric in built in
adult)
Miscellaneous
Parameters
Multi Function Defibrillator
& Monitoring pads/gel
sheets
5
Recorder paper roll
10
Reusable CPR feedback
sensor/or similar product
reused
Not provided
Warranty (Option of
comprehensive warranty is
available through bidding
only, which if opted will
supersede normal warranty
in the catalogue)
3
Additional Specification Parameters - Cardiac Monitor With Defibrillator ( 133 pieces )
Specification Parameter
Name
Bid Requirement (Allowed Values)
1)Product Quality Standard
certification 2)Manufacturer
quality standard certification
1.The quoted model should have USFDA (510K /CFG/PMA) and EU-CE
certified. The EU-CE certificate should be issued from a notified body having
notified body number. 2.The manufacturer of the quoted product should
have ISO 13485 certificate issued from notified body or ICMED 13485
certificate issued from certification bodies accredited by NABCB.
3)Product safety standard
certification
3)The quoted model must be IEC 60601-2-4 certified Particular requirements
for the basic safety and essential performance of cardiac defibrillators or
equivalent BIS standard certification.
Compliance to GeM defined
technical parameters
1) The quoted product should comply the compulsory parameters which are
Already defined in the GeM category as well as the required technical
Specifications in the bid.
NO Of wave form
1)Should be 2 or more.
5 / 14
Specification Parameter
Name
Bid Requirement (Allowed Values)
* Bidders offering must also comply with the additional specification parameters mentioned above.
Consignees/Reporting Officer and Quantity
S.No.
1
2
3
4
5
6
7
8
9
Consignee/Reporti
ng Officer
Address
Prasant Kumar Sethi
761200,District Drug
Warehouse, Behind Leprosy
Office, Treasury Road, PoParalekhemundi , Dist-Gajpati 761200
2
70
SUBHENDU KUMAR
ROUT
759001,DISTRICT DRUG
WAREHOUSE, NEW BUILDING,
NEAR KALINGA EYE HOSPITAL,
DAKHINAKALI ROAD, DISTDHENKANAL, PIN-759001
5
70
Akshaya Kumar
Biswal
759122,STORE
PHARMACIST,DISTRICT HEAD
QUARTER HOSPITAL, DISTRICT
- ANGUL,ODISHA, PINCODE 759122
4
70
Jogesh Kumar
Mohapatra
756001,STORE
PHARMACIST,SUB STORE,CDM
& PHO (BALASORE), DISTRICT BALASORE,ODISHA, PINCODE 756001
3
70
Sachikant Roul
755001,STORE
PHARMACIST,DISTRICT
HEADQUARTER HOSPITAL,
JAJPUR TOWN, DISTRICT JAJPUR, ODISHA, PINCODE 755001
2
70
SURENDRANATH
NAYAK
754211,STORE
PHARMACIST,SUB STORE, CDM
& PHO (KENDRAPARA),
DISTRICT - KENDRAPARA,
ODISHA, PINCODE - 754211
3
70
Subrat Parija
752002,STORE PHARMACIST,
DISTRICT HEADQUARTER
HOSPITAL, DISTRICT - PURI,
ODISHA, PINCODE - 752002
2
70
Ajaya Kumar Mallik
752069,STORE PHARMACIST,
SUB STORE, DHH NAYAGARH,
DISTRICT - NAYAGARH,
ODISHA, PINCODE - 752069
2
70
Mamata Chowdhury
768001,STORE PHARMACIST,
SUBSTORE, CDM & PHO
(SAMBALPUR), DISTRICT SAMBALPUR, ODISHA, PINCODE
- 768001
2
70
Quantity
Delivery Days
6 / 14
S.No.
Consignee/Reporti
ng Officer
Address
Quantity
Delivery Days
RABINDRA KUMAR
JENA
767001,STORE PHARMACIST,
SUB STORE, DHH BOLANGIR,
DISTRICT - BOLANGIR, ODISHA,
PINCODE - 767001
1
70
Narayan Prasad
Tiwari
753001,STORE PHARMACIST,
SUB STORE,DISTRICT MEDICAL
OFFICER(MS) SUPTD., DHH
CUTTACK,CHOUDHURY BAZAR
POST BUXI BAZAR,DISTRICT CUTTACK, ODISHA, PINCODE 753001
2
70
12
Ashok Kumar
Subudhi
764020,STORE PHARMACIST,
DISTRICT DRUG WAREHOUSE,
JANIGUDA ROAD, NEAR
SLNMCH-KORAPUT, DISTRICT KORAPUT, ODISHA, PINCODE 764020
2
70
13
BIRENDRA KUMAR
MOHANTY
756100,STORE PHARMACIST,
SUB STORE, DHH BHADRAK,
DISTRICT - BHADRAK, ODISHA,
PINCODE - 756100
2
70
MANOJ KUMAR
BEHERA
768204,STORE PHARMACIST,
SUB STORE, CDM &
PHO(JHARSUGUDA),MALIMUND
A, OSAP LANE,IN FRONT OF
BLACK DIAMOND ENGINEERING
COLLEGE, DISTRICT JHARSUGUDA, ODISHA,
PINCODE - 768204
25
70
Santanu Kumar
Matian
758001,STORE PHARMACIST,
SUB STORE, DISTRICT
HEADQUARTER HOSPITAL,
DISTRICT - KEONJHAR, ODISHA,
PINCODE - 758001
3
70
Tapan Kumar
Mohanty
764048,STORE PHARMACIST,
SUB STORE, DHH MALKANGIRI,
NEAR OLD DHH,DNK,DISTRICT MALKANGIRI, PINCODE 764048
1
70
JAGANNATH RATH
764059,STORE PHARMACIST,
CENTRAL STORE WAREHOUSE26,DHH CAMPUS, DISTRICT NABARANGPUR, ODISHA,
PINCODE - 764059
2
70
Ajaya Kumar Mishra
752055,STORE PHARMACIST,
OFFICE OF CHIEF DISTRICT
MEDICAL & PUBLIC HEALTH
OFFICER (KHORDHA), DISTRICT
- KHORDHA, ODISHA, PINCODE
- 752055
2
70
10
11
14
15
16
17
18
7 / 14
S.No.
Consignee/Reporti
ng Officer
Address
Quantity
Delivery Days
K Khalli Subudhi
760001,STORE PHARMACIST,
SUB STORE, CDM&PHO
(GANJAM), IN FRONT OF CITY
HOSPITAL, BERHAMPUR,
DISTRICT - GANJAM, PINCODE 760001
3
70
Sakti Prasad Singh
766001,STORE PHARMACIST,
CENTRAL STORE, DHHBHAWANIPATNA, DISTRICT KALAHANDI, PINCODE - 766001
2
70
Mahendra Nath Giri
770001,STORE PHARMACIST,
SUB-STORE, DISTRICT HEAD
QUARTER HOSPITAL, DISTRICT
- SUNDERGARH, ODISHA,
PINCODE - 770001
1
70
Dilip Kumar
Pattanayak
762001,TECHNICAL STORE
KEEPER,O/O- CDM & PHO, DWH
KANDHAMAL, PHULBANI,
DISTRICT - KANDHAMAL,
ODISHA, PINCODE - 762001
2
70
Siba Prasad Nayak
765001,STORE PHARMACIST,
CENTRAL STORE, , DHH
RAYAGADA, DISTRICT RAYAGADA, ODISHA, PINCODE
- 765001
2
70
Rupendra Nath
Singh
757001,TECHNICAL STORE
KEEPER, CHIEF DISTRICT
MEDICAL & PUBLIC HEALTH
OFFICER (BARIPADA), DISTRICT
- MAYURBHANJ, ODISHA,
PINCODE - 757001
3
70
Sharat Kumar Sahoo
754103,STORE PHARMACIST,
DISTRICT DRUG WARE HOUSE
(JAGATSINGHPUR), DISTRICT JAGATSINGHPUR, ODISHA,
PINCODE - 754103
2
70
Tarini Charan Patra
751001,STORE PHARMACIST,
CAPITAL HOSPITAL, UNIT - IX,
UDYAN MARG, BHUBANESWAR,
DISTRICT - KHORDHA, ODISHA,
PINCODE - 751001
9
70
27
Deepak Kumar Rath
769004,STORE PHARMACIST,
DHH ROURKELA
GOVT.HOSPITAL, DISTRICTSUNDERGARH, ODISHA,
PINCODE - 769004
3
70
28
Prafulla Kumar
Pradhan
768028,STORE PHARMACIST,
SUB STORE, DHH BARGARH,
DISTRICT - BARGARH, ODISHA,
PINCODE - 768028
1
70
19
20
21
22
23
24
25
26
8 / 14
S.No.
Consignee/Reporti
ng Officer
Address
Quantity
Delivery Days
AJAY KUMAR
MOHARANA
753002,STORE PHARMACIST,
SISHUBHAWAN CUTTACK, POCHANDINI CHWOK, PSLALBAG, DISTRICT - CUTTACK,
ODISHA, PINCODE - 753002
1
70
30
Kamalakanta Sahu
767017,STORE PHARMACIST,
SUB STORE, DHH SONEPUR,
DISTRICT - SONEPUR, ODISHA,
PINCODE - 767017
1
70
31
Jogindra Kumar
Budek
766105,Premises of District
Head Quarter Hospital, PONuapada, Dist-Nuapada
1
70
32
BIREN KUMAR
PRADHAN
768108,STORE PHARMACIST,
DISTRICT HEADQUARTER
HOSPITAL, DISTRICT DEOGARH, ODISHA PINCODE 768108
1
70
33
Pranab Prakash
Panigrahi
762014,DISTRICT DRUG
WAREHOUSE, NEAR CDMO
OFFICE, AT/PO/DIST-BOUDH,
762014
1
70
Bishnu Prasad Sahu
768017,STORE PHAMACIST,
O/O SUPERINTENDENT,
VIMSAR, BURLA, DISTRICTSAMBALPUR, ODISHA,
PINCODE-768017
13
70
Sudhansu Mohan
Mishra
753007,NON TECHNICAL
STORE KEEPER, O/O
SUPERINTENDENT, SCB
MEDICAL COLLEGE &
HOSPITAL, DISTRICT CUTTACK, ODISHA, PINCODE 753007
6
70
MALAYA KUMAR
SAHU
760004,STORE PHARMACIST,
MAIN MEDICAL STORE, MKCG
MEDICAL COLLEGE &
HOSPITAL, BERHAMPUR,
DISTRICT - GANJAM, ODISHA,
PINCODE - 760004
5
70
Sekhar Chandra
Nayak
764020,STORE PHARMACIST,
SUB STORE, O/O
SUPERINTENDENT, SLNMCHKORAPUT, AT-PUJARIPUT,
DISTRICT -KORAPUT, ODISHA,
PINCODE - 764020
2
70
SARAT CHANDRA
JENA
753007,STORE PHARMACIST,
MENTAL HEALTH INSTITUTE,
SCB MCH CAMPUS,
MANGALABAG, DISTRICT CUTTACK, ODISHA, PINCODE 753007
6
70
29
34
35
36
37
38
9 / 14
S.No.
39
Consignee/Reporti
ng Officer
Akshaya Kumar
Behera
Address
753007,STORE PHARMACIST,
MENTAL HEALTH INSTITUTE,
SCB MCH CAMPUS,
MANGALABAG, DISTRICT CUTTACK, ODISHA, PINCODE 753007
Quantity
3
Delivery Days
70
Buyer Added Bid Specific Terms and Conditions
1. Generic
Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.
2. Generic
Bidders shall quote only those products in the bid which are not obsolete in the market and has at least 5
years residual market life i.e. the offered product shall not be declared end-of-life by the OEM before this
period.
3. Generic
Data Sheet of the product(s) offered in the bid, are to be uploaded along with the bid documents. Buyers
can match and verify the Data Sheet with the product specifications offered. In case of any unexplained
mismatch of technical parameters, the bid is liable for rejection.
4. Generic
Experience Criteria: The Bidder or its OEM {themselves or through reseller(s)} should have regularly,
manufactured and supplied same or similar Category Products to any Central / State Govt Organization /
PSU / Public Listed Company for 3 years before the bid opening date. Copies of relevant contracts to be
submitted along with bid in support of having supplied some quantity during each of the year. In case of
bunch bids, the primary product having highest value should meet this criterion.
5. Generic
Installation, Commissioning, Testing, Configuration, Training (if any - which ever is applicable as per scope
of supply) is to be carried out by OEM / OEM Certified resource or OEM authorised Reseller.
6. Generic
OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.
7. Generic
Upload Manufacturer authorization: Wherever Authorised Distributors are submitting the bid,
Manufacturers Authorisation Form (MAF)/Certificate with OEM details such as name, designation, address,
e-mail Id and Phone No. required to be furnished along with the bid.
8. Generic
Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
10 / 14
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the
stipulated Delivery Period or such inability otherwise becomes apparent.
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the Seller.
vii) The Seller has misrepresented to Buyer, acting on which misrepresentation Buyer has placed the
Purchase Order on the Seller.
9. Scope of Supply
Scope of supply (Bid price to include all cost components) : Supply Installation Testing and
Commissioning of Goods
10. Turnover
Bidder Turn Over Criteria: The minimum average annual financial turnover of the bidder during the last
three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the
relevant period shall be uploaded with the bid. In case the date of constitution / incorporation of the
bidder is less than 3 year old, the average turnover in respect of the completed financial years after the
date of constitution shall be taken into account for this criteria.
11. Turnover
OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in
the bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant
periods or a certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for
the relevant period shall be uploaded with the bid. In case the date of constitution / incorporation of the
OEM is less than 3 year old, the average turnover in respect of the completed financial years after the
date of constitution shall be taken into account for this criteria. In case of bunch bids, the OEM of
CATEGORY RELATED TO primary product having highest bid value should meet this criterion.
12. OEM
IMPORTED PRODUCTS: In case of imported products, OEM or Authorized Seller of OEM should have a
registered office in India to provide after sales service support in India. The certificate to this effect should
be submitted.
13. Certificates
Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the
Bid document, ATC and Corrigendum if any.
14. Certificates
The bidder is required to upload, along with the bid, all relevant certificates such as BIS licence, type test
certificate, approval certificates and other certificates as prescribed in the Product Specification given in
the bid document.
15. Certificates
To be eligible for award of contract, Bidder / OEM must possess following Certificates / Test Reports on the
date of bid opening (to be uploaded with bid): Product & Manufacturer Standard Quality certifications as
asked under the Technical Specification of the bid document..
16. Warranty
Warranty period of the supplied products shall be 3 years from the date of final acceptance of goods or
11 / 14
after completion of installation, commissioning & testing of goods (if included in the scope of supply), at
consignee location. OEM Warranty certificates must be submitted by Successful Bidder at the time of
delivery of Goods. The seller should guarantee the rectification of goods in case of any break down during
the guarantee period. Seller should have well established Installation, Commissioning, Training,
Troubleshooting and Maintenance Service group in INDIA for attending the after sales service. Details of
Service Centres near consignee destinations are to be uploaded along with the bid.
17. Warranty
Successful bidder will have to ensure that adequate number of dedicated technical service personals /
engineers are designated / deployed for attending to the Service Request in a time bound manner and for
ensuring Timely Servicing / rectification of defects during warranty period, as per Service level agreement
indicated in the relevant clause of the bid.
18. Warranty
Timely Servicing / rectification of defects during warranty period: After having been notified of the defects
/ service requirement during warranty period, Seller has to complete the required Service / Rectification
within 3 days time limit. If the Seller fails to complete service / rectification with defined time limit, a
penalty of 0.5% of Unit Price of the product shall be charged as penalty for each week of delay from the
seller. Seller can deposit the penalty with the Buyer directly else the Buyer shall have a right to recover all
such penalty amount from the Performance Security (PBG).Cumulative Penalty cannot exceed more than
10% of the total contract value after which the Buyer shall have the right to get the service / rectification
done from alternate sources at the risk and cost of the Seller besides forfeiture of PBG. Seller shall be
liable to re-imberse the cost of such service / rectification to the Buyer.
19. Forms of EMD and PBG
Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also
(besides PBG which is allowed as per GeM GTC). DD should be made in favour of Odisha State Medical
Corporation Limited payable at Bhubaneswar. After award of contract, Successful Bidder can upload
scanned copy of the DD in place of PBG and has to ensure delivery of hard copy to the original DD to the
Buyer within 15 days of award of contract.
20. Forms of EMD and PBG
Successful Bidder can submit the Performance Security in the form of Payment online through RTGS /
internet banking also (besides PBG which is allowed as per GeM GTC). On-line payment shall be in
Beneficiary name Odisha State Medical Corporation Limited Account No. 380801010035511 IFSC Code
UBIN0538086 Bank Name Union Bank of India Branch address Main Branch, Bhubaneswar. Successful
Bidder to indicate Contract number and name of Seller entity in the transaction details field at the time of
on-line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer in place of PBG
within 15 days of award of contract.
21. Buyer Added Bid Specific ATC
Buyer Added text based ATC clauses
Additional Clause no.1:
As per the Office Memorandum issued by Department of Expenditure, Ministry of Finance, Govt.of India
dated 12/11/2020, only Bid Security Declaration have to kept in the bid instead of Bid Security Amount
(EMD). Hence the bidders are advised to submit Bid Security Declaration in the format specified below,
BID SECURITY DECLARATION FORM (Rule 170 of General Financial Rule 2017)
Bid Ref. No.___________ Date:__________
To
The Managing Director,
12 / 14
Odisha State Medical Corporation, Bhubaneswar
I/We. The undersigned, declare that:
I/We accept that I/We may be suspended to submit bids for contract(s) with you for a period of Six (06) months from
the date of bid opening if I am /We are in a breach of any obligation under the bid conditions, because I/We
a) have withdrawn/modified my/our bid during the period of bid validity specified in the form of bid; or
b) having been notified of the acceptance of our bid by the purchaser during the period of bid validity,
i) fail or refuse to execute the contract, or
ii) fail or refuse to submit the Performance Security of the amount specified in the bid.
Signature of the bidder
Seal Date:
Name & Address of the firm:
Additional Clause no.2:
Bidder/ Supplier/ Organization/ Proprietor/ ANY of the Director(s) shall not be banned or suspended or black listed by
any Government / Public Sector Undertaking / Corporate organization or convicted in any Court of Law across India
or declared Bankrupt or insolvent. A self declaration certificate must be uploaded in the GeM portal under Bidders
Official Letter Head.
Additional Clause no.3:
Splitting in percentage shall be in the ratio of L1- 50%, L2-30%, L3- 20%
Additional Clause no.4:
Bid Splitting: L1 would be awarded contract for highest percentage indicated in the bid splitting ratio.For the rest of
the bid quantity, the L-1 rates / lowest accepted rate will be counter offered to the next higher quoting bidder(s) for
price matching. On acceptance of the counter offer, the order will be placed on next higher quoting bidder(s) for the
respective percentage.
In case counter offered rates are not accepted for ratio of splitting quantity as per bid document by any of the
subsequent bidders, the left over quantity will be divided between bidders who have accepted the rates in the ratio
of their originally allocated quantities subject to their confirmation and after getting consent on mutually agreed
delivery schedule for the additional quantity.
Additional Clause no.5:
Both manufacturer and its authorized dealer are not allowed to participate in the same tender. In cases
where the manufacturer has submitted the bid, the bids of its authorized dealer will not be considered,
as per GFR manual for Procurement of Goods 2017, Chapter 5, clause 5.1.4 (viii). In case the
manufacturer authorizes any bidder, then the manufacturer should provide sole authorization to only
one bidder against this specific bid reference number.
.
Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization. Buyer organization is solely responsible for the impact of these clauses on the
13 / 14
bidding process, its outcome and consequences thereof including any eccentricity / restriction arising in the
bidding process due to these ATCs and due to modification of technical specification and / or terms and
conditions governing the bid. Any clause incorporated by the Buyer such as demanding Tender Sample,
incorporating any clause against the MSME policy and Preference to make in India Policy, mandating any Brand
names or Foreign Certification, changing the default time period for Acceptance of material or payment timeline
governed by OM of Department of Expenditure shall be null and void and would not be considered part of bid.
Further any reference of conditions published on any external site or reference to external documents / clauses
shall also be null and void. If any seller has any objection / grievance against these additional clauses or
otherwise on any aspect of this bid, they can raise their representation against the same by using the
Representation window provided in the bid details field in Seller dashboard after logging in as a seller within 4
days of bid publication on GeM. Buyer is duty bound to reply to all such representations and would not be
allowed to open bids if he fails to reply to such representations.
This Bid is also governed by the General Terms and Conditions
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action
in accordance with the laws.
---Thank You---
14 / 14
Download