0% found this document useful (0 votes)
33 views98 pages

T.No.8.3C Radiology Equipment

Uploaded by

basavaraj
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
33 views98 pages

T.No.8.3C Radiology Equipment

Uploaded by

basavaraj
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 98

GOVERNMENT OF ANDHRA PRADESH

* * * * *

Web Site : www.tender.apeprocurement.gov.in

TENDER DOCUMENT

FOR

Procurement of Radiology Equipment to All Government Hospitals in Andhra


Pradesh under Rate Contract for two years
(e- Procurement)

Tender Notice No. : 8.3C/APMSIDC/Equipment/2019-20,


Dated: 08.11.2019.

Name of the Work : Supply, Installation of Radiology Equipment


to various Government Hospital in Andhra
Pradesh with 3 years warranty and 4 years
CMC under Rate Contract for 2 years.

Name of the Agency : ……………………………………………………


and Address
……………………………………………………

……………………………………………………

-----------------------------------------------------------------------------------------------------------------
Implementing Agency :
ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE DEVELOPMENT
CORPORATION
(Formerly APHMHIDC)
(AN ENTERPRISE OF GOVT. OF A.P.)
2nd Floor, Plot No.09, Survey No.49, IT Park, Mangalagiri, Guntur 522503

BIDDER 1 MANAGING DIRECTOR


INDEX

S. No. DESCRIPTION
Introduction
1 SECTION - I INVITATION FOR BIDS (IFB)
2 SECTION - II INSTRUCTIONS TO BIDDERS
3 SECTION - III GENERAL CONDITIONS OF CONTRACT
4 SECTION - IV SPECIAL CONDITIONS OF CONTRACT
5 SECTION - V SCHEDULE OF REQUIREMENTS AND TECHNICAL
SPECIFICATIONS
6 SECTION - VI PRE - QUALIFICATION CRITERIA
7 SECTION - VII BID FORM
(A)
8 SECTION - VII Model PRICE Schedules (available on e-procurement
(B) Platform
9 SECTION - VIII BID SECURITY FORM
10 SECTION - IX CONTRACT FORM
11 SECTION - X PERFORMANCE SECURITY FORM
12 SECTION - XI FORMAT B1: PROFORMA FOR PERFORMANCE (for a
period of last three years)
FORMAT B2 : CA (STATUTORY AUDITOR)
CERTIFICATE
FORMAT B3: FINANCIAL CAPACITY OF THE BIDDER

13 SECTION - XII PROFORMA For Manufacturer’s Authorization Form (to be


submitted by manufacturers)
PROFORMA For Manufacturer’s Authorization Form to be
submitted by authorized dealers/representatives/importers
14 SECTION - XIII DECLARATION FORM
15 SECTION - XIV Check List : Documents to be Uploaded as part of the Bid
and Notes to Bidders
I. Documents with the Technical Bid
16 Annexure - I Proforma: Installation Certificate
17 Annexure - II Proforma : Satisfactory Performance Certificate after 3
months from Installation Date
18 Annexure - III WARRANTY CERTIFICATE
19 Annexure - IV PREVENTIVE MAINTENANCE CHECKLIST
20 Annexure - V CALIBRATION CHECK LIST
21 Annexure - VI List of Spare Parts
22 Annexure - VII GENERAL INFORMATION ABOUT THE TENDERER
23 Annexure - VIII SERVICE CENTRE DETAILS

BIDDER 2 MANAGING DIRECTOR


INTRODUCTION

1.1. The Andhra Pradesh Medical Services & Infrastructure Development


Corporation – APMSIDC (formerly APHMHIDC) (Tender Inviting Authority) is a
fully owned Government of Andhra Pradesh for providing services to the
various health care institutions under the Department of Family Welfare and
Health. One of the key objectives of the APMSIDC is to act as the central
procurement agency for all essential drugs and equipments for all health care
institutions (hereinafter referred to as user institutions) under the department.
The corporation has also been entrusted with the setting up and running of all
kinds of modern Medical and Paramedical or medical based ancillary facilities
such as hospitals, pathological labs, diagnostic centres, x-ray/scanning facilities.

1.2. Over the last decades, several equipments have been procured and installed in
the various health care institutions under the government under different
schemes. One of the major problems encountered is the maintenance of the
equipments. Site preparation, timely replacement of consumables, calibration of
sensitive equipments, up gradation of technology, training to the doctors and
paramedical staff- all poses problems. The corporation has been formed by the
government to fill in these grey areas and to act as total service providers to the
all the government health care institutions. Of course, this mammoth task could
be achieved only with the active involvement and support of the
manufacturers/dealers of the equipments.

1.3. In this tender, the lowest price is not the sole criteria for selecting the
equipment/supplier. The two bid system, which is followed, has been designed
to eliminate those equipments which do not match the technical specifications,
or not having the proven technology and to eliminate firms that do not have the
financial or technical capability to supply, install and maintain the equipments.
i.e., to provide after sales support for a period of minimum 5 years from the date
of installation and to ensure 98 % uptime in performance/operation of the
equipment.

1.4. The payment to the successful tenders will be settled after obtaining a 'three
month performance certificate' from the head of the user institution - Three
month period is a period of trail run- during which the performance of the
equipments will be keenly observed. At the same time, it may be noted that the
Corporation is not the agency finalizing the requirements of equipments and
their technical specifications. These parameters are finalized by the user
institutions and funding agencies and forwarded to the corporation for
procurement. On our side, we ensure that the technical specifications are not
biased towards a particular equipment/firm, through consultations during the
pre-tender meetings with the prospective tenderers. Amendments in the terms

BIDDER 3 MANAGING DIRECTOR


and conditions of the tender documents may be resorted to on the basis of
expert advice to see that more than one firm qualifies for the final round.
Technology specific specifications/conditions and entertaining direct purchase
will be undertaken, if and only if , the user agency certifies the equipment
required is of proprietary nature. Since the equipments procured are dealing
with precious human life in government hospitals, depended by the poor and
downtrodden of the society, it is our endeavor to ensure that most modern, but
proven and durable equipments are procured and supplied. The tender
documents are prepared after assessing the market to meet such objectives.

1.5. Every paise spend by the corporation is public money and hence accountable.
Therefore, after sales service and up-time guarantee on the performance of the
equipment purchased by the Corporation have to be given paramount
importance. Corporation will be dealing with defaulters in these fronts with a firm
hand, which may lead to black listing and recovery of damages. We request our
valuable suppliers to avoid such unpleasant situations.

1.6. It is also essential while dealing with public money that utmost transparency has
to be maintained in the procurements of the corporation. All decisions will be
published from time to time on our website www.msidc.ap.niv.in. The
corporation will not wait for the mandatory 30 days period to provide any
information under Right to Information Act and will provide the information within
the minimum possible time. The Corporation will uphold the fundamental "right
to be heard' enshrined under the Constitution of India and will take harsh
decisions only after providing opportunity for hearing/submission of facts.
Tenderers could prefer appeal to the government against all decisions of the
corporation.

BIDDER 4 MANAGING DIRECTOR


SECTION - I: INVITATION FOR BIDS (IFB)

GOVERNMENT OF ANDHRA PRADESH

ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE DEVELOPMENT


CORPORATION (APMSIDC)
****

Tender Notice No. 8.3C/APMSIDC/Equipment/2019-20, Dated: 08.11.2019.

1. Bids are invited on the e-procurement platform for certain medical equipment as
described in the Section V- Schedule of Requirements from the eligible
manufacturers or their authorized distributors and OEM(Original Equipment
Manufacturers Associates).The details of bidding conditions and other terms can
be downloaded from the electronic procurement platform of Government of Andhra
Pradesh i.e. www.tender.apeprocurement.gov.in

* Authorized distributors registered (GST) with Government of Andhra


Pradesh are only eligible to participate in Tenders

2. Bidders would be required to register on the e-Procurement market place


“www.tender.apeprocurement.gov.in” and submit their bids online. On registration
with the e-Procurement market place they will be provided with a user id and
password by the system through which they can submit their bids online.

3. The bidders need to scan and upload the required documents as per the Check list
given in Annexure XIV. Such uploaded documents pertaining to technical bid need
to be attached to the tender while submitting the bids on line. The attested copies
of all these uploaded documents of technical bid, signed undertaking of tenderer
should be submitted off line to Managing Director, APMSIDC, Mangalagiri, Guntur
on or before the next day of the last date of submission of bids. The Corporation
will consider only the bids submitted through on-line over the copies of the paper
based bids.

4. a)The participating bidder/s will have to pay tender processing fee (non-
refundable) for the amounts specified in the Schedule of Requirements (Section –
V), in the form of Demand Draft drawn in favour of Managing Director, APMSIDC,
Guntur.

b) Further the bidder/s shall furnish, as part of it bid, the Bid security for the
amounts specified in the Schedule of Requirements (Section –V) to be paid in the
form of an unconditional and irrevocable Bank Guarantee issued by any Scheduled
Commercial bank in the standard format as shown in the Tender Schedule or a
crossed Demand Draft drawn in favour of Managing Director, APMSIDC, Guntur
along with bids.

c) Further all the participating bidders have to electronically pay a non-refundable


transaction fee to M/s. APTS, the service provider through "Payment Gateway
Service on E-Procurement platform", as per the Government Orders placed on the
e-procurement website.
BIDDER 5 MANAGING DIRECTOR
d) APMSIDC will not accept the tenders from blacklisted companies or
undependable Suppliers whose past performance with APMSIDC was found poor
due to delayed and/or erratic supplies and those with frequent product failures, and
also against whom there have been adverse reports of Sub-Standard Quality /
Poor Service of Equipment supplies, as defined in the other parts of the Bidding
document.
5. Period of Delivery: 60 Days from the date of receipt of the Notification of Award
(Purchase Order) of Contract. The delivery terms include the total time given for
supply, installation, testing and training of staff.
Time Limits prescribed
Sl. No Activity Time Limit
5.1.1. Installation & Delivery period 60 days from date of issuance of Supply
Order
5.1.2. Comprehensive warranty period As specified at section V schedule of
requirements against each equipment.
5.1.3. CMC/AMC period 4 years and changes if any shall be issued
as amendment
5.1.4. Frequency of visits to all User One visit every three months (4 visits in a
Institution concerned during year) for periodic/preventive maintenance
Warranty/CMC or AMC and any time for attending repairs/break
down calls.
5.1.5 Frequency of payment of CMC or Every twelve months after completion of the
AMC charges period
5.1.6 Submission of Performance 15 days from the date of issuance of Supply
Security and entering into Order
contract
5.1.7 Payment Installments of Price of Three Installments and in the ratio 60: 30:10
equipments and ratio
5.1.8. Time for making payments by Within 60 days from the date of submission of proper
Tender Inviting Authority documents
5.1.9. Maximum time to attend any Within 48 hours
Repair call
5.1.10 Uptime in a year 95%

6. Bidders eligibility and qualifications: Defined at Clause 13 of Instructions to


Bidders (Section II) and Qualification Criteria (Section-VI)

7. Details of Tender Process:


1 Downloading of documents From 18.12.2019 to 06.01.2020
up to 11.00 AM
2 Due date for Receipt of 06.01.2020 up to 3.00 P.M
Queries
3 Pre bid meeting 23.12.2019 @ 02.00 PM
4 Last date for receipt of bids 06.01.2020 @ 03.00 PM
3 Time and date of opening of 06.01.2020 @ 3. 30 P.M
technical Bids
BIDDER 6 MANAGING DIRECTOR
Note: The dates stipulated above are firm and under no circumstances they will be
relaxed unless otherwise extended by an official notification or happen to be
Public Holidays. For the assistance in the online submission issues, the bidder
may contact the help desk of M/s. Vupadhi Techno Services (e-procurement) at
their e-mail address: [email protected] or on the mobile nos. +91
40-39999700, 39999701

8. Procedure for Bid Submission

a. The Tenderers/Bidders who are desirous of participating in e-procurement


shall submit their Technical bids, price bids etc., in the Standard formats
prescribed in the Tender documents, displayed at e-procurement market
place.

b. The bidders shall sign on all the statements, documents, certificates,


uploaded by them, owning responsibility for their correctness / authenticity.

c. The hard copies of all the uploaded Technical / Price bid, to be attested by a
Gazetted Officer or properly notarized.

d. The Corporation shall not hold any risk on account of postal delay. Similarly,
if any of the certificates, documents, etc., furnished by the tenderer are
found to be false / fabricated / bogus, the bidder will be disqualified,
blacklisted, action will be initiated as deemed fit and the EMD will be
forfeited.

e. The Corporation will not hold any risk and responsibility for the loss in transit
during uploading of the scanned document, for the invisibility of the scanned
document online, and any other problem(s) encountered by the Tenderers
while submitting his bids online.

9. Important Instructions to the Bidders:

9.1 Quality of Supplied Equipment throughout its life cycle period, timely supplies
and prompt maintenance support during the warranty and CMC period without
default are being given paramount importance by the Corporation. The
Corporation will be dealing with the defaulters with firm hand, which may lead to
blacklisting for a specified period in addition to levying penalties.

9.2 In case of complaints on the quality and poor maintenance support of the
products supplied, bills will be withheld till receipt of Satisfactory reports.
Further:
 If one item of any Supplier is found of ‘Sub-Standard Quality’ during the
Contract period, then that particular item will be blacklisted for a period of
(3) three years immediately succeeding the Contract year
 If two items of any Supplier are found of ‘Sub-standard Quality’ during the
Contract period, then Supplier will be blacklisted for a period of (3) three
years immediately succeeding the Contract year

BIDDER 7 MANAGING DIRECTOR


9.3 The Corporation will blacklist the Supplier, who is declared as ‘Undependable
for two (2) items or in two (2) instances during the Contract period, for a period
of one year immediately succeeding the Contract year apart from taking other
penal actions under the Contract.

9.4 The decision of the Managing Director, APMSIDC, or any officer authorized by
him in respect of the quality of the supplied Equipment and other goods etc.,
shall be final and binding.

9.5 No claims shall be allowed against the APMSIDC in respect of interest on


Earnest Money Deposit or on Security Deposit or late payments.

9.6 Savings Clause: No suit, prosecution or any legal proceedings shall lie against
APMSIDC or any person for anything, which is done in good faith or intended to
be done in pursuance of bid.

BIDDER 8 MANAGING DIRECTOR


SECTION - II : INSTRUCTIONS TO BIDDERS

TABLE OF CLAUSES

Clause Topic Clause Topic


Numbe Numbe
r r
A. Introduction D. Submission of Bids
1 Source of funds 18 Sealing & Marking of Bids
2 Eligible Bidders 19. Dead line for submission of Bids
3 Eligible Goods & Services 20 Late Bids
4 Cost of Bidding 21 Modification & Withdrawal of
Bids
B. Bidding Documents E. Bid Opening &
Evaluation
5. Content of Bidding 22. Opening of Bids
Document
6. Clarification of Bidding 23 Clarification of Bids.
Documents
7 Amendment of Bidding 24 Preliminary Examination.
Documents
C. Preparation of Bids 25. Conversion to single currency.
8 Language of Bid 26. Evaluation & comparison of
Bids
9 Documents comprising the 27.
Bid Margin of Preference
10 Bid form 28 Contacting the purchaser.
11 Bid prices
12 Bid currencies F. Award of contract
13 Documents establishing , 29 Post qualification
Bidders Eligibility &
qualifications
14 Documents establishing 30 Award criteria
goods, eligibility &
conformity to bid
documents.
15 Bid security 31 Purchasers right to vary
quantities at time to award
16 Period of validity of Bids 32 Purchasers right to accept any
bid or reject any or all bids.
17 Format & signing of Bid 33. Notification of award
Bids.
34 Signing of contract
35. Performance security.
36. Fraud and Corruption

BIDDER 9 MANAGING DIRECTOR


A. Introduction

1. Source of funds:

The funds are made available by the State Government of Andhra Pradesh, to the
Managing Director, APMSIDC Scheme wise towards the procurement processed
under this tender notification.

2. Eligible Bidder

2.1 This invitation for Bids is open to all Manufacturers or their authorized distributors,
who fulfill the eligibility criteria mentioned in the Clause 13 and who meet qualification
criteria mentioned in the Section VI.

3 Eligible Goods and services

3.1 All goods and ancillary services to be supplied under the contract shall have their
origin in eligible source country. The goods shall meet the requirements as specified in
the Technical Specifications. And meet the eligibility criteria as given at Clause 14 of
ITB.

3.2 For purpose of this clause, "origin" means the place where the goods are mined,
grown, or produced or from which the ancillary services are supplied. Goods are
produced, through manufacturing processing or substantial and major assembling of
components, a commercially recognized product results that is substantially different
in basic characteristics or in purpose or utility from its components.

3.3 The origin of goods and services is distinct from the nationality of the Bidder.

4. Cost of bidding.

4.1 The Bidder shall bear all costs associated with the preparation and submission of
its bid, and the Managing Director, APMSIDC, Guntur here in after referred to as " the
purchaser", will in no case be responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.

BIDDER 10 MANAGING DIRECTOR


B. The Bidding Documents

5. Content of Bidding Documents

5.1 In addition to the Invitation for Bids, the bidding documents include:

(a) Instruction to Bidders;


(b) General conditions of contract;
(c) Special conditions of contract;
(d) Schedule of requirements;
(e) Technical specifications;
(f) Bid form and price schedules;
(g) Bid security form;
(h) Performance security form.
(i) Firm Registration/manufacturer license
(j) Performance statement form.
(k) Declaration Form
(l) Check List of the documents uploaded on e-platform as part of the bid

5.2 The bidder is expected to examine all instructions, forms, terms and
specifications in the bidding documents. Failure to furnish all information required by
the bidding documents or submission of a bid not substantially responsive to the
bidding documents in every respect will be at the bidders risk and may result in
rejection of its bid.

6. Clarification of bidding documents

6.1 A prospective Bidder requiring any clarification of the bidding documents may
notify the purchaser in writing at the purchasers mailing address indicated in the
Invitation for bids. The purchaser will respond in writing to any request for clarification
of the Bidding documents if the same is received in the first week of the tender notice
prescribed by the purchaser. Written copies of the purchaser’s response (including an
explanation of the query but without identifying the source or inquiry) will be sent to all
prospective bidders which have received the bidding documents.

7. Amendment of bidding documents

7.1 At any time prior to the deadline for submission of bids, the purchaser may, for
any reason, whether at its own initiative or in response to a clarification requested by
prospective bidder, modify the bidding documents by amendment.

7.2 The amendment will be notified online.

7.3 In order to afford prospective Bidders reasonable time in which to take the
amendment into account in preparing their bid, the purchaser may, at its discretion,
extend the deadline for the submission of bids.

BIDDER 11 MANAGING DIRECTOR


C. Preparation of Bids

8. Language of Bid.

8.1. The Bid prepared by the Bidder and all correspondence and documents relating
to the bid exchanged by the bidder and the purchaser, shall be written in the English
language, provided that any printed literature furnished by the Bidder may be written in
another language so long as accompanied by an English translation of its pertinent
passages in which case, for purposes of interpretation of the bid, the English
translation shall govern.

9. Documents comprising the bid

9.1 The bid prepared by the bidder shall comprise the following components:

1. Technical Bid:
(a) A Bid form completed in accordance with clause 10
(b) Documentary evidence established in accordance with clause 13 that the
bidder is eligible to bid and is qualified to perform the contract if its bid is
accepted.
(c) Documentary evidence established in accordance with clause 14 that the
goods and ancillary services to be supplied by the Bidder are eligible goods
and services confirm to the Bidding Documents; and
(d) Bid security furnished in accordance with clause 15.

2. The Price Bid completed in accordance with clauses 11 and 12.

10. Bid Form

10.1 The Bidder shall complete the bid form provided in the Bidding documents,
indicating for the goods to be supplied, brief description of the goods, their country of
origin and quantity and other declaration statements.

11. Bid prices.

11.1 The Bidder shall indicate on the appropriate price schedule, made available in
the e-procurement platform and a model format is also attached to these documents,
the unit prices and total bid prices of the goods it proposes to supply under the
contract, for each item separately. The unit prices shall be rounded off to nearest
Indian rupee. The bidder may quote one or more items for which copy of necessary
documents, wherever necessary have to be produced along with the bid.

11.2. Prices indicated on the price schedule shall be entered separately in the
following manner:
(i) The price of the goods, quoted ex-factory, ex-showroom, ex-warehouse, or
off-the-shelf, or delivered, as applicable, including all duties and sales and other taxes
including transportation, installation, commissioning at site and all incidental charges
associated with the contract.
BIDDER 12 MANAGING DIRECTOR
(ii) Deleted

11.3 The Bidder's separation of the price components in accordance with para 11.2
above will be solely for the purpose of facilitating the comparison of bids by the
purchaser and will not in any way limit the purchaser's right to contract on any of the
terms offered.

11.4 Fixed Price. Price quoted by the Bidder shall be fixed during the Bidder's
performance of the contract and not subject to variation except for any changes made
by the Statute in respect of local taxes. A bid submitted with an adjustable price
quotation will be treated as non-responsive and rejected, pursuant to clause 24.

12. Bid currencies.

12.1 Prices shall be quoted in Indian Rupees; Bids quoted other than Indian currency
will be rejected.

13. Documents Establishing Bidder's Eligibility and Qualifications.

13.1 Pursuant to clause 9, the bidder shall furnish, as part of its bid, documents
establishing the bidder’s eligibility to bid and its qualifications to perform the contract if
its bid is accepted

13.2 The documentary evidence of the Bidder's eligibility to bid shall establish to the
purchaser’s satisfaction that the bidder, at the time of submission of the bid, is an
eligible bidder as defined under clause 2.

13.3 The documentary evidence of the Bidders qualifications to perform the contract if
its bid is accepted, shall establish to the purchaser satisfaction;

(a) that, in the case of bidder offering to supply goods under the contract which
the bidder is manufacture produce, Firm Registration/manufacturer license
that the bidder is manufacturer & also Memorandum of Articles. or otherwise
produce, the bidder has been duly authorized (as per authorization form in
section XII a).

(b) that, in the case of bidder offering to supply goods under the contract which
the bidder did not manufacture or otherwise produce, the bidder has been
duly authorized (as per authorization form in section XII b) by the goods
manufacturer or producer to supply the goods in India.

(i) the legal status, place of registration and principle place of business of the
company or firm or partnership etc.
(ii) Details of experience and past performance of the bidder on specified item
offered in the bid and on those of similar nature within the past three years
and details of current contracts in hand and other commitments
(suggested proforma given in section XI);
(iii) Copy of the GST Certificate and Details of IT- PAN / TIN copies
(iv) The details in compliance to the Qualification Criteria (Section VI).

BIDDER 13 MANAGING DIRECTOR


13.4 The check list for the details of documents to be submitted is given at Annexure
XIV

14. Documents Establishing Goods Eligibility and conformity to bidding


documents.

14.1 Pursuant to clause 9 the bidder shall furnish, as part of its bid, documents
establishing the eligibility and conformity to the bidding document of all goods and
services which the bidder proposes to supply under the contract.

14.2 The documentary evidence of the goods and services eligibility shall consist
and of statement in the price schedule on the country of origin of the goods and
services offered which shall be confirmed by a certificate of origin at the time of
shipment.

14.3 The documentary evidence of the goods and services conformity to the bidding
documents may be in the form of literature, drawings and data, and shall furnish:

(a) a detailed description of the goods essential technical and performance


characteristics of the goods.
(b) A clause by clause commentary on the purchaser technical
specifications demonstrating the goods and services substantial
responsiveness to those specifications or statement of deviations and
exceptions of the Technical specifications.

14.4 For purpose of the commentary to be furnished pursuant to clause 14.3 above,
the bidder shall note that standards for workmanship, material and goods, and
references to brand names or catalogue numbers designated by the purchaser in its
technical specifications are intended to be descriptive only and not restrictive. The
bidder may substitute alternative standards, brand name and / or catalogue numbers
in its bid, provided that it demonstrates to the purchasers satisfaction that the
substitutes are substantially equivalent or superior to those designated in the
Technical specifications.

15. Bid security

15.1 Pursuant to Clause 9, the Bidder shall furnish, as part of it bid, the Bid security
for the amounts specified in the Invitation for Bids (Section -1)

15.2 The bid security is required to protect the purchaser against risk of bidders
conduct which would warrant the security forfeiture, pursuant to clause 15.7

15.3 The bid security shall be in Indian Rupees and shall be in one of the following
forms:

(a) A bank guarantee issued by scheduled commercial bank located in India


acceptable to the purchaser, in the form provided in the bidding
documents or another form acceptable to the purchaser and valid for 45
days beyond the validity of the bid; or

BIDDER 14 MANAGING DIRECTOR


(b) A Demand Draft/Pay Order in favour of Managing Director, APMSIDC,
Guntur payable at Guntur.

15.4 Any bid not secured in accordance with para 15.1 and 15.3 above will be
rejected by the purchaser as non-responsive pursuant to clause 24.

15.5 Unsuccessful Bidder’s bid security will be discharged/ returned as promptly as


possible but not later than 30 days after the expiration of the period of bid
validity prescribed by the purchaser pursuant to clause 16.

15.6 The successful Bidder’s bid security will be discharged upon the Bidders
executing the contract, pursuant to clause 34 and furnishing the performance
security pursuant to clause 35.

15.7 The bid security may be forfeited;

(a) If a Bidder withdraws its bid during the period of bid validity specified by
the Bidder on the Bid form ; or

(b) In case of successful Bidder, if the Bidder fails;

(i) to sign the contract in accordance with clause 34; or

(ii) to furnish performance security in accordance with clause 35.

(c) If the Bidder does not accept the corrected amount the Bid will be
rejected, and the Bid security may be forfeited.

16. Period of validity of Bids.

16.1 Bids shall remain valid for 90 days after the date of bid opening prescribed by
the purchaser pursuant to Clause 19.1. A bid valid for shorter period may be
rejected by the purchaser as non-responsive.

16.2 In exceptional circumstances, the Purchaser may solicit the Bidders consent to
an extension of the period of validity the request and the responses thereto
shall be made in writing (or by mail). The bid security provided under clause 15
shall also be suitably extended. A bidder may refuse the request without
forfeiting its bid security.

17. Format and signing of Bid.

17.1 Deleted

17.2 The bid shall be typed or written in indelible ink and shall be signed by the
Bidder or a person or persons duly authorized to bind the bidder to the contract.
The latter authorization shall be indicated by written power-of-attorney
accompanying the bid. All pages of the bid, except for unammended printed
literature, shall be initialed by the person or persons signing the bid.
BIDDER 15 MANAGING DIRECTOR
17.3 The bid shall contain no interlineations, erasures or overwriting except as
necessary to correct errors and made by the bidder in which case such
corrections shall be initialed by the person or persons signing the bid.

D. Submission of Bids

18. Sealing and Marking of bids.

18.1 The bids shall be uploaded (submitted) electronically, as described in the


Invitation for Bids (Section –I). The hard copies of the bids in sealed covers
must be received by the Purchaser at the address specified above on or before
the due date of submission of bids (Section –I).

18.2 The Bids shall be addressed to the purchaser at the following address:

The Managing Director, APMSIDC, 2nd Floor, Plot No.09, Survey No.49, IT
Park, Mangalagiri, Guntur 522503.

18.3 The Bids shall bear the name of the invitation for bids (IFB) and Number and
also the words "Do not open before 15.30 Hrs on 06.01.2020. The envelopes
shall indicate the name and address of the Bidder to enable the bid to be
returned unopened in case it declared “late".

18.4 If the envelope is not sealed and marked as required by Para 18.2 and 18.3
above, the purchaser will assume no responsibility for the bids misplacement or
premature opening.

19. Deadline, for submission of bids.

19.1 The Bids (both electronic and Hard copies) must be received by the purchaser,
no later than the time and date specified in the Invitation for Bids (Section I). In
the event of the specified date for the submission of Bids being declared a
holiday for the purchaser, the Bids will be received up to the appointed time on
the next working day.

19.2 The purchaser may, at its discretion, extend this deadline for submission of bids
by amending the bid documents in accordance with clause 7, in which case all
rights and obligations of the purchaser and bidders previously subject to the
deadline will thereafter be subject to the deadline as extended.

20. Late Bids.

20.1 Any bid received by the purchaser after the deadline for submission of bids
prescribed by the purchaser, pursuant to clause 19, will be rejected and/ or
returned unopened to the Bidder.

21. Modification and Withdrawal of Bids.

BIDDER 16 MANAGING DIRECTOR


21.1 No bid may be modified subsequent to the deadline for submission of bids.

21.2 No bid may be withdrawn in the interval between the deadline for submission of
bids and the expiration of the period of bid validity specified by the Bidder on
the Bid form. Withdrawal of bid during this interval may result in the Bidders
forfeiture of its bid security , pursuant to Clause 15.7

BIDDER 17 MANAGING DIRECTOR


E. Bid Opening and Evaluation

22. Opening of Bids by Purchaser

22.1 The Purchaser/or his authorized representative will download the technical bids
on 06.01.2020 at 3.30 PM.

22.2 The Financial Bids of the Technically responsive bidder would be downloaded
subsequently from the e-platform, once the technical evaluation is completed.

23. Clarification of Bids.

23.1 To assist in the examination, evaluation and comparison of bids the purchaser
may at his discretion, ask the Bidder for clarification of his bid. The request for
clarification and the response shall be in writing and no change in price or
substance of the bid shall be sought, offered or permitted.

24. Technical Evaluation (Preliminary Examination and Pre-Qualification)

24.1 The purchaser will examine the bids to determine whether they are complete,
whether required securities have been furnished, whether the documents have
been properly signed, and whether the bids are generally in order.

24.2 Prior to the financial evaluation, pursuant to clause 26, the purchaser will
determine the responsiveness of each bid to the bidding documents. For
purposes of these clauses, a responsive bid is one which conforms to all the
terms and conditions of the bidding documents without material deviations. The
purchaser’s determination of bids responsiveness is to be based on the
contents of the bid itself without recourse to extrinsic evidence.

24.3 Further the purchaser will determine to his satisfaction whether the Bidder is
qualified to satisfactorily perform the contract. The determination will take into
account the Bidder's financial, technical and production capabilities. It will be
based upon an examination of the documentary evidence of the Bidder’s
qualifications submitted by the Bidder pursuant to clause 13 as well as such
other information as the purchaser deems necessary and appropriate.

24.4 An affirmative determination will be prerequisite for the opening of the financial
bids. A negative determination will result in rejection of the Bidder’s bid.

24.5 A bid determined as not substantially responsive will be rejected by the


purchaser.

24.6 The Purchaser may waive any minor informality or non-conformity or irregularity
in a bid which does not constitute a material deviation, provided such a waiver
does not prejudice or affect the relative ranking of any bidder.

25. Deleted.

BIDDER 18 MANAGING DIRECTOR


26. Evaluation and comparison of Bids.

26.1 The Purchaser will evaluate and compare bids previously determined to be
substantially responsive, pursuant to clause 24 for each schedule separately.

26.2 The purchasers evaluation of a bid will take into account; in addition to the bid
price (ex-factory/ex-warehouse/off-the-shelf price of the goods offered from
within India, such price to include all costs as well as duties and taxes paid or
payable on components and raw material incorporated or to be incorporated in
the goods, on the finished goods and cost of incidental services required. The
following costs to the extent specified:

a. cost of inland transportation, insurance and other costs within India


incidental to the delivery of goods to their final destination;
b. Deleted.
c. the availability in India (Preferably in Andhra Pradesh) of spare parts and
after-sales services for the equipment offered in the bid. To this extent the
bidders shall give:

 An undertaking for the uninterrupted supply of adequate spares for


at least a period of 7 years shall be furnished.
 An Undertaking Availability/ establishment of after sales service
facility at least in (3) regions of Andhra Pradesh and also one in
Guntur to ensure uninterrupted after sales service during warranty
and maintenance period shall be confirmed. The details of service
facility available / proposed to be set up shall be furnished with their
bid.

27. Deleted

28. Contacting the purchaser.

28.1 Subject to clause 23, no Bidder shall contact the purchaser on any matter
relating to the bid, from the time of the bid opening to the time, the contract is
awarded.

28.2 Any effort by a Bidder to influence the Purchaser in the purchaser's bid
evaluation, bid comparison or contract award decisions may result in rejection
of the Bidders bid.

BIDDER 19 MANAGING DIRECTOR


F. Award of Contract

29. Post - Qualification

Not Applicable

30. Award Criteria

30.1 Subject to clause 32, the purchaser will award the contract to the successful
Bidder whose bid has been determined to be substantially responsive and has
been determined as the lowest evaluated bid, provided further that the Bidder is
determined to be qualified to perform the contract satisfactorily.

31. Purchaser’s right to vary quantities at Time of Award

31.1 The purchaser reserves the right, at the time of award of contract to increase or
decrease to any extent of the quantity of goods and services specified in the
schedule of requirements without any change in price or other terms and
conditions.

32. Purchaser’s right to accept any Bid and to reject any or all Bids.

32.1 The purchaser reserves the right to accept or reject any bid and to annul the
bidding process and reject all bids at any time prior to award of contract,
without there by incurring any liabilities to the affected Bidder or Bidders or any
obligation to inform the affected Bidder or Bidders of the grounds for the
Purchaser's action.

33. Notification of Award.

33.1 Prior to the expiry of the period of the bid validity, the purchaser will notify the
successful Bidder in writing by registered letter or cable or telex, duly
confirming that the bid has been accepted.

33.2 The notification of award will constitute the formation of the contract.

33.3 Upon the successful Bidder's furnishing of performance security, pursuant to


clause 34, the purchaser will promptly notify each unsuccessful Bidder and will
discharge their bid security, pursuant to clause 15.

34. Signing of contract

34.1. Within 15 days of receipt of the notification of award the successful Bidder shall
sign the contract.

35. Performance security

BIDDER 20 MANAGING DIRECTOR


35.1 Within 15 days of the receipt of notification of award from the purchaser, the
successful Bidder shall furnish the performance security in accordance with the
conditions of contract, in the performance security form provided in the Bidding
documents or another form acceptable to the purchaser and signs the
agreement.

35.2 Failure of the successful Bidder to comply with the requirement of clause 34
shall constitute sufficient grounds for the annulment of the award and forfeiture
of the bid security, in which event the purchaser may make the award to the
next lowest evaluated bidder or call for new bids.

36 Fraud and corruption

36.1 It is the purchaser’s policy that requires that the bidders, suppliers and
contractors and their subcontractor observe the highest standard of ethics
during the procurement and execution of such contracts. In pursuance of this
policy, the purchaser;

(a) defines, for the purposes of this provision, the terms set forth below as
follows:

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or


indirectly, of anything of value to influence improperly the actions of another
party;
(ii) “fraudulent practice” is any act or omission, including a misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to obtain
a financial or other benefit or to avoid an obligation;
(iii) “collusive practice” is an arrangement between two or more parties
designed to achieve an improper purpose, including to influence improperly the
actions of another party;
(iv) “coercive practice” is impairing or harming, or threatening to impair or
harm, directly or indirectly, any party or the property of the party to influence
improperly the actions of a party;
(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence


material to the investigation or making false statements to investigators in order
to materially impede a investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice; and/or threatening, harassing or intimidating any
party to prevent it from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation; or
(bb) acts intended to materially impede the exercise of the purchaser’s
inspection and audit rights provided for under sub-clause 36.2 (d) below.

36.2 The purchaser may, without prejudice to other terms of the bidding:

(a) will reject a proposal for award if it determines that the bidder considered for
award has, directly or through an agent, engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices in competing for the contract in
question;
BIDDER 21 MANAGING DIRECTOR
(b) will cancel the contract if the purchaser determines at any time that the
bidder, supplier and contractors and their sub contractors engaged in corrupt,
fraudulent, collusive, or coercive practices.

(c) will sanction a firm or individual, including declaring ineligible, either


indefinitely or for a stated period of time, to be awarded a contract if it at any
time determines that the firm has, directly or through an agent, engaged in
corrupt, fraudulent, collusive, coercive or obstructive practices in competing for,
or in executing, a contract; and

(d) will have the right to inspect the accounts and records of the bidders,
supplier, and contractors and their subcontractors and to have them audited by
auditors appointed by the Purchaser.

BIDDER 22 MANAGING DIRECTOR


SECTION - III : GENERAL CONDITIONS OF CONTRACT

TABLE OF CLAUSES

Clause Number Topic

1. Definitions
2. Application
3. Country of Origin
4. Standards
5. Use of contract Documents and
Information
6. Patent Rights
7. Performance Security
8. Inspection and Tests
9. Packing.
10. Delivery and Documents
11. Insurance
12. Transportation
13. Incidental services
14. Spare Parts
15. Warranty
16. Payment
17. Prices
18. Change Orders
19. Contract Amendments
20. Assignment
21. Subcontracts
22. Delays in suppliers Performance
23. Liquidated Damages
24. Termination for Default
25. Force Majeure
26. Termination for Insolvency
27. Termination for convenience
28. Resolution of Disputes
29. Governing Languages
30. Applicable Law.
31. Notices
32. Taxes and Duties.

BIDDER 23 MANAGING DIRECTOR


Section III: General Conditions Of Contract

1. Definitions

1.1 In this contract, the following terms shall be interpreted as indicated;

(a) "The contract" means the agreement entered into between the
purchaser and the supplier, as recorded in the contract form signed by
the parties, including all the attachments and appendices thereto and all
documents incorporated by references therein.
(b) " The contract Price" means the price payable to the supplier under the
contract for the full and proper performance of its contractual obligations
.
(c) " The Goods" means all the equipment and / or other materials which
the supplier is required to supply to the purchaser under the contract.
(d) "Services " means services ancillary to the supply of the goods, such as
transportation, insurance and any other incidental services, such as
installation, commissioning , provision of technical assistance, training
and other obligations of the supplier covered under the contract.
(e) “An undependable Supplier/s’ under contract means any Supplier who
do not accept the purchase order or who delays the supply of required
quantities beyond the permitted delays with liquidated damages
(f) "The Purchaser or Corporation" means the APMSIDC, the purchasing
agency
(g) "The Supplier" means the individual or firm supplying the goods under
this contract.

(h) “The Government” means the Government of Andhra Pradesh or its


authorized representatives

(i) “The Project Site”, where applicable means the place or places named in
Schedule of Requirements

(j) “The End-User” means the authorized user of the equipment/the Medical
Superintendent/Head of the Department of the concerned specialty.

(k) “Day” means calendar day

(l) “Delivery period” means the period applicable up to completion of


supply,
Installation and testing of the equipment and the training of the staff on
the equipment, by the supplier at the Project site and accepted by the
Purchaser or its representative

BIDDER 24 MANAGING DIRECTOR


2. Application

2.1. These General conditions shall apply to the extent that they are not superseded
by provisions in other parts of the contract.

3. Country of Origin: Deleted.

4. Standards

4.1 The Goods supplied under this contract shall conform to the standards
mentioned in the Technical specifications and when no applicable standard is
mentioned the authoritative standard appropriate to the goods country of origin
shall be followed and such standard shall be the latest issued by the concerned
institution.

5. Use of contract documents and Information

5.1 The supplier shall not without the purchaser’s prior written consent, disclose the
contract or any provision thereof or any specification, plan, drawing, pattern,
sample or information furnished by or on behalf of the purchaser in connection
therewith to any person other than a person employed by the supplier in
performance of the contract. Disclosure to any such employed person shall be
made in confidence and shall extend only so far as may be necessary for
purposes of such performance.

5.2 The supplier shall not, without the purchasers prior written consent make use of
any document or information enumerated in para 5.1 except for purposes of
performing the contract.

5.3 Any document other than the contract itself enumerated in para 5.1 shall
remain the property of the purchaser and shall be returned (in all copies) to the
purchaser on completion of the suppliers performance under the contract if so
required by the purchaser.

6. Patent Rights

6.1 The supplier shall indemnify the purchaser against all third party claims of
infringement of patent, trademark for industrial design rights arising from use of
the goods or any part thereof in India..

7. Performance Security

7.1 Within 15 days after the supplier’s receipt of notification of award of the
contract, the supplier shall furnish performance security to the purchaser for the
amount specified in the special conditions of contract.

7.2 The proceeds of the performance security shall be payable to the purchaser as
compensation for any loss resulting from the supplier’s failure to complete its
obligations under the contract
BIDDER 25 MANAGING DIRECTOR
7.3 The performance security shall be denominated in Indian Rupees and shall be
in one of the following forms:

(a) A bank guarantee [in favour of Managing Director, APMSIDC, Guntur]


issued by any scheduled commercial bank located in India acceptable to
the purchaser and in the form provided in the Bidding documents or in any
other form acceptable to the purchaser: or.

(b) A Banker’s cheque or Demand Draft in favour of Managing Director,


APMSIDC, Guntur.

7.4 Fifty percent (50%) of the performance security will be discharged by the
Purchaser and returned to the supplier not later than 60 days following the date
of completion of the supplier’s performance obligations, including any warranty
obligations. The balance 50% of the performance security will be retained
towards performance security for the maintenance services to be provided for
warranty period.

7.5 The supplier shall accordingly; either furnishes a fresh bank guarantee for the
50% value or an extension of bank guarantee for 50% of the value covering the
3 years maintenance period. Only after receipt of the above, the 50% of the
performance security will be discharged after the warranty period.

8. Inspections and Tests.

8.1 The purchaser or his representatives shall have the right to inspect and / or to
test the Goods to confirm their conformity to the contract. The special
conditions of contract and / or the Technical specifications shall specify what
inspections and tests the purchaser requires and where they are to be
conducted. The purchaser shall notify the supplier in writing of the identity of
any representatives retained for these purposes.

8.2 The inspections and tests may be conducted in the premises of the supplier or
its subcontractor(s) at point of delivery and/or at the goods final destination.
Where conducted on the premises of the supplier or its subcontractor(s) all
reasonable facilities and assistance including access to drawings and
production data shall be furnished to the inspectors at no charge to the
purchaser.

8.3 Should any inspected or tested goods fail to conform to the specifications the
purchaser may reject them and the supplier shall either replace the rejected
goods or make alternatives necessary to meet specifications, requirements free
of cost to the purchaser.

8.4 The purchasers right to inspect test and where necessary reject the goods after
the goods arrival at site and shall in no way be limited or waived by reason of
the goods having previously been inspected, tested and passed by the
purchaser or its representative prior to the goods shipment from the country of
origin.
BIDDER 26 MANAGING DIRECTOR
8.5 Nothing in clause 8 shall in any way release the supplier from any warranty or
other obligations under this contract.

9. Packing

9.1 The supplier shall provide such packing of the goods as is required to prevent
their damage or deterioration during transit to their final destination as indicated
in the contract. The packing shall be sufficient to withstand, without limitation,
rough handling during transit and exposure to extreme temperatures, salt and
precipitation during transit and open storage. Packing case size and weights
shall take into consideration where appropriated the remoteness of the Goods
final destination and the absence of heavy handling facilities at all points in
transit.

9.2 The packing, marking and documentation within and outside the packages shall
comply strictly with such special requirements, as shall be provided for in the
contract and subject to clause 18 and any subsequent instructions ordered by
the purchaser.

10. Delivery and Documents

10.1 Delivery of the Goods shall be made by the supplier in accordance with the
terms specified by the purchaser in the Notification of Award.

11. Insurance

11.1 The goods supplied under the contract shall be fully insured in Indian Rupees
against the loss or damage incidental to manufacture or acquisition,
transportation, storage and delivery in the manner specified in the special
conditions of contract.

12. Transportation

12.1 The supplier is required to deliver the goods to the destinations specified in the
contract and the cost thereof shall be included in the contract price.

12.2 The transportation of the Goods after the delivery at the final destination shall
be the responsibility of the Purchaser.

13. Incidental services.

13.1 The supplier is required to provide the following services, including additional
services, if any, specified in SCC:

(a) Performance of the on-site assembly and start-up of the supplied Goods;

(b) Furnishing of tools required for assembly and maintenance of the supplied
Goods;
BIDDER 27 MANAGING DIRECTOR
(c) Furnishing of detailed operations and maintenance manual for each
appropriate unit of supplied Goods;

(d) Performance of maintenance and repair of the supplied Goods, for a period
of 7 years, provided that this service shall not relieve the Supplier of any
warranty obligations under this Contract; and

(e) Training of the users and maintenance personnel, in operation,


maintenance and repair of the supplied Goods.

13.2 Prices charged by the Supplier for incidental services, if not included in the
contract price of the Goods, shall be agreed upon in advance by the parties and
shall not exceed the prevailing rates charged to other parties by the Supplier for
similar services.

14. Spare Parts:

14.1 As specified in the special conditions of contract, the supplier may be required
to provide the following materials and notifications pertaining to spare parts
manufacturer:

(a) Such of spare parts as the purchaser may select to purchase from the
supplier providing that this selection shall not relieve the supplier of any
warranty obligations under the contract and

(b) In the event of termination of production of the spare parts;

(i) advance notification to the purchaser of the pending terminating in


sufficient time to permit the purchaser to procure needed
requirements : and

(ii) following such termination, furnishing at no cost to the purchaser,


the blueprints, drawing and specifications of the spare parts, if
and when requested.

15. Warranty

15.1 The Supplier warrants that all the Goods are new, unused, and of the most
recent or current models, and that they incorporate all recent improvements in
design and materials, unless provided otherwise in the Contract. The supplier
further warrants that the goods supplied under this contract shall have no defect
arising from design materials or workmanship (except insofar as the design or
material is required by the purchasers specifications) or from any act or omission
the supplied goods in conditions obtaining in the country of final destination.
15.2 This warranty shall remain valid for 36 months after the goods or any portion
thereof as the case may be have been delivered at the final destination
indicated in the contract, unless specified otherwise in the special conditions of

BIDDER 28 MANAGING DIRECTOR


the contract. The warranty period starts from date of commissioning after
installation by the firm.

15.3 The purchaser shall promptly notify the supplier in writing of any claims arising
under this warranty.

15.4 Upon receipt of such notice, the supplier shall, with all reasonable speed, repair
or replace the defective goods or parts thereof without cost to the purchaser
other than, where applicable, the cost of inland delivery of the repaired or
replaced goods or parts from the port of entry to the final destination.

15.5 If the supplier, having been notified, fails to remedy the defect (s) within a
reasonable period, the purchaser may proceed to take such remedial action as
may be necessary, at the suppliers risk and expenses and without prejudices to
any other right which the purchaser may have against the supplier under the
contract.

15.6 Site Visits: The successful tenderer shall visit each User Institution as part of
preventive maintenance as per the frequency mentioned under cl.5.1.(Pg.No.6)
during the warranty period. The tenderer shall attend any number of break
down/repair calls as and when informed by the Tender Inviting Authority/User
Institution.

15.7 During every visit, a copy of the service report/break down call report, duly
signed by the custodian of the equipment/head of the health care institution and
stamped shall be forwarded by email/fax/post to the APMSIDC office within 10
days from the due date.

15.8 A warranty certificate (as per format in Annexure III) duly signed and with proper
stamp of the institution concerned and also signed by the authorized signatory
with the stamp of the successful tenderer shall be submitted to the Tender
Inviting Authority for keeping it under safe custody along with the Installation
Certificate. A copy of the original warranty papers has to be given to the
institution head concerned.

15.9 The tenderer shall submit the activities to be carried out during the preventive
maintenance visit as per the format in Annexure IV.

16. Payment

BIDDER 29 MANAGING DIRECTOR


16.1 The method and conditions of payment to be made to supplier under the
contract shall be specified in the special conditions

16.2 The Suppliers request (s) for payment shall be made to the purchaser in writing
accompanied by an invoice describing as appropriate the goods delivered and
the services performed and by shipping document, submitted pursuant to
clause 10, and upon fulfillment of other obligations stipulated in the contract.

16.3 Payments shall be made promptly by the purchaser within sixty (60) days of
submission of the invoices / claims by the supplier duly furnishing the certificate
specified in the bid document from the competent authority.

16.4 Payment shall be made in Indian Rupees.

17. Prices

17.1 Prices charged by the supplier for goods delivered and services performed
under the contract shall not with the exception of any price adjustments
authorized by the special conditions of contract, vary from the prices quoted by
the supplier in its bid.

18. Change Orders

18.1 The Purchaser may at any time by written orders given to the supplier pursuant
to clause 31 , make changes within the general scope of the contract in any
one or more of the following;

(a) drawings, designs or specifications, where goods to be furnishing under


the contract are to be specifically manufactured for the purchaser;
(b) the method of shipping or packing;
(c) the place of delivery; or
(d) the services to be provided by the supplier;

18.2 If any such changes causes an increase or decrease in the cost of or the time
required for the suppliers performance of any part of the work under the
contract, whether changed or not changed by the order, an equitable
adjustment shall be made in the contract price or delivery schedule or both and
the contract shall accordingly be amended. Any claims by the supplier for
adjustment under this clause must be asserted within thirty (30) days from the
date of the suppliers receipt of the purchasers change order.

19. Contract Amendments

19.1 Subject to clause 18, no variation in an modification of the terms of the contract
shall be made except by written amendment signed by the parties.

20. Assignment

20.1 The supplier shall not assign in whole or in part, its obligations to perform under
the contract, except with the purchasers prior written consent.
BIDDER 30 MANAGING DIRECTOR
21. Sub-contracts

21.1 The supplier shall notify the purchaser in writing of all subcontracts awarded
under the contract if not already specified in his bid. Such notification, in his
original bid or later, shall not relieve the supplier from any liability or obligation
under the contract.

22. Delays in the suppliers performance

22.1 Delivery of the goods and performance of the services shall be made by the
supplier in accordance with the time schedule specified by the purchaser in its
schedule of requirements.

22.2 Any unexcused delay by the supplier in the performance of its delivery
obligations shall render the supplier liable for any or all of the following; i.e.
forfeiture of its performance security, imposition of liquidation damages and or
termination of the contract for default.

22.3 If at any time during the performance of the contract, the supplier or its
subcontractor (s) should encounter performance of the services the supplier
shall promptly notify the purchaser in writing of the fact of the delay its likely
duration and its causes. As soon as practicable after receipt of the suppliers
notice, the purchaser shall evaluate the situation and may at its discretion
extend the suppliers time for performance, in which case the extension shall be
ratified by the parties by amendment of the contract.

23. Liquidated Damages

23.1 Subject to clause 25, if the supplier fails to deliver any or all of the goods within
the time period specified in the contract, the purchaser shall, without prejudice
to its other remedies under the contract, deduct from the contract price as
liquidated damages, an amount as specified in the SCC for the period of delay,
until actual delivery or performance, up to a maximum deduction of 10 percent
of the delayed goods or services contract price. Once the maximum is reached,
the purchaser may consider termination of the contract.

24. Termination for Default

24.1 The purchaser may, without prejudice to any other remedy for breach of
contract by written notice of default sent to the supplier, terminate the contract
in whole or part:

(a) if the supplier fails to deliver any or all of the goods within the time
periods specified in the contract or any extension thereof granted by the
purchaser pursuant to clause 22; or
(b) if the supplier fails to perform any other obligations under the contract.

24.2 In the event the purchaser terminates the contract in whole or in part, 24.1 the
purchaser may procure, upon such terms and in such manner as it deems
BIDDER 31 MANAGING DIRECTOR
appropriate, Goods similar to those undelivered, and the supplier shall be liable
to the purchaser for any excess costs for such similar Goods. However, the
supplier shall continue the performance of the contract to the extent not
terminated.

25. Force Majeure

25.1 Notwithstanding the provisions of clauses 22,23,24, the supplier shall not be
liable for forfeiture of its performance security liquidated damages or
termination or default, if and to the extent that, its delay in performance or other
failure to perform its obligations under the contract is the result of an event of
Force Majeure.

25.2 For purposes of this clause “Force Majeure" means an event beyond the
control of the supplier and not involving the suppliers fault or negligence and
not foreseable. Such events may include but are not limited to, acts of the
purchaser either in its sovereign or contractual capacity, wars or revolutions,
floods, epidemics, quarantine restrictions and freight embargoes.

25.3 If a force majeure situation arises, the supplier shall promptly notify the
purchaser in writing of such conditions and the cause thereof. Unless otherwise
directed by the purchaser in writing the supplier shall continue to perform its
obligations under the contract as far as is reasonably practical and shall seek
all reasonable alternative means for performance not prevented by the force
majeure event.

26. Termination for Insolvency.

26.1 The purchaser may at any time terminate the contract by giving written notice to
the supplier, if the supplier becomes bankrupt or otherwise insolvent , provided
that such termination will not prejudice or affect any right of action or remedy
which has accrued or will accrue thereafter to the purchaser.

27. Termination for convenience.

27.1 The purchaser, may by written notice sent to the supplier terminate the
contract, in whole or in part at any time for its convenience. The notice of
termination shall specify that termination is for the purchasers convenience the
extent to which performance of work under the contract is terminated and the
date upon which such termination becomes effective.

27.2 The goods that are complete and ready for shipment within 30 days after the
suppliers receipt for notice of termination shall be purchased by the purchaser
and the contract terms and prices. For the remaining goods the purchaser may
elect.
(a) to have completed and delivered at the contract terms and prices; and / or
(b) to cancel the remainder and pay to the supplier and agreed amount for
partially completed goods and for materials and parts previously procured
by the supplier.

BIDDER 32 MANAGING DIRECTOR


28. Resolution of Disputes

28.1 The purchaser and the supplier shall make every effort to resolve amicably by
direct informal negotiation any disagreement or dispute arising between them
under or in connection with the contract.

28.2 If after thirty (30) days from the commencement of such informal negotiations
the purchaser and the supplier have been unable to resolve amicably contract
dispute, either party may require that the dispute be referred for resolution to
the formal mechanisms specified in the special conditions of contract. These
mechanisms may include but are not limited to conciliation, mediation by third
party justification in an agreed national or international forum and / or
international arbitration. The mechanism shall be specified in the special
conditions of contract.

29. Governing Language

29.1 The contract shall be written in English language, as specified by the purchaser
in the instructions to bidders. Subject to clause 30, English language version of
the contract shall govern

30. Applicable law

30.1 The contract shall be interpreted in accordance with the laws of the union of
India and the legal jurisdiction is High Court of Andhra Pradesh

31. Notices

31.1 Any notices given by one party to the other pursuant to the contract shall be
sent in writing and confirmed in writing to the address specified for that purpose
in the special conditions of the contract. A notice shall be effective when
delivered or on the notices effective date, whichever is later.

32. Taxes and duties

32.1 The rates quoted by the bidder shall be deemed to be inclusive of the sales and
other taxes that the bidder will have to pay for the performance of this contract,
at the prevailing rates notified by the Government. The purchaser will perform
such duties in regard to the deduction of such taxes at source as per applicable
law.

BIDDER 33 MANAGING DIRECTOR


SECTION - IV: SPECIAL CONDITIONS OF CONTRACT

TABLE OF CLAUSES

(The corresponding clause number of the General condition is in parenthesis)

Item. No. Topic.

2. Definitions (Clause - 1)

3. Country of Origin (Clause -3)

4. Performance security (Clause 7)

5. Inspection and Tests (Clause 8)

6. Packing (Clause-9)

7. Delivery and Documents (Clause 10)

8. Insurance (Clause 11)

9. Incidental services (Clauses 13)

10. Spare Parts (Clause 14)

11. Warranty (Clause 15)

12. Payment (Clause 16)

13. Prices (Clause 17)

14. sub-contracts (Clause 21)

15. Liquidated Damages (Clauses 23)

16. Resolution of Disputes (Clauses 28)

17. Notices (Clauses 31)

18. Comprehensive Maintenance Contract

19. Actions against Misconduct of the Supplier

20. Progress of Supplies

BIDDER 34 MANAGING DIRECTOR


Section IV: Special Conditions of the Contract

1. The following special conditions of contract shall supplement the general


Conditions of contract. Whenever there is conflict, the provisions herein shall
prevail over those of the general conditions of contract the corresponding clause
number of the general conditions in parentheses.

2. Definitions (Clause I)

(a) The Purchaser is : The Managing Director, APMSIDC, Mangalagiri.

(b) The Supplier is : ------------------------

3. Country of origin (Clause 3): All goods and related services to be supplied under
the contract / agreement shall have their origin in India or any other country with which
India has not banned trade relations.

4. Performance security (Clause 7)

4.1 Performance security is 5% of the contract value and shall be valid up to 60


days after the date of completion of performance obligations including warrant
obligations and maintenance obligations, as applicable.

4.2 Add clause 7.5 to the GCC as the following:

In the event of any contract amendment, the supplier shall within 7 days of receipt
of such amendment furnish the amendment to the performance security rendering
the same valid for the duration of the contract, as amended for further period of 60
days thereafter

.5. Inspection and Tests (clause 8)

The following inspection procedures and tests are required by the Purchaser:

5.1 The Supplier shall get each equipment inspected by a competent authority in
manufacturer's works and also provide a guarantee/warranty certificate that the
instrument conforms to all specifications contained in the contract.

5.2 The Purchaser or its representative may inspect and/or test any or all the
equipment to confirm their conformity to the Contract specifications, prior to
dispatch from the manufacturer’s premises. Such inspection and clearance will
not prejudice the right of the consignee to inspect and test the equipment on
receipt at destination.

5.3 However, on arrival of the equipments at destinations, the purchaser or its


representative shall have the right to inspect and/or test any or all the
equipments to confirm their conformity to the contract.

BIDDER 35 MANAGING DIRECTOR


5.4 If the equipment or its performance is not as per specified conditions, deficiency
or replace the equipment (s) to the satisfaction of the purchasers representative.

6. Packing (Clause 9)

The Supplier will be required to mark separate packages for each consignee on three
sides with proper paint/indelible ink, the following: i. Name of the contract, ii. Contract
No., iii. Country of origin of Goods, iv. Supplier's Name and v. Packing of list reference
number
7. Delivery and Documents (Clause 10)

(i) Three copies of the Supplier invoice showing Goods description,


quantity, unit price, total amount;
(ii) Railway receipt/acknowledgement of receipt of goods from the
Consignee
(iii) Manufacture's/Supplier's Warranty and Factory Test certificate;
(iv) Acceptance Certificate issued by the End-User
(v) Inspection Certificate issued by the nominated inspection agency, as
applicable

8. Insurance (Clause 11)

i) For delivery of goods at site, the insurance shall be obtained by the


Supplier at his cost for an amount equal to 110% of the value of the goods
from "warehouse to warehouse" on "All Risks" basis including war Risks
and Strike clauses period in the name of consignee authorized by the
purchaser i.e M.D. APMSIDC. The supplier shall also provide insurance
coverage against fire and theft in the name of consignee upto end of the
warranty period.

ii) To submit a copy of insurance document duly attested by the consignee


to APMSIDC along with bills for making payment. Otherwise the bills may not
be processed.

9. Incidental Services (Clause 13)

No additional services are required to be provided over the services already


covered under clause 13 of GCC.

10. Spare parts: (Clause 14)

Add as clause 14.2 to the GCC the following:

Supplier shall carry sufficient inventories to assure ex stock supply of consumables


spares such as gaskets, plugs, washers, belts etc., other spare parts and
components shall be promptly as possible but in any case within (3) days of
placement of order.

BIDDER 36 MANAGING DIRECTOR


11. Warranty (Clause 15)

11.1 In partial modification of the provisions, the warranty period shall be 36 months
after the Goods, or any portion thereof, as the case may be, have been
delivered at site, installed, commissioned, successfully tested and accepted
by the Purchaser or its authorized representative

11.2 Substitute Clause 15.4 of the GCC with the following:

Upon receipt of such notice, the Supplier shall within 3 days, repair or replace the
defective goods or parts thereof, free of cost at the ultimate destination. The
Supplier shall take over the replaced parts/goods at the time of their replacement.

11.3 If the supplier has not done repair/replacement within the time specified above
the purchaser will assess the cost of having the repairs/replacements done
and the supplier will pay this amount.

11.4 Overall an uptime guarantee of 95% shall be maintained out of total usage
period of the equipment by the end users during the warranty and the
maintenance period

11.5 All software updates, if any required, should be provided free of cost during
Warranty and CMC period.

12. Payment (Clause 16)

12.1 Payment for goods and services shall be made in Indian Rupees as follows:

a) 60% of the contract value of the supply part after necessary deduction will be
paid to the supplier on submission of copy of invoice with original Delivery
Challan as proof of supply to destinations duly certified by the Head of the
Institution and RTGS details
b) 30% of payment will be paid on submission of original invoice with stock
entries, delivery challan and Installation Certificates (Annexure 1), warranty
certificate (Annexure III), copy of insurance document duly attested by the
consignee to APMSIDC, calibration, quality assurance certificate test
certificate if required as per technical specification after completion of all the
performance obligations.
C) The balance 10% will be paid after three months from the date of installation
on submission of performance satisfactory report (Annexure-ll), obtained
from the Head of the institute or concerned authorities.

D) In case any difficulty is experienced by the successful tenderer in obtaining


three month performance certificate from any of the User Institution after the
installation of the equipment, the same shall be brought to the notice of the
Tender Inviting Authority immediately in writing. In such event(s), if the
Tender Inviting Authority is convinced, the reasons are beyond the control of
the successful tenderer, the Tender Inviting Authority, in case of supply
BIDDER 37 MANAGING DIRECTOR
orders placed by it, shall release payments at its discretion. In such case the
letter sent to the Tender Inviting Authority shall be submitted along with the
invoices while claiming payment

12.2 If there is a delay in installation of the equipment due to reasons not attributable
to the supplier such as non readiness of site, 60% of the supply part of the
contract value will be released against supply and a confirmation letter from the
consignee / end user, on submission of original delivery challan & Invoice copy.

12.3 Cost of Comprehensive Maintenance Contract for each year will be paid, at the
end of each year by the Purchaser’s representatives/hospital authorities, upon
submission of the service reports to the extent of the service delivered as per
the contract terms.

13. Prices (Clause 17)

Prices payable to the Supplier as stated in the Contract shall not be subject to
adjustment during performance of the Contract.

14. Sub-contracts (Clause 21)

Add at the end of sub-clause 21.1 of the GCC the following. “Sub-contract shall be
only for bought-out items and sub-assemblies”.

15. Liquidated Damages (Clause 23)

15.1 For delays

Substitute Clause 23.1 of the GCC by the following:

Subject to clause 25 of GCC, the Purchaser shall, without prejudice to its other
remedies under the Contract, deduct from the Contract Price, as liquidated
damages, a sum equivalent to 0.5 percent of the delivered price of the delayed
Goods or unperformed Services for each week of delay or part thereof until
actual delivery or performance, up to a maximum deduction of 10% of the
delayed Goods or Services contract price. Once the maximum deduction is
reached, the Purchaser may consider termination of the Contract.

15.2 For Short fall in Equipment Maintenance services

Any major repair intimated by the Purchaser or the end-user shall be rectified
by the Supplier from the date of intimation within a period of 3 calendar days
and repair the equipment to the satisfaction of the Purchaser or the End User.
Failing which the Purchaser has a right to levy a penalty on the Supplier a sum
of Rs.10,000/- per day of delay, until the equipment is repaired and brought to
the normal working condition to the satisfaction of the Purchaser.

BIDDER 38 MANAGING DIRECTOR


16. Resolution of Disputes (Clause 28)

Add as Clauses 28.3 and 28.4 of the GCC the following:

28.3 The dispute resolution mechanism to be applied pursuant to clause 28 of the


General Conditions shall be as follows:

(a) In the case of dispute or difference arising between the Purchaser and a
Domestic Supplier relating to any matter arising out of or connected with
this agreement, such dispute or difference shall be referred to the award
of two Arbitrators, one Arbitrator to be nominated by the Purchaser and
the other to be nominated by the Supplier or in the case of the said
Arbitrators not agreeing, then at the award of an Umpire to be appointed
by the Arbitrators in writing before proceeding with the reference, and in
case the Arbitrators cannot agree to the Umpire, he may be
nominated by the Arbitration committee of the Indian Council of
Arbitration, India. The award of the Arbitrators, and in the event of their
not agreeing, of the Umpire appointed by them or by the Arbitration
Council of India, India, shall be final and binding on the parties.

(b) The Indian Arbitration Act 1996, the rules thereunder and any statutory
modification or re-enactments thereof, shall apply to the arbitration
proceedings.

28.4 The venue of arbitration shall be the place from where the Contract is
issued.

17. Notices (Clause 31)

For the purpose of all notices, the following shall be the address of the
purchaser and supplier.

Purchaser: The Managing Director, APMSIDC, 2nd Floor, Plot No.09, Survey
No.49, IT Park, Mangalagiri, Guntur 522503.

Supplier: (To be filled in at the time of Contract Signature)

18. Comprehensive Maintenance Contract (CMC)

a. The Comprehensive Maintenance Contract includes 4 visits in a year


preventive maintenance visits and all the distress calls during the year and also
include the probable cost of spares required towards the repairs carried out to
bring a not working equipment to its normal working condition, during the year.

b. The supplier shall under take at least one half-yearly preventive maintenance
visit and attend to all the break down calls during the year. The payment for the
maintenance services will be made at the end of each half-year, upon
submission of necessary service reports signed by the end-users.

BIDDER 39 MANAGING DIRECTOR


19. Actions Against the Misconduct of the Supplier

.1 A Supplier found being supplied similar items with similar tender conditions to any
other agency in the country during the validity of the contract with the APMSIDC,
at a rate lower than the rate at which they supplied under this tender, the
difference amount is liable to be recovered apart from blacklisting the firm for a
minimum period of 3 years. The Supplier should furnish undertaking (Annexure-
XIII) that they will remit the differential cost, if they quote lower rate than the rate
quoted to the APMSIDC to any other agency or department or state, during the
period of contract

.2 Any substandard supplies without meeting the quality specifications made under
the contract shall also entail blacklisting of the firm for a minimum period of three
years for that particular product.

.3 If the bidder fails to demonstrate on asked to do so, of the products quoted with
their bid, without any valid or convincing reason to the satisfaction of the
Purchaser, the bids for other items offered against the bid notice will not be
considered and he may be debarred for a certain period as decided by the
Purchaser.

20. Progress of Supply

Supplier shall intimate progress of supply, in writing, to the Purchaser as under :

- Qty offered for inspection and date;

- Qty. accepted/rejected by inspecting agency and date;

- Qty. dispatched/delivered to consignees and date;

- Qty. where incidental services have been satisfactorily completed with


date;

- Quantity where rectification/repair/replacement effected/completed, on


receipt of any communication from consignee/Purchaser with date;

- Date of completion of entire Contract including incidental services, if any;


and

- Date of receipt of entire payments under the Contract.

BIDDER 40 MANAGING DIRECTOR


SECTION V

SCHEDULE OF REQUIREMENTS AND TECHNICAL SPECIFICATIONS

Sl. Item Name Qty Warranty CMC EMD Average Annual


No (in (in (in Rs.) turnover of the
Years) Years) Authorized
Bidder in the
last three years
i.e. 2016-17,
2017-18, 2018-19
1 X-RAY Machine 60mA 10 3 4 85,500 71,25,000
Portable
2 X-Ray machine 100 mA 10 3 4 1,05,000 87,50,000
HF
3 X-Ray machine 300 mA 10 3 4 4,50,000 3,75,00,000
HF
4 500Ma Radiographic 10 3 4 5,40,000 4,50,00,000
X-Ray machine
5 X-Ray machine 800Ma 10 3 4 7,50,000 6,25,00,000
with fluoroscopy
6 X-Ray 800Ma unit with 10 3 4 6,60,000 5,50,00,000
IITV system
7 Digital Radiography 10 3 4 11,40,000 9,50,00,000
system 500mA
8 Digital Radiography 10 3 4 14,40,000 12,00,00,000
system 1000mA
9 C-arm image Intensifier 10 3 4 6,00,000 5,00,00,000
System
10 Flat panel mobile C-arm 10 3 4 25,50,000 21,25,00,000
11 Computed 10 3 4 4,50,000 3,75,00,000
Radiography (CR)
12 PACS 5 3 4 1,80,000 1,50,00,000

Processing fee: The participating bidders will have to pay tender processing fee
(non-refundable) of Rs. 29,500/- in the form of Demand Draft drawn in favour of
Managing Director, APMSIDC, Mangalagiri.
1. To allow the authorized distributors duly obtaining an agreement/ MOU
from the Manufacturer for binding on Post Supply Services i.e. Warranty,
etc., and on agreement executed by the authorized distributor with the
Corporation. Further an undertaking from Manufacturer to take
responsibility in case of authorized distributor’s failure in performing the
Contractual Obligations also may be obtained. Proforma will be provided.
BIDDER 41 MANAGING DIRECTOR
2. EMD shall be furnished in the form of DD/BG.
3. EMD for multiple items is limited to Rs.20 Lakhs (Cumulative)
4. The Average Annual turnover required for the last three years is Rs. 10
Crores maximum, if a bidder quotes for multiple items.

BIDDER 42 MANAGING DIRECTOR


Technical Specifications
General Information

1. Bidders are requested to offer the equipment as per the specifications attached.

2. For each item of equipment the bidder should include all the cost associated
with fixing, cables, connectors, accessories and ancillary items necessary for
the satisfactory operation of that item of equipment. Bidders should make the
provisions of starter packs for consumables for demonstration and three
months of operation period for the supplied equipment.

3. Spare parts list, listing spare likely to be required for (7) years operations shall
be attached with the Bid

4. (i) Bidders are requested to provide, referenced by given equipment code and
item name, with their tender offer, the following information for all the items of
equipment offered.
o Name of the Manufacturer
o Brand Name & Model Number
o Country of Origin

(ii) Catalogue, Pamphlet, descriptive literature, spare parts list and technical
specifications for each unit of item must be forwarded with the offer.

5. Operating Environment:

Electrical Supply: The Equipment supplied shall be suitable in all respect for
use on the local electricity supply of 200- 270 Volts, 50 Cycles. A suitable
stabilizer/ CVT is to be offered as an optional accessory, in case of specific
voltage requirement for the supplied equipment. Resettable over current
breaker shall be fitted for protection wherever applicable.

Humidity: The unit shall be capable of operating continuously in ambient


temperature of 300C and relative humidity of around 80%.

7. After Sales Service:

Bidders are requested to confirm in writing in their bid offer that, the after sales
service they would provide, after the expiry of three year warranty period, for
four more years including an estimated cost an annual servicing contract. The
maintenance capability of the bidders currently existing in Vijayawada and A.P.
should also be clearly stated.

8. All items should be of high quality, durable, and suitable for use in a Hospital.
The technical specification and standards of each item delivered shall be that
currently in use at the time of delivery.
a) Electrical safety conforms to standards for electrical safety IEC-60601 /
IS-13450.

BIDDER 43 MANAGING DIRECTOR


b) Radiation safety: Safety aspects of Radiation dosage leakage should be
spelt out and all the X-ray related products should comply with AERB
Guidelines for radiation leakage.
c) Manufacturer should have ISO 9001
d) Manufacturer should be ISO 13485 for medical equipment
e) Product must be European BIS/CE/ US FDA certified and marked for
Medical Equipment.

9. The Bidder , must have necessary quality certifications for processes such as
IS 9001 (Quality Management System for Organization)

10. If the bidder fails to demonstrate any of the products quoted, the bid for that
product would be considered as withdrawn and suitable action will be taken as per
the Clause 15 of ITB, i.e. forfeiture of the Bid security and also the bidder may be
debarred for a certain period as decided by the Managing Director.

General Requirements

AERB Licensing through ELORA portal: Vendor should help/assist to get necessary
licenses required for successful operation of all the X-ray based equipment.

REQUIREMENTS FOR SIGNOFF: Certificate of calibration and inspection from the


Manufacturer.

TRAINING OF STAFF (MEDICAL, PARAMEDICAL, TECHNICIANS)


i. Training of users on operation and basic maintenance.
ii. Advanced maintenance tasks required shall be documented

BIDDER 44 MANAGING DIRECTOR


Product Specifications:

1. X-RAY Machine 60mA Portable

TECHNICAL CHARACTERISTICS
Operation Requirement:
 Should be compact, light weight and easily portable X-ray machine for bed side X-
ray
 Should have effective breaking system with tube stand fully counter balanced with
rotation in all directions.
 Should have exposure switch in remote control facility
 Should have cassette storage facility for all sizes along with screen of sizes
15”×12”:4nos. 12”×12”: 4nos. 10”×8”: 4nos.
 Lead blocker 15”×6”: 2nos.
 Light weight lead apron: 4 nos.
 Lead letter & number 2 sets: 4nos.
X-Ray tube head:
 mA range: 30mA, KV range: 40 to 90KV
 Should have digital display for mAs & KV.
 Should be microprocessor controlled with output of 15KW or above.
 Should be stationary anode.
 Should have light beam collimeter of multi beam type of auto cut off switch.
 Exposure switch should be detachable with cord length of 30 feet as per IRCP
recommendation.
Power supply:
 230V AC, 50Hz. 15 Amps, single phase with Indian plug

Certifications:
o Should have safety certificate from a competent authority CE issued by a notified
body registered in the European commission / FDA (US) Certificate orvalid
detailed electrical and functional safety test report from ERTL. Copy of the
certificate/ test report shall be produced along with the technical bid.
o The Unit should be approved by AERB.

2. X-RAY Machine 100mA HF

I. X-RAY GENERATOR
a. Type: High frequency 6 KW or more.
b. KV Range: 40-110 or better.
c. mA: 100 or more.
II X-RAY TUBE
a. Should be of reputed make.
III RADIOGRAPHY
b. KV range: 40-100 or more.
BIDDER 45 MANAGING DIRECTOR
c. mA Range: 20 to 100 or better.
IV CONTROL PANEL
a. Digital display of all radiographic parameters.
b. mAs: 200 mAs or more .
c. Automatic tube over load protection.
V MECHANICAL SPECIFICATIONS
a. Spring/Counter balanced.
b. Articulated tube arm.
c. Easy to move and handle.
d. Light beam diaphragm collimator.
e. Extendable hand switches with cable for x-ray exposure.
f. Integrated cassette box.

VI. Control Panel


Very compact, soft touch control panel having following functions & indications should
be provided. Following features should be available on control panel.
• Machine ON/OFF switch.
• Digital Display of KV & mAs increase & decrease switches.
• KV & mAs increase & decrease switches.
• Ready & X-Ray on switch with indicators.
• Self diagnostic programmed with indicators for Earth fault error, KV error, Filament
error, Tube head Thermal error.
• A Dual action hand switch with retractable cord should be provided for radiation
protection of operator

VI FEATURES
a. The quoted model and tube should be AERB Type approved for usage up to
100mA or more. Relevant copies of the certificate should be attached with the bid.
b. Should be mounted on heavy duty casters.

VII STANDARD ACCESSORIES


a. Lead apron 0.5mm lead equivalence with Thyroid guard- 2 no.
b. Lead markers R, L, 0-9 and A-Z each 2 sets.

VIII POWER SUPPLY REQUIREMENTS


a. 230Vac, Single phase, 50/60 Hz.

IX MECHANICAL SPECIFICATIONS
a. Should have wheel braking facility.

X. Certifications:
o Should have safety certificate from a competent authority CE issued by a notified
body registered in the European commission / FDA (US) Certificate or valid
detailed electrical and functional safety test report from ERTL. Copy of the
certificate/ test report shall be produced along with the technical bid.
o The Unit should be approved by AERB.

BIDDER 46 MANAGING DIRECTOR


3. X-RAY Machine 300mA HF

I. X-Ray Generator:
a. High frequency X-Ray generator
b. Inverter frequency – 20 KHz or more
c. Output power 30KW or more
d. KV Range – 40 to 125KVp
e. mA range – 125 to 300 mA
f. 300mA @ 100KV or better
g. mAs range – 2 to 200 mAs

II X-Ray tube:
a. Rotating anode
b. Focal spot: - small - 1.2 x 1.2 mm & Large - 2 x 2 mm
c. One pair of High tension cable (at least 8 meters)
d. collimator with full field illumination and angle indicator

III Table:
a. The table should be horizontal floating type
b. Bucky table with floating table top with immense flexibility and ease in positioning
c. Table top positioning with release of electromagnetic brakes controlled with a foot
operated lever
d. Table Height – 75 cm (±5%)
e. Table top – 218 x 80 cm (±10%)
f. Table top should be made up of low radiation absorption, water proof material, stain
free
g. Longitudinal Travel: ± 40 cm (±2%)
h. Transverse Travel: ± 12.5 cm (±2%)
i. Electromagnetic locking of the table movement

IV Bucky:
a. Grid 10.1, 60 lines / cm, focused at 115 cm
b. 65 cm travel; movement arrested by electromagnetic brakes
c. Tube shall be centered to Bucky in transverse direction eliminating need for
positioning table for every exposure
d. Suitable for cassettes in cm and inch formats and should be capable to
accommodate 14”x17”

V. X-Ray Ceiling column


a. Travel range: 195 cm (±10%); movement arrested with electromagnetic brakes
b. Vertical travel: 135 cm (±10%); movement arrested with electromagnetic brakes
c. Column rotation: 360°; from + 180° to -180° in 90° increments
d. X-ray tube rotation: ± 180°; locks at 0° / +90° / -90°

BIDDER 47 MANAGING DIRECTOR


VI. STANDARD ACCESSORIES
a. Three fold X-ray protection barrier – 1no.
b. Lead apron 0.5mm lead equivalence with thyroid guard – 2 no.
c. Should be supplied with chest stand and cone for skull x-rays.

VII. POWER SUPPLY REQUIREMENTS


a. 380 to 440Vac, three phase, 50/60 Hz.

VIII. SPECIFICATION OF LEAD APRON.


a. Should be AERB approved.
b. Should be light weight 0.5mm lead equivalent.
c. Should be hook and loop type (Velcro).
d. Should be supplied along with thyroid guard.

IX. SPECIFICATION FOR THREE FOLD LEAD PROTECTIVE BARRIER.


a. Should be a threefold mobile lead protective barrier.
b. Should be a mounted on heavy duty casters.
c. Should have a viewing window of 1.5 mm thick lead equivalence.
d. The centre part should have 3 feet width and 6 feet height. The sides should be 1.5
feet width and 6 feet height

X. 4 WAY TABLE:
a. The table should be horizontal 4 way movements
b. Motorised Bucky with immense flexibility and ease in positioning
c. Foot switch control
d. Table Height – 75 cm (±5%)
e. Table top – 218 x 80 cm (±10%)
f. Table top should be made up of low radiation absorption, water proof material, stain
free

XI.VERTICAL BUCKY:
a. In built Motorised Bucky
b. Tiltable bucky

XII. DIGITAL UPGRADABILITY:


a. Amorphous Silicon (ASi) flat panel detector
b. Caesium Iodide (CsI) Scintillator
c. Portable wired 14x17 inches detector
d. Should have spatial resolution of 2.5 lines pair/millimeter or better.
e. Detector Quantum Efficiency (DQE) should be 50% or more @ Zero Line Pairs.
f. The active matrix size should be 2 k X 2k or more.
g. Should have a minimum image depth of 14 bit.
h. All required software and hardware for digital upgradability shall be provided.
BIDDER 48 MANAGING DIRECTOR
i. The software provided should be licensed to the life time of the equipment.
j. The rate offered should be inclusive of onsite upgradability
XIII. Certifications:
o Should have safety certificate from a competent authority CE issued by a notified
body registered in the European commission / FDA (US) Certificate or valid
detailed electrical and functional safety test report from ERTL. Copy of the
certificate/ test report shall be produced along with the technical bid.
o The Unit should be approved by AERB.

4. 500 mA RADIOGRAPHIC X-RAY MACHINE:

Technical Specifications
 X-ray Generator Type- High frequency inverter system Rating -50kW or
more
 Radiography Tube voltage: 40-125 kV or better
 Tube current: 500mA
 Exposure time- 1ms to 5 secs.
 Power Source 3 Phase 440V 50Hz AC power supply
 Tube overload protection present
 High Tension cables 1 pair of at least 8m in length
a. Control:
 Attractive and ergonomically designed control panel with total soft feather
touch switches for various operation having following functions & indications:
Machine ON/OFF switch, LCD display of parameters like KV, mAs, APR
value etc. KV, mA & mAs increase and decrease switches.
 Ready and Exposure switch with indicators.
 Bucky selection switch, Line voltage indicator.
 Error display for Voltage, Earth fault, KVp, filament, Thermal overload, Rotor.
 Anatomical programming up to 100 or more pre-programmed functions in
which automatic selection of factors is done according to the body part
selection. A two-step hand switch with dual action for exposure release with
retractable cord should be provided for taking images from a safer distance.
b. X-ray Tube Assembly
 Anode- Rapid anode type Heat storage capacity: 200,000 HU or higher
 Dual focus for radiography 0.6 / 1.5 mm or better
 Total filtration Minimum of 2.5 mm Al equivalent
 Inherent of permanent Filtration 1.5mm Al equivalent
 Collimation system- Double slot collimator for full field illumination and
adjustment of exposure area.
c. H.V. Tank:
 A very compact H.V. tank filled with high dielectric transformer oil.
 The H.V. tank contains H.V. transformer, filament transformer, H.V. rectifiers
and H.V. cable receptacles.
BIDDER 49 MANAGING DIRECTOR
d. X-ray Tube Support Assembly
 Mounting -Floor to ceiling / ceiling free type Locking device -Electromagnetic
Movements - Lateral, horizontal and vertical; Lateral movements should be
sufficient to radiograph patient on adjacent patient trolley Swiveling out of
tube assembly- 180º
e. X-ray Table
 Sliding / Floating tabletop 4 way sliding table top longitudinal and transverse
movement Tredlenberg position compliant Max weight of patient hold 150-
200kg.
 Locking system - Electromagnetic
 Cassette tray- Should accommodate cassettes of all standard sizes.
 Grid- Stationary/Reciprocating Ratio: 10:1 Lines/in - at least 100
 Tube protection- Automatic mechanism for X-ray Tube protection during
horizontal to vertical and vertical to horizontal table positioning
 Accessories- Foot steps to climb on table. Immobilizing Device – pediatric
and adult Hand Grip
f. Vertical Cassette Stand
 Grid- Stationary / Reciprocating Ratio: 10:1 Lines / in: at least 100 Travel :
Manual with locking in all positions
 Should accommodate all standard cassette sizes
g. Accessories
 Three fold X-ray protection barrier – 1no
 Lead apron with minimum lead equivalence of 0.5 mm lead 2pc
 lead glass, 80 cm x 60 cm.
 Thyroid Guard 2 Nos.

h. Certifications:
 Should have safety certificate from a competent authority CE issued by a
notified body registered in the European commission / FDA (US)/ STQC CB
Certificate/STQC S Certificate or valid detailed electrical and functional
safety test report from ERTL. Copy of the certificate/ test report shall be
produced along with the technical bid.
 The Unit should be approved by AERB.

5. X-Ray Machine 800mA with fluoroscopy

Technical Specification:
 High Frequency X-Ray machine suitable for general Radiography.

X-Ray Generator:
 High Frequency X-Ray generator having Frequency of 50 KHz more
suitable for Radiography should be provided.
 Power output of generator should be 50 KW or more.
 Radiography KV range should be 40 to 125 KV or more.
BIDDER 50 MANAGING DIRECTOR
 mA range (Rad.) : 800mA or more
 Exposure time (Rad.): 1 ms to 3 sec.
 Fluoroscopy range up to 3mA at 40-120KV.
 Should have independent fluro KVP and mA selector.
 Should have Fluoroscopic timer, totaliser with buzzer. Fluoroscopic timer
of 5min. cumulative with audible indication with 30sec.
 Spot filming at all mA station.
 Serialography for 2 frames per sec.

Control:
 A very compact, Soft Touch Control Panel having following functions &
indications should be provided.
 The panel can be supplied in floor or wall mount with Spill Proof design

Following features should be available on the control panel.


 Machine ON/OFF switch
 Digital Display of KV& mAs.
 KV & mAs increase and decrease switches.
 Tube focal spot selection switch.
 Ready and x-ray on switch with indicators.
 Bucky Selection switch.
 Self diagnostic Programme with Indicators for Earth fault error, KV error,
filament error & Tube’s Thermal Overload.
 Anatomical Programming Radiography (i.e. APR) should have
Preprogrammed parameters of human Anatomy Up to 216 programs
which helps the user to select exposure parameters based on body part,
examination view and size of the patient.
 A dual action hand switch with retractable cord should be provided for
Radiation Protection of Operator.
 Should have also provision for a cordless Exposure switch.
 There should be provision of auto shut off of Control if no key is pressed
for 10Min.

X-Ray Tube:
 Two Nos. Dual focus Rotating Anode X-ray tube thermally protected
Large focus: 1.2/2mm or less, Small focus: 0.6/1.0 or less.
 Anode heat storage capacity of tube should be more than 140 KHU.
 Two Pair of 8 meter HV Cable Two Nos. Collimator with auto shut off
facility should be provided.
 Should have provision of two X-ray tube-One overhead & another under
couch.

HV Tank:

BIDDER 51 MANAGING DIRECTOR


 A very compact H.V. Tank filled with high dielectric transformer oil should
be provided. The H.V. Tank should contain H.V. transformer, Filament
Transformers, H.V.
 Rectifiers & H.V. Cable receptacles.

Tube Stand:
 Floor to Ceiling Stand with Counter Balanced Tube Head (Rotatable ±
180 Degree), 360
 Degree Rotatable; mounted on Floor Ceiling Rails for convenient
movements should be provided.

Table:
 Motorized table should have motorized bucky consisting of bucky grid of
size 17 ¼” x18 7/8” ratio 8:1, 85 lines/inch.
 Spot Film Device (semi automatic) capable of doing all routine spot
filming (4 on 1, 2 on 1, 1 on 1) for use with 8” x 10”, 10” x 12”, 15” x 12”
cassettes.
 Should have transverse ±10cm or more and longitudinal movements of
±35cm or more with electromagnetic brakes.
 Grid size 15” x 15”, 6:1 ratio, 103 lines per inch.
 Compression movement of spot film device is motorized.
 The fluoroscopic parameters (fluoro KV, fluoro mA and fluoro time)
should be digitally displayed on the SFD. Control of fluoro KV should be
available on SFD.

Vertical Bucky Stand:


 Vertical Bucky Stand with oscillating Grid of Ratio 8:1, 85 lines/inch is
provided.
 The Bucky moves up & down & is equipped with a stainless steel
cassette tray.
 The stand is floor-mounted type & can accommodate cassettes up to 14”
X 17”.
 The Bucky is tilted in 6 steps of 15 degree Angle each for various
Radiographs.

Accessories:
 Machine should be supplied with following
 light weight whole body lead aprons, thyroid shield, gonad shield, lead
goggles 4 Nos.
 Lateral cassette holder: 1no.
 Handgrip, footrest, foot switch and compression band
 Protective lead barrier three Fold

Power Supply:

BIDDER 52 MANAGING DIRECTOR


 Power unit: Input voltage- 400V-440V AC, 50Hz ; 3 –phase
 Servo Stabilizer of appropriate capacity to be installed.

Training, Installation & Other Requirements:


 Availability of three phase uniform power supply.
 Safety and operation check before handover.
 To be installed in a separate room
 Facility for dark room should be available.
 Certificate of calibration and inspection of parts from the manufacturer.
 Should impart training of users on operation and basic maintenance.
 Advanced maintenance tasks required shall be documented.
 The spare price list of all spares and accessories (including minor)
required for maintenance and repairs in future after guarantee/warranty
period should be attached.

Certifications:
 Should have safety certificate from a competent authority CE issued by a
notified body registered in the European commission / FDA (US)/
STQC CB Certificate/STQC S Certificate or valid detailed electrical and
functional safety test report from ERTL. Copy of the certificate/ test
report shall be produced along with the technical bid.
 The Unit should be approved by AERB.

6. X-Ray 800mA Unit with IITV SYSTEM

SPECIFICATIONS OF 65KW HIGH FREQUENCY X-RAY MACHINE


High frequency X-Ray machine suitable for radiography & fluoroscopy.
I. X-RAY GENERATOR:
 High Frequency X-Ray Generator having frequency of 40 KHz or more
should be provided.
 Power output of generator should be of 65KW.
 KV Range should be:
 Radiographic KV range: 40 to 125KV.
 Fluoroscopic KV range: 40 to 120KV.
 mA output (Rad.): 800mA.
 mA output (Flr.): up to 3mA.
 Exposure time (Rad.): 1ms to 3Sec.
 mAs output (Rad.): 1 to 200mAs.

II. CONTROL:
 A very compact, Soft Feather Touch Control Panel having following functions
& indications should be provided. The panel can be supplied in Floor or Wall
mount with Spill Proof design.
 Following features should be available on the control panel.
 Machine ON/OFF Switch.
BIDDER 53 MANAGING DIRECTOR
 Digital Display of KV & mAs.
 KV & mAs increase and decrease switches.
 Tube Focal spot selection switch.
 Ready and X-Ray on switch with Indicators
 Bucky Selection Switch.
 Self diagnostic Programme with Indicators for Earth fault error, KV error,
filament error &Tube’s Thermal Overload. Anatomical Programming
Radiography (i.e. APR) should be provided in which KV and mAs are
Automatically selected depending upon the physique of the patient and part
of the body to be X-Rayed.
 Anatomical Programming up to 200 programmes or more
 A dual action hand switch with retractable cord should be provided for
Radiation Protection of Operator.
 There should be provision for a cordless Exposure switch also.
 There should be provision of auto shut off of Control if no key is pressed for
10Min.

III. X-RAY TUBE:


 Two Nos. Dual focus Rotating Anode X-Ray tube thermally protected.
 One for over couch & 2nd for under couch operation.
 Anode heat storage capacity of tube should be more than 200KHU.
 Two Pair of 8 meter H.V. Cable.
 Two No. of collimator, one motorized for undr couch operation and one
manual for over couch operation.

IV. HV TANK:
 A very compact H.V. Tank filled with high dielectric transformer oil should
be provided
 The H.V.Tank should contain H.V. transformer, Filament Transformers,
H.V. Rectifiers & H.V. Cable receptacles.

IV.a. TUBE STAND:


 Floor to Ceiling Stand with Counter Balanced Tube Head (Rotatable ± 180
Degree), 360 Degree
 Rotatable; mounted on Floor Ceiling Rails for convenient movements
should be provided.

IV.b. TABLE:
 Motorised table having motorized bucky consisting of bucky grid of size 17
¼” x 18 7/8” ratio 8:1, 85
 lines/inch. Spot Film Device (semi automatic) capable of doing all routine
spot filming (4on 1, 2 on 1, 1 on 1) for Use with 8” x 10”, 10” x 12”, 14” x
14” cassettes. Grid size 15” x 15”, 6:1 ratio, 103 lines per inch.
Compression Movement of spot film device is motorised. The fluoroscopic
parameters (fluoro KV,fluoro mA and fluoro time) are Digitally displayed on
BIDDER 54 MANAGING DIRECTOR
the SFD. Control of fluoro KV is available on SFD. Lead glass and
fluoroscopic screen of 14” x 14”.

V. IITV SYSTEM:
 9” triple field Image Intensifier should be provided.
 9” I.I mounted directly on SFD with Motorized Up/Down movement. Soft
touch control panel on SFD should be provided to control fluoro KVP.
 High Resolution Compact CCD Camera should be provided. Pixels of
camera should be 750(H) X 500(V) or more.
 Nos. 17” TFT/LCD Monitor along with a trolley.

VI. MEMORY SYSTEM should include the following features:


 Monitors System for LIH, LIVE and Stored Images.
 Permanent Image Storage capacity of Approx. 10,000 Images.
 50 Temporary Image Storage for quick review.
 CD writer to Store Images on CD for giving it to Patients.
 Flicker free Images on a flat Screen.
 32 Bit Image Storage for Excellent Resolution.
 Image Sharpening (Real-time or Stored Images).
 Image Rotation.
 Window level/window width manipulations.
 Colorized Images.
 Dynamic contrast control (Gray Level Stretch).
 Negative Images (Gray Level Invert).
 Frames Averaging for smoothing of Images. (Real time) 256 frames.
 32 Bit at 800 x 600 resolutions.
Digital Subtraction of Images.
 QUAD view (4 Images on Monitor).
 Cine Loop of 500 frames (Multiple Cine Loops can be stored
permanently).
 Variably frame Rate of 2, 5, 10, 15 & 27 frames per second for cine
Loop.
 Image orientation: Left/ Right – Top/ Bottom
 Patient’s Name, Operator Name, Hospital Name, Date & Time display on
Monitor.
 Images can be stored in folders of Individual patient’s Name.
 Quick exploration of Stored Images.
 ON Screen Help Mode.
 ON Screen Measurements – Length (X & Y) & Area
 Area of Interest Marker.
 Contrast enhancement of Area of Interest
 Histogram of Area of Interest.
 Facility for Image Printing.
 Text annotations and provision of removal of all text from the image.
 Automatic capture and storage of cine loop with cine foot switch

BIDDER 55 MANAGING DIRECTOR


 Offset and gain adjustments for improved image quality.
 Thumb nail use of complete study
 Frame by frame review.
 Frame rate selection
 LAN connectivity.
 DICOM Compatible.

VII. POWER REQUIREMENT:


 The unit should be operable on 440V AC, 50 HZ 3 Phase – Max.
 Allowable line Regulation ± 10%.

VIII. OTHER REQUIREMENTS:


 Should have safety certificate from a competent authority CE issued by a
notified body registered in the European commission / FDA (US)/ STQC
CB Certificate/STQC S Certificate or valid detailed electrical and
functional safety test report from ERTL. Copy of the certificate/ test
report shall be produced along with the technical bid.
 The Unit should be approved by AERB.

IX. Accessories: Machine should be supplied with following


 Light weight whole body lead aprons, thyroid shield, gonad shield, lead
goggles 4 Nos.
 Lateral cassette holder: 1no
 Handgrip, footrest, foot switch and compression band
 Protective lead barrier three Fold

7. Digital Radiography System: 500 mA

 Floor mounted/Ceiling mounted Digital Radiography System with One


Portable Detector for Whole Body Digital Radiography.
 A fully digital radiography system capable of detector exposure and image
acquisition in vertical, horizontal and oblique positions to perform all skeletal
body and chest radiography. Complete system operation with control of
generator, X-ray tube and imaging system from a single integrated user
interface should be possible.

Generator:
 Generator should be of latest technology with High-frequency, multipulse
generator with inverter principle and automatic exposure control (AEC) for
constant output.
 Output – Minimum 50 kW or higher.
 kV range should be at least40 kV- 150kV
 Output at 100 kV should be 500mA or more
 It should have automatic exposure control device (AEC)
BIDDER 56 MANAGING DIRECTOR
 It should have digital display or kV and mAs and ms in the console.
 Anatomical programming for different radiography applications should be
possible
 It should have overloading protection

X-ray tube and Collimator:


 The X-ray tube should be floor mounted with rotating anode, fully compatible
with the generator and must have dual focus. Focal spot of the following
sizes are required:
 Large focus: 1.2mm or less
 Small focus: 0.6mm or less
 Tube should be with anode heat storage capacity of 300 kHU or more.
 The X-ray tube and Generator should be manufactured by the manufacturer
of the DR system.
 Floor mounted column support
 Floor mounted tube column stand support must be provided
 Vertical movement of 150 cm or more should be available
 Longitudinal movement of 130 cm or more should be available
 Specify the SID of the system
 Specify the horizontal and vertical tube rotation angle around the respective
axes.
 Rotation of tube about vertical axis at +/- 90 degree should be possible with
stop position at 0 degree & 90 degree.

X-ray Patient Table:


 Horizontal Table with floating table top with minimum table height of 70 cm
 Longitudinal tabletop travel should be minimum +/- 46 cm and transverse
tabletop travel should be minimum +/- 13 cm and the table movement should
have electromagnetic brakes.
 Possibility of taking Patient weight 200kg or more
 Whole body head to toe examination of patient should be possible without
repositioning.
 The grid supplied with the table should be of minimum grid ratio of 10: 1 at
focus of 115 cm.
 Patient coverage should be 180 cm or more without repositioning should be
possible.
 It should be able to accommodate mobile flat detector system of 35 cm X 42
cm size or more.
 Automatic exposure control should be offered as standard.
 Vertical Bucky stand
 The unit should be provided with Vertical Bucky
 It should have provision to do chest radiography without grid
 The vertical Bucky stand should also accommodate the same detector as in
the table.
BIDDER 57 MANAGING DIRECTOR
 The minimum grid ratio of the moving grid on the vertical Bucky should be
10:1 and not less.

Detector systems:
 The portable detector should be of solid state flat detector with suitable
scintillator material. Mention the scintillator material being offered.
 The size of detector should be 35 x 43cm and should be compatible to both
patient table & Vertical Bucky.
 The resolution should be minimum of 3.6 lines pair/millimeter.
 The pixel resolution should be 160 um or less
 Image acquisition and image processing based on body part and viewing
position.
 The digital workstation should be based on the latest high speed processor
of at least 12 bit.
 It should have the possibility of acquiring the images from the detector
system and retrieval of patient list and examination data from
Hospital/Radiology Information systems (HIS/RIS) should be possible.
 It should have image storage disk of 10,000images or more.
 The system should have ready DICOM Interface and networking capability
with RIS/HIS/PACS
 Post processing function must be available.
 Console station must be provided for image processing , image display, post
processing function and networking with anti glare color monitor of LCD type
with size 19” with matrix of 1024 x 1024
 Automatic and selective filming with virtual film sheet should be available

Essential Accessories:
 Voltage stabilizer for the complete DR system should be quoted along with
the unit. It should be of required capacity and the make and capacity of the
voltage stabilizer should be specified.
 On line UPS with suitable rating and 30 minutes back up for console / digital
system should be supplied along with the DR system.
 X-Ray equipment offered should have USFDA and CE approvals for quality
standard.

Others:
 The generator and the X-ray tube of the system should preferably be from
the same manufacturer so that the parameters match with accuracy. The
system should be supplied only by reputed X-ray manufacturers with good
track record of life of the DR systems including X-ray tube, detector etc.
 The system should have all necessary approvals such as AERB Type
approval certificate.
 US FDA 510K clearance certificate copy of the quoted model with website
link for cross verification.

BIDDER 58 MANAGING DIRECTOR


8. Digital Radiography System: 1000 mA
 Floor mounted/Ceiling mounted Digital Radiography System with One
Portable Detector for Whole Body Digital Radiography.
 A fully digital radiography system capable of detector exposure and image
acquisition in vertical, horizontal and oblique positions to perform all skeletal
body and chest radiography. Complete system operation with control of
generator, X-ray tube and imaging system from a single integrated user
interface should be possible.

Generator:
 Generator should be of latest technology with High-frequency, multi pulse
generator with inverter principle and automatic exposure control (AEC) for
constant output.
 Output – Minimum 80 kW or higher.
 kV range should be at least 40 kV- 150kV
 Output should be 1000 mA or more
 It should have automatic exposure control device (AEC)
 It should have digital display or kV and mAs and ms in the console.
 Anatomical programming for different radiography applications should be
possible
 It should have overloading protection

X-ray tube and Collimator


 The X-ray tube should be floor mounted with rotating anode, fully compatible
with the generator and must have dual focus. Focal spot of the following
sizes are required:
 Large focus: 1.2mm or less
 Small focus: 0.6mm or less
 Tube should be with anode heat storage capacity of 300 kHU or more.
 The X-ray tube and Generator should be manufactured by the manufacturer
of the DR system.
 Floor mounted column support
 Floor mounted tube column stand support must be provided
 Vertical movement of 150 cm or more should be available
 Longitudinal movement of 130 cm or more should be available
 Specify the SID of the system
 Specify the horizontal and vertical tube rotation angle around the respective
axes.
 Rotation of tube about vertical axis at +/- 90 degree should be possible with
stop position at 0 degree & 90 degree.

X-ray Patient Table.


 Horizontal Table with floating table top with minimum table height of 70 cm
BIDDER 59 MANAGING DIRECTOR
 Longitudinal tabletop travel should be minimum +/- 46 cm and transverse
Table top travel should be minimum +/- 13 cm and the table movement
should have electromagnetic brakes.
 Possibility of taking Patient weight 200kg or more
 Whole body head to toe examination of patient should be possible without
repositioning.
 The grid supplied with the table should be of minimum grid ratio of 10: 1 at
focus of 115 cm.
 Patient coverage should be 180 cm or more without repositioning should be
possible.
 It should be able to accommodate mobile flat detector system of 35 cm X 42
cm size or more.
 Automatic exposure control should be offered as standard.
 Vertical Bucky stand
 The unit should be provided with Vertical Bucky
 It should have provision to do chest radiography without grid
 The vertical Bucky stand should also accommodate the same detector as in
the table.
 The minimum grid ratio of the moving grid on the vertical Bucky should be
10:1 and not less.

Detector systems:
 The portable detector should be of solid state flat detector with suitable
scintillator material. Mention the scintillator material being offered.
 The size of detector should be 35 x 43cm and should be compatible to both
patient table & Vertical Bucky.
 The resolution should be minimum of 3.6 lines pair/millimeter.
 The pixel resolution should be 160 um or less
 Image acquisition and image processing based on body part and viewing
position.
 The digital workstation should be based on the latest high speed processor
of at least 12 bit.
 It should have the possibility of acquiring the images from the detector
system and retrieval of patient list and examination data from
Hospital/Radiology Information systems (HIS/RIS) should be possible.
 It should have image storage disk of 10,000images or more.
 The system should have ready DICOM Interface and networking capability
with RIS/HIS/PACS
 Post processing function must be available.
 Console station must be provided for image processing , image display, post
processing function and networking with anti glare color monitor of LCD type
with size 19” with matrix of 1024 x 1024
 Automatic and selective filming with virtual film sheet should be available
BIDDER 60 MANAGING DIRECTOR
Essential Accessories:
 Voltage stabilizer for the complete DR system should be quoted along with
the unit. It should be of required capacity and the make and capacity of the
voltage stabilizer should be specified.
 On line UPS with suitable rating and 30 minutes back up for console /
digital system should be supplied along with the DR system.
 X-Ray equipment offered should have USFDA and CE approvals for quality
standard.

Others
 The generator and the X-ray tube of the system should preferably be from
the same manufacturer so that the parameters match with accuracy. The
system should be supplied only by reputed X-ray manufacturers with good
track record of life of the DR systems including X-ray tube, detector etc.
 The system should have all necessary approvals such as AERB Type
approval certificate.
 US FDA 510K clearance certificate copy of the quoted model with website
link for cross verification

9. C-ARM IMAGE INTENSIFIER SYSTEM

Technical Specification:
 High End C-Arm with large LCD display. 1K X 1K High resolution imaging
chain with progressive scan CCD camera, 9” Image Intensifier and
dedicated computer based acquisition system.
 Should be a mobile unit.
 The movements should be smooth having very simple positioning
mechanism.

X-RAY GENERATOR:
 High Frequency 50 KHz X-Ray Generator with power output 5KW or more
should be provided. Following modes should be provided:
 Radiography
 Fluoroscopy selection of continuous, single pulse, multi pulse should be
there.
 KV Range (Rad /Fluoro): 40 to 120KVP in 1KV/Step.
 Radiographic mA Range: more than 100mA
 Fluoroscopy mA output: Up to 5mA (Normal Fluoroscopy) and Up to
20mA(Boosted fluoroscopy)
 mAs output: 0.1 to 200mAs or more

X-RAY TUBE:

BIDDER 61 MANAGING DIRECTOR


 Dual focus Rotating Anode X-Ray Tube of focal spot 0.3mm (small) &
0.6mm (large) to be provided.
 Anode heat storage capacity should be more than 250KHU.
 Iris Collimator should be provided.

CONTROL PANEL:
A very compact, soft touch control panel(A.P.R) with 20 X 3 (column x rows)
LCD display on which KV, mAs, fluoro time, FmA, I.I ZOOM, Error inter lock for
KV, filament, thermal are displayed on wide angle LCD. Console panel has
following functions & indications.
 Anatomical programming for radiography of 4 body parts (up to 8
programmes).
 Selection of Continuous/multi pulse/single pulse fluoroscopy.
 Machine ON/OFF switch.
 Collimator‘s position adjustment.
 I.I magnification(I.I field) selection switch
 “Emergency Flouro”.
 Fluoro and Radio mode selection.
 In built radio timer that enables to select mAs from 0.1 to 300 in 25steps for
radiography.
 Fluoroscopy timer (Five minute cumulative timer with buzzer that activates
after the completion of 300seconds of exposure and to reinitiate the
exposure reset switch is provided.) ABS (Automatic brightness Stabilization)
selection for hands free operation.
 KV and mAs increase and decrease switches.
 X-Ray on switch with indicators.
 Switches for up/down movement of “C”.
 Emergency OFF Switch on the control panel.

STAND:
 Up/Down movement (Noise free Actuator movement): At least 430mm
 Horizontal Movement: At least 210 mm.
 Arc Orbital: 90º + 30º (120º)
 Wig wag: ± 12.5º (25º)
 Rotation: ± 360º (with I.I. Safety lock)
 Focus Screen Distance: 950mm or more
 C Depth: 600mm or more
 Locks: Locks for all the movements.
 Foot lock: Control Stand foot lock.
 Steering wheel for easy steering & movement should be available.
 High resolution Imaging Chain:
 9 Inches, Triple Field Image Intensifier should be provided.

BIDDER 62 MANAGING DIRECTOR


 CCD Camera with a progressive scan sensor of 2/3” of 1K x1K Medical
Grade
 The acquisition should be made at 14 bits.

MEMORY SYSTEM:
 PC based memory system with the following features should be provided:-
 Image processing software with Real time image capturing, storage, and
display in 1KX1K format
 Boosted Fluoroscopy (CINE) up to 30 FPS with real time recording on Hard
Disk Drive.
 More than 1000 image storage capacity in 1KX1K format
 DICOM 3.0 Ready
 DICOM CD/DVD
 Connectivity with PACS and HIS
 Length and angle Measurements with Annotation
 Pre Programming for Image setting for different operating Modes.
 Image Flipping and Image rotation
 WW/WL adjustments
 Recursive Filters for image smoothening
 Programmable Motion Detection facility
 Gamma Curve adjustments for optimum image quality.
 Image Zoom with Pan
 Image Inversion

MONITORS:
 02Nos. Medical Grade Monochrome high brightness, High contrast 19” LCD
Monitors should be provided. High-end monitor trolley with foldable
monitors, actuator assisted height adjustable movement of monitors to
facilitate viewing of images at most convenient eye level position, specially
designed integrated keyboard having feather touch keys and touch pad
should be provided instead of double unit keyboard and mouse, 5” wheels
for better mobility

ACCESSORIES:
 Lead Aprons – 4 No’s
 Lead Goggles – 4 No’s
 Thyroid Shied – 4 No’s
 Power unit: Input voltage- 220V to 240V AC, 50Hz ; Single phase
 Stabilizer of appropriate capacity to be installed.

OTHER REQUIREMENTS:
 Should have safety certificate from a competent authority CE issued by a
notified body registered in the European commission / FDA (US)/ STQC
CB Certificate/STQC S Certificate or valid detailed electrical and functional

BIDDER 63 MANAGING DIRECTOR


safety test report from ERTL. Copy of the certificate/ test report shall be
produced along with the technical bid.
 The Unit should be approved by AERB.

10. Flat Panel Mobile C-arm

 The state of the art, latest Flat Panel based mobile x-ray system for fluoroscopy
and acquiring single images for orthopedic, trauma, pain management and
general surgery.
 Single-tank high-frequency generator is with automatic power line matching
adaptation.
 Motor-driven remote-control collimation system with iris diaphragm and slot
diaphragm.
 Flat Panel System with automatic gain and dose rate control.
 The monitor cart should be equipped with state-of-the-art TFT displays.

C Arm Specifications:
A X-RAY GENERATOR
 Frequency : more than 40 kHz
 Power output : more than 2.2 KW
 KV range : 40-110 KV
 mA in radiography : 0.2 mA to 13 mA
 mA in fluoroscopy in normal mode : more than 12 mA
 mA in High Level fluoroscopy mode : more than 12 mA
 Should have facility for continuous fluoroscopy and Pulse fluoroscopy (Pulse
rate up to 10 pulse per second)

B X-Ray tube Head


 Must have anode heat capacity of min 70,000 HU
 Should have dual focal spots of 0.6 mm and 1.0 mm.
 Collimation: motorized iris and motorized rotating blades with slot diaphragm,
radiation-free collimation should be possible.
 Tube assembly filtration of 3.0 mm Al or higher
 Housing heat capacity of minimum 1000 KHU.

C C-Arm mechanism and control panel


 Locks for stabilization at desired position with counterbalanced in each
position
 It should have the following range of movements:
 Motorized vertical movements more than 410mm
 Horizontal travel : 200mm or more
 Orbital movement: -400 to +900. (1300.)
 Swing / panning movement : ± 11 ° or more
 Source image distance : minimum 1000 mm
 Depth of c-arm : minimum 730 mm

BIDDER 64 MANAGING DIRECTOR


D Control panel (Digital work station)
 It should have the following facilities :
 System should have capability of Pulse Fluoroscopy option to reduce to
radiation exposure with var. frame rate 0.5 f/s to 15f/s
 Image rotation should be possible
 Image intensification, mode selection (normal and zoom)
 Automatic brightness stabilizer
 Auto dose rate control
 Collimation for radiography.

E Integrated image processing, recording and memory system :


 Size of the detector should be min 21 cm x 21 cm
 Pixel size of 210µm or better
 Resolution 2.4 lp/mm
Integrated image processing, memory and recording system should have
Medical Grade Monitors (Two Nos.)
 Min 18 inch or more , flicker free, high resolution (1280x1024 pixels or
better), medical grade flat screen TFT, automatic and manual control of
brightness and contrast, mounted on mobile trolley with locking device.

3 Digital image processor


 Provision to record multiple images on CD, DVD& USB with embedded
DICOM viewer.
 Image processing at 1K * 1K Matrix.
 Contrast enhancement, edge enhancement, zoom facility.
 Last image hold.
 Image rotation, vertical and horizontal reversal, and Positive/negative image
inversion.
 Annotation, image comments, R/L marking.
 Medical imaging software's with ability to store 100,000 images or more on
hard disk irrespective of matrix size
 2D measurement of angles and distances should be possible
 The system should be readily upgradable for subtraction angiography for
displaying vessel as subtracted series and roadmap. Price of any optional
package required should be quoted separately.
 Digital transfer of single images or complete folders to a network in DICOM
format should be possible

4 Additional features
 The equipment should work on a Power supply of 220-240 Volts, 50-60 Hz,
15 amp.
 Equipment should have European CE and US FDA certificate approved.
 System integrated DAP meter that displays Dose Area Product and Air Kerma
values, should be built in to comply with IEC 3rd edition

5 Accessories
 Suitable UPS with 15min backup
 Lead Aprons – 4 No’s
 Lead Goggles – 4 No’s
BIDDER 65 MANAGING DIRECTOR
 Thyroid Shied – 4 No’s

6. Product & Manufacturer Quality Standards: (for all Radiology Equipment)


 Should be USFDA. (US FDA 510K clearance copy of the quoted model with
website link for cross verification to be submitted.)
 Manufacturer should have ISO 13485 certification for quality standards.
 Electrical safety conforms to the standards for electrical safety IEC 60601-1-
General requirements(or equivalent BIS Standard)
 Shall meet internationally recognised standard for Electromagnetic
Compatibility (EMI/EMC)
 The model should be AERB type approved.

11. Computed Radiography (CR)


SPECIFICATIONS OF EQUIPMENTS
Item Latest USFDA approved CR system compatible with standard x-ray machine
consisting of digitizer, patient identification system, preview and processing server
with workstation.
 Should have full DICOM 3.0 facility.
CR system should have following essential features
Image recording system (cassettes & imaging plates).
The following sizes of imaging plates/cassettes should be supplied with unit
a. 1a 14” X 17” : 8 nos.
b. 1b 14” X 14” : 2 nos.
c. 1c 10” X 12”: 6 nos.
d. 1d 8” X 10”: 2 nos.
2 Image reader (CR reader/ digitizer):
Digitizer must be standalone (floor standing) model
 Image plate reading -50 and 100 microns
 It should be able to process not less than 60 imaging plates per hour for each
size
 Should have a resolution of 5-10 pixel/mm for standard cassette reading with
mammographic capability
 Preset anatomical processing should be available
 Acquisition and image transfer must be done at a resolution of 12bits/ pixel
3 Processing server and work station
 Workstation must be able to receive CR images from digitizer without data loss.
 It should be DICOM ready for send, receive and print facility protocol
BIDDER 66 MANAGING DIRECTOR
 It should be possible to multi-formatting the images on film for printing
 19” LCD-LED monitor for patient study management.
 It should be possible to write images on a CD and transfer images to pen
drive/external hard disk 3f Should be ready to accept images from worklist and
patient data and images from another RIS/HIS (DICOM protocol).
 Should have black border facility
 Should have software for printing and to create various film layouts and multiple
formats on single film for optimum utilization of film and presentability. The
capability to customize user defined number of formats and layouts on single
film. There should be capability of printing the zoomed image along with the
overview of the main image on the same film. There should be capability of
printing multiple patient images on one film and multiple images of same patient
on one film.
 Other features –should include gray scale reversal, image flipping and rotating,
image zooming, edge enhancement, latitude reduction, image noise reduction,
gray scale saturation feedback.
 There should be provision for adding markers.
 The software must have dedicated paediatric image processing.
4. Patient identification/preview
 Separate or inbuilt patient identification system
 Cassette identification and demographics should be standard
 it should be possible to identify the multiple x-ray units separately
5. Advanced QC viewer (DICOM workstation) preferably with 19” LED medical grade
1.3 MP monitor-For reviewing of the images. It should be a separate module for being
able to be kept away from the Digitizer/CR Reader in the room of choice. It should
have following features.
 Window levelling, annotation, printing, rotating, flipping, panning, zooming, all
image post processing
 Should have PACS/Hospital Information System (HIS) connectivity
 There should be provision of adding markers on the film
 It should be possible to write images on a CD
 Dry Imager (for film printing)

BIDDER 67 MANAGING DIRECTOR


 The system should be supplied with dry imager (dry chemistry) with a spatial
resolution of 500 ppi/dpi or more
 It should have contrast resolution of 12 bits/pixel or more
 It should have 3 online film sizes out of 8” X 10”, 10” X 12”, 11” X 14” , 14” x 14”
and 14” X17”. The image should preferable come with standard film sorter at
the output for sorting the films based on modality concerned
 It should have normal throughput of 100 films per hour for the largest size.
 Access time for first film should be 90 seconds or less.
 The imager should be DICOM compatible for receive, send and print facility.
 The system should allow at least 3 sizes from 5 sizes to be loaded at any time.
Printer status should be on display for any error status, etc.
7 Inter connectivity
 Interconnectivity between various CR modules should be Ethernet based
 Networking to hospital PACS to be done by vendor.
 Scalability 8a The CR system should have scope of adding advanced quality
software for image processor, workstations connectivity to any DICOM archive
or image management system (PACS)
8 UPS and electricity
 9a the entire equipment should be supplied with UPS of the required rating and
for at least 60 minutes backup for whole system. A separate 1 KVA UPS also to
be supplied for workstation.
 Vendor will have to do earthing and other electrical work needed in the CR
room necessary to make the unit functional.
9 Optional -Long length imaging All necessary software and hardware necessary
should be provided, along with the following
 long view cassette 80 cm length or more with automatic and manual image
stitching software for producing total image length of 120 cm or more”.
11 Accessories:
 One 6 feet long multipurpose office desk with drawers.
 Two swivel chairs with high back. These should be good quality and reputed
make.
 Should be USFDA. (US FDA clearance copy of the quoted model with website
link for cross verification to be submitted.)

BIDDER 68 MANAGING DIRECTOR


12. Picture Archiving and Communication System (PACS):
Software Features
PAC server is a DICOM 3.0 compliant enterprise class scalable PACS
Server within built RAID 10 disk arrays which mirrors data among disks make loosing
of data due to crashing of disks a thing of the past.
The following features are supported by the DICOM protocol
1. DICOM Query/Retrieve of studies
2. AE title/IP address validation for security
3. Forwarding of DICOM images to workstations
4. Receives images from all DICOM 3.0 compliant modalities
The PACS has the following profile users
1. PACS administrator
2. Radiologist
3. Physician login
4. Technician login
5. Transcription login
6. Front desk login
7. Common Physicians login
8. Remote Centre login for uploading hospital
The web interface has the following features
1. Customized web based work flow depending on organization needs
2. Studies only be visible to authorized users (HIPPA compliant)
3. Automatic Routing of studies to Radiologist workstations.
4. Work list customization based on profile.
5. Easy search options with pre set search options.
6. Importing images from CD/USB
7. Burning of Studies on CD's or exporting on to USB flash.
8. PACS can be configured and upgraded from any location
9. Studies can be forwarded to workstations or other PACS
10. Zero foot print Client less PACS web interface.
11. Flash or HTML Based DICOM Viewer (no need to install any software)
12. Image compression selection depending on the available bandwidth.
13. Works on any browser(i.e., Firefox, safari, chrome) on any OS (window, Linux.
Mac, android tablets and cell phones browsers )
14. Can Open Multiple Studies simultaneously
15. Provides all the tools required for analysing the studies like pan, zoom, ROI,
Shutters and Magnifying glass.
16. Different standard LUT's depending on modalities with user editable options.
17. Window centre Window width/Level Adjustment
18. Cine loop – based on frame rate and editable range of images.
19. Measures Ruler, angle, show all angles, rectangle, ellipse.
20. Next/previous image/series flip, rotate.
21. Comparison of different series with drag and drop option.
22. Comparison with Prior Studies
23. Layout customization
24. Image processing tools – smoothing, sharpening and invert.
25. Keyboard short cuts for easy operation.
26. Full screen mode
27. Back ground adjust depending on user light settings.
BIDDER 69 MANAGING DIRECTOR
28. Studies can be view from any location with internet access and even low
bandwidth.
29. Export the images with annotation to jpeg and png format or DICOM format.
30. Print option
31. Annotations – Text area and text call out
32. Flag indication for urgent studies and printed studies.
33. Ability of the technician to enter History of the patient.
34. Radiologist statistics and status of studies and logs.
35. Upload non DICOM images
36. Export a series as a video
37. Easy to use Dash board to download reports and excel sheets for billing
38. Sound Notifications/Alerts
39. Automatic work list refresh on Study Assignment or New Study
The Web Reporting interface has the following features
1. Template based reporting
2. Pre populated RSNA templates shown based on modality
3. Radiologist can audio report on to web interface.
4. Word like interface
5. Hospital emblem can be added per modality for the reports
6. Digital signature of the radiologist can be added to the report
7. No errors in patient name and other patient details as data is automatically added to
the reports
8. Final report in the form of PDF/Word Format
9. Reports can be stored and retrieved for years
10. Customization of the report fields as per the hospital requirement.
RIS & Modality Work list Features
1. HL7 Interface to Receive Orders from other HL7 entities
2. Manual Entry of Orders
3. Tracking of Orders like Scheduled, Arrived, Procedure Started, Study in PAC and
Reported
4. Modality Work list configuration based on individual modality
5. End to End order Management
6. Easy interface to export reports to existing EMR/HMS/HIS
Communication Features
1. Online real time chat
2. Administrator can send Broad cast message all users
3. Administrator can send messages to individual users
4. Radiologist can send radiology notes to the technicians
5. Complete Online Video tutorials
6. Easy links to download various tutorials
7. Can Raise support tickets for technical support
Others:
1. PACS has inbuilt tablet/phone with support for any android or ipad device.
2. No software needs to be installed to view the studies on the phone or tablet.
3. 3d DICOM viewer for PACS/Tele-radiology.
License Should Include
1. Archiving
2. Web based work list
3. Web based DICOM viewer.
4. Radiology work flow
BIDDER 70 MANAGING DIRECTOR
5. Radiology Reporting
6. Unlimited User logins
7. Unlimited Modality connectivity
8. Unlimited Web based 3D PACS Clients MPR, MIP, Volume Rendering
9. CD burning with web based CD DICOM viewer
10. Tablet and Phone DICOM html5 viewer
11. Ability to send and receive images from other Radiology Workstations
12. RAID support and hard disk monitoring
13. Web Chat
14. Should be USFDA. US FDA clearance copy of the quoted model with website link
for cross verification to be submitted.

BIDDER 71 MANAGING DIRECTOR


Annexure: A

Consignee’s Lists:

The above Radiology Equipment have to be supplied to the all the Government
Hospital in Andhra Pradesh.

BIDDER 72 MANAGING DIRECTOR


SECTION – VI

PRE - QUALIFICATION CRITERIA

(Referred to in clause 13.3 of ITB)

I. Terms of Qualification for Equipment:

The Bidder or the manufacturer and supplied similar equipment as


specified in the schedule of requirements either directly or through its other
authorized dealers to any India Institutions, up to the following quantity in
any one of the last three calendar/financial years and completed the
supplies within the stipulated delivery period. The Supplied units should be
in working condition without any adverse remarks for the last two years as
on the date of bid notification.
(a). at least equal of the quantity offered or 25, whichever is lowest, if the
tender quantity is <49 (or)
(b). at least 50% of the quantity offered or 70, whichever is lowest, if the
tender quantity is between 50 and 199
(c). at least 35% of the quantity offered or 125, whichever is lowest, if the
tender quantity is between 200 and 499
(d). at least 25% of the quantity offered, if the tender quantity is > 500

 The bidder should furnish the information on past supplies and


satisfactory performance in the proforma given under Section XI- Format
B1, duly attested by the Bid signatory

 Bidders shall invariably furnish documentary evidence (End-user


Certificate) in support of the satisfactory operation of the equipment as
specified or a CA/Statutory auditor Certificate to that extent as per the
format provided in the Section XI- Format B2

1. The Bidder shall have an Avg. annual turnover in the last three financial
years of not less than the amount specified against each item in the
Schedule of the Requirements and also to have a positive net worth as per
the latest Annual Accounts. In case the Bidder wishes to bid for more than
one item, then the Bidder should have the Avg. Annual Turn Over in the last
three financial years of more than the cumulative total of the amounts
specified against these items.

 Towards the above, the bidder should furnish data as per the Format
(B3) given in Section- XI, to support that he has the financial capacity to
perform the contract. Further the bidder as to submit the corresponding
Balance Sheets and Profit and Loss Accounts for verification

BIDDER 73 MANAGING DIRECTOR


II. Terms of Disqualification:

1. The Bidders who has withdrawn their bids in any of the previous tenders
of APMSIDC

2. A bidder who is placed on the black-list by either APMSIDC or by any


other State /Central government's department or organization for the
product offered with his bid in the last 3 years

3. A bidder who is placed on the black-list by either APMSIDC or by any


other State / Central government's department or organization in the last
3 years

4. A bidder who is currently blacklisted / debarred either by APMSIDC or by


any State Government or Central Government Department or
Organization

5. The bidder who has been declared as ‘undependable supplier’ for two
(2) items or in two (2) instances in the last one year by the APMSIDC
and

6. The bidders against whom there have been reports of substandard


Equipment and/or service are liable for disqualification.

Note: In all the above cases, the disqualification cut-off date will be till
the contract is signed

III. Not with standing anything stated above, the purchaser reserves the right to
assess the Bidders capabilities and capacity to perform the contract should
circumstances warrant such an assessment in the overall interest of the purchaser
deciding on award.

BIDDER 74 MANAGING DIRECTOR


SECTION – VII (A): BID FORM

(Name and Address of Purchaser)


Date_______________

To Contract No.________
The Managing Director,
APMSIDC, Mangalagiri, Guntur.

Gentlemen:

Having examined the Bidding Documents including Addenda No. ____________ the
receipt of which is hereby duly acknowledged, we, the under-signed, offer to supply
and deliver ___________________________________________ (Description of
Goods and Services) in conformity with the said Bidding Documents for the sum as
given in the Price Bid (electronically) or such other sums as may be ascertained in
accordance with the schedule of prices furnished and made part of this bid.

We undertake, if our bid is accepted, to commence delivery within 60 (Number) days


and to complete delivery of all the items and perform incidental services as specified
in the contract within 60 (Number days calculated from the date of receipt of your
Notification of Award/Letter of credit.

If our bid is accepted we will obtain the guarantee of a bank in a sum not exceeding
5% of the Contract price for the due performance of the Contract

We agree to abide by this bid for a period of 90 ( Number) days from the date fixed for
bid opening under Clause 22 of the Instruction to Bidders and shall remain binding
upon us and may be accepted at any time before the expiration of that period.

We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in India
like “The Prevention of Corruption Act 1988”

Until a formal contract is prepared and executed, this bid, together with your written
acceptance thereof and your notification of award shall constitute a binding contract
between us.

We understand that you are not bound to accept the lowest or any bid you may
receive.

Dated this _______________ day of ______________________

Signature: ________________

(in the Capacity of) : ________________

Duly Authorized to sign bid for and on behalf of

_______________________________________________________
BIDDER 75 MANAGING DIRECTOR
Section VII (B)- Model PRICE Schedules (available on e-procurement
Platform

BIDDER 76 MANAGING DIRECTOR


SECTION – VIII : BID SECURITY FORM

To

The Managing Director


APMSIDC, Mangalagiri, Guntur.

Whereas ___________________________________________________ (hereinafter


called "the Bidder" has submitted its bid dated ________________ for the supply of
______________________________________ (hereinafter called "the Bid")

KNOW ALL MEN by these presents that WE ______________________________


of __________________________________________ having our registered office at
_______________________ (hereinafter called the Bank") are bound unto
____________________________________________________________________
(hereinafter called "the purchaser") in the sum of ___________________ for which
payment will and truly to be made to the said purchaser, the Bank binds itself, its
successors and assigns by these presents. Sealed with the common Seal of the said
Bank this _________________ day of _________________.

THE CONDITIONS of this obligation are:

If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder
on the Bid form; or

If the Bidder, having been notified of the acceptance of its bid by the Purchaser during
the
period of bid validity:

 Fails or refuses to execute the contract form if required

 Fails or refuses to furnish the performance security, in accordance with the


Instruction to Bidders

 Does not accept the correction of the bid price pursuant to Clause 15.7(c).

We undertake to pay the purchaser up to the above amount upon receipt of its first
written demand, without the purchaser having to substantiate its demand, provided
that in its demand the purchaser will note that the amount claimed by it is due to owing
to the occurrence of one or both of the two conditions, specifying the occurred
condition or conditions.

This guarantee will remain in force up to and including 45 days after the period of the
bid validity, and any demand in respect thereof should reach the Bank not later than
the above date i.e., upto __________________.

…………………………….(Signature of the Bank)

BIDDER 77 MANAGING DIRECTOR


SECTION – IX : CONTRACT FORM

THIS AGREEMENT made the ______________ day of ___________________


between _________________________________ (Name of Purchaser) of
_________________________ (Country of Purchaser) (hereinafter "the Purchaser")
of one part and ____________________________________________(Name of the
Supplier) of _____________________________ (City and Country of Supplier)
(hereinafter "the Supplier") of the other part.

WHEREAS the Purchaser is desirous that certain Goods and ancillary services
should be provided by the supplier, viz, ___________________________ (Brief
description of Goods and Services) and has accepted a bid by the supply of Goods
and services in the sum of ____________________________________________
(Contract price in Words and Figures) (hereinafter "the Contract Price").

NOW THIC AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the conditions of Contract referred to;

2. The following documents shall be deemed to form and be read and construed
as part of this Agreement, viz.:

(a) The Technical and Price bid of the Supplier


(b) The approved Technical Specifications,
(c) The General Conditions of Contract,
(d) The Special Conditions of Contract, and
(e) The Purchaser's Notification of Award.

3. In consideration of the payments to be made by the purchaser to the Supplier


as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to
provide the Goods and Services and to remedy defects therein in conformity in
all respects with the provision of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the


provision of the Goods and Services and the remedying of defects therein, the
Contract price or such other sum as may become payable under the provisions
of the Contract at the times and in the manner prescribed by the Contract.

5. Brief particulars of goods and services which shall be supplied/provided by the


Supplier are as under.

SL BRIEF QUANTITY TO UNIT DELIVERY


NO. DESCRIPTION TO BE SUPPLIED PRICE TERMS
GOODS &
SERVICES

BIDDER 78 MANAGING DIRECTOR


TOTAL VALUE:

DELIVERY SCHEDULE:

IN WITNESS where of the parties here to have caused this Agreement to be


executed in accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the

Said ____________________________________________ (For the Purchaser)

in the presence of ___________________________________

Signed, sealed and Delivered by the

Said ___________________________________________ (For the supplier)

In the presence of ________________________________

BIDDER 79 MANAGING DIRECTOR


SECTION- X: PERFORMANCE SECURITY FORM

To

The Managing Director


APMSIDC,
Mangalagiri
Guntur.

WHEREAS ____________________________________ (Name of the Supplier)


hereinafter called "the Supplier" has undertaken, in pursuance of Contract No.
___________ dated _____________________ to supply ___________________
(Description of Goods and Services) hereinafter called " the Contract".

AND WHEREAS it has been stipulated by you in the said contract that the Supplier
shall furnish you with a Bank Guarantee by a recognized bank for the sum specified
therein as security for compliance with the Supplier's performance obligations in
accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you,


on behalf of the Supplier, up to a total of __________________________________
(Amount of the Guarantee in Words and Figures) and we under take to pay you, upon
your first written demand declaring the Supplier to be in default under the Contract
and without cavil or argument, any sum or sums within the limit of _______________
(Amount of Guarantee) as aforesaid, without your needing to prove or to show
grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the ______________ day of _________________.

Signature and seal of Guarantors

____________________________

____________________________

Date ________________________

Address_____________________

____________________________

BIDDER 80 MANAGING DIRECTOR


SECTION XI

FORMAT B1: PROFORMA FOR PERFORMANCE (for a period of last three years)

(Please see Section VI: Qualification Criteria)

Bid No. _________ Date of Opening ______________ Time ____________ Hours

Name of the Firm ____________________________________________________

Order Order Date Descri Quantity Valu Date of Remark Has the
placed by No ption of e of completion of s Supplier
________ of ordered orde delivery indicati received full
_ Item Equipme r ng payment
nt Items. reasons towards the
(Full for late supplies
address delivery made
of , if any
Purchaser Purchas Actua
) e terms l
1 2 3 4 5 6 7 8 9 10

Signature and seal of the Bid Signatory

__________________________________

__________________________________

__________________________________

BIDDER 81 MANAGING DIRECTOR


SECTION XI

FORMAT B2

CA (STATUTORY AUDITOR) CERTIFICATE

(Please see Section VI: Qualification Criteria)

Certificate from the Statutory Auditor

This is to certify that ......................................................................... (Name of the


Bidder) is a “Manufacturer/ Authorized Distributor’’ of medical equipments offered
under the Bid. The Bidder had supplied the quantities shown in the past performance
statement and also completed the respective supplies within the stipulated delivery
period/s.

Further it is certified that the previously supplied equipment are reported to be in


working condition without any adverse remarks from the respective users and some
are working for more than two year as per the records as on the date of this Tender
notification.

The bidder has previous experience in maintenance and repairs of equipment for
______ years and has qualified service staff working with him”.

Name of Authorized Signatory:


Designation:
Name of firm:
(Signature of the Authorized Signatory)
Seal of the Firm

BIDDER 82 MANAGING DIRECTOR


SECTION XI

B3. FINANCIAL CAPACITY OF THE BIDDER

A. Details of Annual Turn over for Preceding 3 Years.

Year 1 Year 2 Year 3 Average


(2016-17) (2017-18) (2018-19) Annual
Turnover
Turn Over
(In Rs.
Crores)

B. Details of Net Worth

Year1 (Last Financial Year i.e. as on 31st March


2019)

Paid up Capital (Rs. Cr)

(Add) Free Reserves (Rs. Cr)

Total Net Worth (Rs. Cr)

______________________________________________
(Signature of Bid Signatory)
Seal of the Firm

Certificate from the Statutory Auditor

This is to certify that ....................(name of the Bidder) has an average annual


turnover (in the last three financial years) and Net Worth (in the last financial year)
as shown above

Name of Authorized Signatory:


Designation:
Name of firm:
(Signature of the Authorized Signatory)
Seal of the Firm

BIDDER 83 MANAGING DIRECTOR


SECTION – XII -A

(Please see Clause 13.3(a) of Instructions to Bidders)


(to be submitted by manufacturers )

MANUFACTURER'S AUTHORIZATION FORM


No.________________ dated _______________
To
The Managing Director
APMSIDC, Mangalagiri, Guntur.
Dear Sir,
Tender Notice No.____________________________
We ___________________________ who are established and reputable
manufacturers of _____________________________________________ having
factories at _____________________ and _________________________ do
hereby authorize M/s. _______________________ (Name and address of Agents)
to bid, negotiate and conclude the contract with you against Tender Notice
No._________________ for the above goods manufactured by us.
No company or firm or individual other than M/s.
___________________________ are authorized to bid, negotiate and conclude
the contract in regard to this business against this specific Tender Notice.
We hereby declare that we are willing to provide guarantee/warranty and after
sales service during the period of warranty/CMC/AMC as per the above tender.
We also hereby declare that we have the capacity to manufacture and supply,
install and commission the quantity of the equipments tendered within the
stipulated time.
We hereby extend our full guarantee and warranty as per Clause 15 of the
General Conditions of Contract and read with the Clause 10 of Special
Conditions of Contract, for the Goods offered for supply against this invitation
for bid by the above firm.
Yours faithfully,

(Name) For and on behalf of M/s.


_________________________________
(Name of manufacturers)
Note: This letter of authority is on the letterhead of the manufacturing concern
and should be signed by a person competent and having the power of attorney
to bind the manufacturer.

BIDDER 84 MANAGING DIRECTOR


SECTION – XII -B

(Please see Clause 13.3(a) of Instructions to Bidders)


(to be submitted by authorized dealers/representatives/importers)
MANUFACTURER'S AUTHORIZATION FORM
T.No.________________ dated _______________
To
The Managing Director
APMSIDC, Mangalagiri, Guntur.
Dear Sir,
Tender Notice No.____________________________
We ___________________________ who are established and reputable
manufacturers of _____________________________________________ having
factories at _____________________ and _________________________ do
hereby authorize M/s. _______________________ (Name and address of Agents)
to bid, negotiate and conclude the contract with you against Tender Notice
No._________________ for the above goods manufactured by us.
No company or firm or individual other than M/s.
___________________________ are authorized to bid, negotiate and conclude
the contract in regard to this business against this specific Tender Notice.
We also hereby undertake to provide full guarantee/warrantee /CMC/AMC as
agreed by the tenderer in the event the tenderer is changed as the dealers or the
tenderer fails to provide satisfactory after sales and service during such period
of Comprehensive warranty/CMC/AMC and to supply all the spares/reagents
during the said period.
We also hereby declare that we have the capacity to manufacture and supply,
install and commission the quantity of the equipments tendered within the
stipulated time.
We hereby extend our full guarantee and warranty as per Clause 15 of the
General Conditions of Contract and read with the Clause 10 of Special
Conditions of Contract, for the Goods offered for supply against this invitation
for bid by the above firm.
Yours faithfully,
(Name) For and on behalf of M/s.
_________________________________
(Name of manufacturers)
Note: This letter of authority is on the letterhead of the manufacturing concern
and should be signed by a person competent and having the power of attorney
to bind the manufacturer.

BIDDER 85 MANAGING DIRECTOR


SECTION - XIII

DECLARATION FORM

I / We ………………………………………………………………………….. having Our


………………………………….. office at ……………………………. read and
understood the terms and conditions contained in the bidding documents under this
notification for bid and offer our bids unconditional, to the extent not stated at any
other part of our bid.

We will not quote or supply the equipment/furniture similar to the ones offered
under this bid notification to any agency or organization in the country, at the rate
lower than the rate quoted in this present tender.

If we found quoting lower rate than the rate quoted to the APMSIDC, to any
other agency in the country during the validity of the present contract, we will remit the
differential cost to the APMSIDC, unconditionally.

Signature :
Date :

Name of the
Firm and address :

BIDDER 86 MANAGING DIRECTOR


SECTION XIV

Check List of Documents to be Uploaded as part of the Bid and Notes to


Bidders

I. Documents with the Technical Bid

Sl. Document Description Documents to


No be submitted
1 Process Fee 29,500/- Online & Offline
2 EMD Online & Offline
3 Bid Form Section VII-A Online
4 List of items offered with Make and Model details without Online
prices
5 Manufacturers Authorization, wherever required Online
6 Past Performance Details Format B1 Online
7 End-User Certificates or CA Certificate as per Format B2 Online
8 Financial Capability Details Format B3 Online
9 Financial Capability Details Format B3-A Online
10 Details & proof of After-Sales Service facilities Online
11 Letter of authorization to sign the bids Online
12 Clause-by-clause commentary on technical specifications Online
13 Technical and Commercial deviations statements Online
14 Copy of the GST Certificate and Details of IT Returns- PAN / Online
TIN copies.
15 The Manufacturer, must have necessary quality certifications Online
for both processes and products such as ISO 9001 (Quality
Management System for Organization) and ISO 13485
(Quality Management System for Medical Devices).
16 Full Quality Assurance System Approval Certificate Online
Management System Certification for Medical Devices and
their equivalent International Standards certificates
(BIS/CE/USFDA etc) as mentioned in equipment
specifications
17 Memorandum of Articles Online

18 All the uploaded Technical bid, to be attested by a Gazette Online


Officer or properly notarized.

BIDDER 87 MANAGING DIRECTOR


II. Financial (Price) Bid in the format available with the e-procurement
platform

- Please note that the Bidder runs the risk of his bid being rejected if the price
schedule contains any conditions.
- If the L1 Price quoted by the firm is found more than the price offered to any
Indian Government sector, during the rate contract period the price will be
reduced to that price by APMSIDC.

Notes to Bidders

1. Upload the documents in ZIP format with suitable description as defined above.
2. The scanned documents shall be legible failing which they will not be
considered.
3. Sign on all statements, documents, certificates uploaded owning responsibility
for their correctness / authenticity.
4. All the statements copies of the certificates, documents etc., enclosed to the
Technical bid shall be given page numbers on the right corner of each
certificate
5. The format of B.G. towards E.M.D. should be adhered to as per prescribed
format. Any deviation will result in making the bid non-responsive.
6. The tenderer is subjected to be black listed and the EMD forfeited if he is found
to have misled or furnished false information in the forms / statements /
certificates submitted in proof of qualification requirements or record of
performance (Please see Corrupt and Fraudulent Practices Clause)
7. All the Bidders are requested to quote with single option only, for the each item
offered and please note that bids with multiple options, for any one or all of the
items offered, will be rejected by the purchaser as Non-responsive.

BIDDER 88 MANAGING DIRECTOR


(On Firm letter Head) Annexure - I

ANDHRA PRADESH MEDICAL SERVICES CORPORATION LTD


INSTALLATION CERTIFICATE
(to be fiiled jointly by the Tenderer, head of user institution &
Representative of the Tender Inviting Authority individually
for every equipment)
HOSP CODE/
Hospital Name:
Equipment Details
EQPT CODE/ Purchase Order
Name of the No:
equipment:
Make / Manufacturer Purchase Order
Date:
Model Purchase Amount
Serial no. Project Name
Location / Department
Installation Start Date Completed Date.
Comprehensive Comprehensive
Warranty Start Date Warranty End Date:
Preventive Maintenance Schedule ( Specify Year & Month )
YEAR Visit 1 Visit 2 Visit 3 Visit 4

Contact Details
SUP.CODE /
Name of the Supplier
Name of Service Mobile No.
Engineer
Service Centre Mobile No.
Manager's name
Service center address
Accessories supplied
Sl. Item Qty. Serial No. Remarks
No.

To be filled by Institution
Whether a digital Photograph of the installed equipment taken after YES / NO
affixing the sticker in the presence of the hospital personnel?
Whether the Demonstration of the equipment with accessories on the YES / NO
technical specification/key features was conducted to the satisfaction at
the time of installation?
Whether training was conducted to the satisfaction at the time of YES / NO
installation?
BIDDER 89 MANAGING DIRECTOR
Short supply items, if
any
Remarks of hospital
authorities
Recommend to release 90% The equipment is working
payment YES □ NO □ satisfactorily YES □ NO □
The equipment was installed and handed over on
(Installation date to be fiiled in by the Head of the institution or by the end user)
Name of Service Sign.
Engr.
Name of End User & Sign.
Department
Mobile No.
Name of Bio Medical Sign.
Engr. & Organization
Signature of the Sign. &
Seal
Superintendent.
Mobile No.
Date: Date:
Seal of supplier: Hospital Seal :

Note : The installation report shall be submitted in a single sheet printed back
to back and shall be submitted individually for each equipment installed.

BIDDER 90 MANAGING DIRECTOR


Annexure - II
On Consignee letter Head
Dt:__________

ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE DEVELOPMENT


CORPORATION (APMSIDC)
THREE MONTHS PERFORMANCE CERTIFICATE
(to be fiiled by the head of user institution individually for every equipment)

HOSP CODE /
Hospital Name:
SUP.CODE /
Name of the
Supplier
Equipment Details
EQPT CODE Purchase Order
/Name No:
of the equipment:
Make / Purchase Order
Manufacturer Date:
Model Purchase Amount
Serial no. Project Name
Date of Installation Location /
Department
Whether Equipment working satisfactorily without any YES □ NO □
problem for one month?
If No, provide details of equipment failure in the first month
(attach additional details if any in a separate sheet)
BREAK DOWN DETAILS
Break down Attended Rectified Attended by Details of beak down /
Reported date date service
Date

Present status of the Working satisfactorily □ Not working


equipment satisfactorily □
Recommended to settle the final 10% of YES □ NO □
payment
Recommend for trial run for for one more YES □ NO □
month
Performance of accessories
supplied
Further Training Required □ Not required □
Remarks of
hospital authorities
Three month performance certificate was issued on
BIDDER 91 MANAGING DIRECTOR
(date to be filed in by the Head of the institution or by the end user)
Name of End User & Sign.
Department
Signature of the Sign. &
Seal
Superintendent.
Date: Date:
Seal of supplier: Hospital Seal :

BIDDER 92 MANAGING DIRECTOR


Annexure - III

ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE DEVELOPMENT


CORPORATION (APMSIDC)
WARRANTY CERTIFICATE
(to be fiiled jointly by the Tenderer, head of user institution &
Representative of the Tender Inviting Authority individually for
every equipment)

Date:

APMSIDC Supply order No : .....................................dated ...................

The equipment ................................................................... (Equipment Name)


Model No .................................... bearing serial no .................................... was
installed successfully at ..................................................................... ( Institution
Name ) is offered with a comprehensive warranty for a period of .............. Years
starting from .................................... to ................................. including all the
following accessories;
Sl. No Name of the accessory Manufacturer's name Equipment Qty
Serial No.

Name of the Supplier: Name of the Supdt. / End User:


Signature: Signature:
Seal: Seal:

BIDDER 93 MANAGING DIRECTOR


Annexure - IV

ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE DEVELOPMENT


CORPORATION (APMSIDC)
PREVENTIVE MAINTENANCE CHECK LIST

Equipment Name.
Sl. No. Activities carried out during Visit 1 Visit 2 Visit 3 Visit 4
Preventive Maintenance visit
1
2
3
4
5
6
7
8
9
10
11
12
13

BIDDER 94 MANAGING DIRECTOR


Annexure-V

ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE DEVELOPMENT


CORPORATION (APMSIDC)
CALIBRATION CHECK LIST

Equipment Name

Model.

Sl. No. Parameters to be calibrated Frequency of


calibration
required
1
2
3
4
5
6
7
8
9
10
11
12
13

BIDDER 95 MANAGING DIRECTOR


Annexure-VI

ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE DEVELOPMENT


CORPORATION (APMSIDC)

List of Spare Part

Equipment Name

Model

Sl. No. Spare name Cost (inclusive of all


charges)
1
2
3
4
5
6
7
8
9
10
11
12
13

BIDDER 96 MANAGING DIRECTOR


Annexure-VII

ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE DEVELOPMENT


CORPORATION (APMSIDC)
GENERAL INFORMATION ABOUT THE TENDERER
Name of the Tenderer
Registered address
of the firm
State:
District
Telephone No.
Fax.No.
Email.

3 Address

State District
Telephone No. Fax
Email Website

Type of Firm ( Please □ relevant box)


4 Private Ltd. Public Ltd. Proprietorship
Partnership Society Others, specify
Registration No. & Date of
Registration.
Nature of -lease □ relevant box)
Bussiness (
5 Original Equipment Authorized Dealer
Manufacturer /Representative
Direct Importer Others, specify.

BIDDER 97 MANAGING DIRECTOR


Annexure-VIII

SERVICE CENTRE DETAILS

TOLL FREE NUMBER, IF ANY


Sl. Name and address of the Contact Details
No service center (s)
Telephone
No:
Fax No:
1 Email ID.
Name of the
Service Engr.
Mobile No.
Telephone
No:
Fax No:
2 Email ID.
Name of the
Service Engr.
Mobile No.
Telephone
No:
Fax No:
3 Email ID.
Name of the
Service Engr.
Mobile No.

BIDDER 98 MANAGING DIRECTOR

You might also like