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

T No 9 2 J Blood Bank Equipment

The Andhra Pradesh Medical Services & Infrastructure Development Corporation is inviting bids for the procurement and supply of Blood Bank Equipment to government hospitals in Andhra Pradesh under a two-year rate contract. Bidders must register on the e-procurement platform, submit technical and price bids, and comply with various requirements including payment of fees and submission of documents. The tender emphasizes the importance of quality, timely delivery, and after-sales support, with strict penalties for non-compliance.

Uploaded by

Gaurav Aggarwal
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)
11 views98 pages

T No 9 2 J Blood Bank Equipment

The Andhra Pradesh Medical Services & Infrastructure Development Corporation is inviting bids for the procurement and supply of Blood Bank Equipment to government hospitals in Andhra Pradesh under a two-year rate contract. Bidders must register on the e-procurement platform, submit technical and price bids, and comply with various requirements including payment of fees and submission of documents. The tender emphasizes the importance of quality, timely delivery, and after-sales support, with strict penalties for non-compliance.

Uploaded by

Gaurav Aggarwal
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 : https://tender.apeprocurement.gov.in

TENDER DOCUMENT

FOR

Procurement and supply of Blood Bank Equipment to various Govt.


Hospitals in A.P with a period of 2 years Rate Contract in a comprehensive
mode (Reverse Tender) (e- Procurement)

Tender Notice No. : 9.2J/APMSIDC/2023-24, Dt: 06.02.2024.

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 number: 49, IT Park, Mangalagiri,
Guntur District- 522503. e-mail: [email protected],
[email protected]

Ph No: 8978644900

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 1


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

6 SECTION - VI PRE - QUALIFICATION CRITERIA


7 SECTION - VII (A) BID FORM
8 SECTION - VII (B) Model PRICE Schedules (available on e-procurement
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

24 Annexure - IX TECHNICAL SPECIFICATIONS

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 2


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 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
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 3
specifications are not biased towards a particular equipment/firm, through
consultations during the pre-tender meetings with the prospective
tenderers. Amendments in the terms 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 paisa 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.nic.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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 4


SECTION - I: INVITATION FOR BIDS (IFB)

GOVERNMENT OF ANDHRA PRADESH

ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE


DEVELOPMENT CORPORATION (APMSIDC)
****
Tender Notice No. 9.2J/APMSIDC/2023-24, Dt: 06.02.2024.

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/Authorized Distributors. The details of bidding conditions and
other terms can be downloaded from the electronic procurement platform of
Government of Andhra Pradesh i.e. https://tender.apeprocurement.gov.in.

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


“www.eprocurement.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 online only.

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 crossed Demand Draft drawn in favour of Managing Director,
APMSIDC, Guntur along with bids. The bidders should note that the local
MSME units are exempted from payment of E.M.D, subject to the production
of necessary documentation to that extent by them.

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.

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-
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 5
Standard Quality / Poor Service of Equipment supplies, as defined in the
other parts of the Bidding document.

e) “Complaint/s: Any complaints/representation regarding tender will be


entertained only after depositing of Rs. 25,000/- in form of Demand Draft
in the name of Managing director, APMSIDC, Mangalagiri, Guntur.
Subsequently necessary action will be taken by the Managing Director
and decision of Managing Director will be binding upon the
complainant. If the complaint turns out to the false or invalid the amount
will be forfeited. The amount shall be refunded if after scrutiny the
complaint is found to be true. No further complaint/representation from
the same complainant for the same tender will be entertained. If the
complaint or allegation made is found to be false or baseless and
without any valid point, the tender inviting authority in its discretion,
can prevent / blacklist / declare ineligible, such bidder from participating
in its procurement process, either indefinitely or for a stated period of
time.”
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 the date of receipt of the
Notification of Award (Purchase Order) of
Contract
5.1.2. Comprehensive warranty period as specified at section V schedule of
requirements against each equipment.
5.1.3. Frequency of visits to all User One visits every three months (4 visits in a
Institution concerned during year) for periodic/preventive maintenance
Warranty and any time for attending repairs/break
down calls.
5.1.4 Submission of Performance 15 days from the date of issuance of Supply
Security and entering into Order
contract
5.1.5 Payment Installments of Price of Three Installments and in the ratio 60:30:10
equipments and ratio
5.1.6 Time for making payments by Within 60 days from the date of submission
Tender Inviting Authority of proper documents
5.1.7. Maximum time to attend any Within 48 hours
Repair call
5.1.8 Uptime in a year 95%
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 6
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 06.03.2024 to 20.03.2024


up to 02.59 PM
2. Queries up to 11.03.2024 @ 11.00 AM

3. Due date for Receipt of 20.03.2024 up to 03.00 P.M


tenders
4. Time and date of opening of 20.03.2024@ 03.01 PM
technical Bids
5. Time and date of opening of Will be intimate later
financial bids

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
Pvt. Ltd. (e-procurement) at their e-mail address:
[email protected] or on the mobile nos. 8645-246370 / 71 /
72 / 73 / 74

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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 7


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

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.
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 8
10. Reverse tendering process on e-procurement portal

a) APMSIDC will schedule reverse tendering process on the e-Procurement


portal. Qualified technical bidders will also be communicated through e-
mail the date and time for the conduct of reverse tendering process.

b) Online reverse tendering process

i) The online Reverse tendering process will be run on the total


amount.

ii) Only the technically qualified bidders will be permitted to


participate in the reverse tendering.

iii) The ‘opening price’ i.e. start price for Reverse tendering will be
the lowest (L1) price quoted by the Bidders amongst all
technically qualified bidders.

iv) Bidders can modify the total price, based on the minimum bid
decrement or the multiples thereof, to displace a standing
lowest bid and become “L1”, and this will continue as an
iterative process. The total price, will be used to determine the
total cost of the bid.

v) For the purpose of Reverse tendering, the minimum bid


decrement value on 0.5% of L1 value or as specified by TIA.

vi) Reverse tendering duration: The duration of the reverse


tendering is 3 Hours. All bidders are required to submit their
online bids during this period.

vii) In case, if any bidder decides to lower the price in the last fifteen
(15) minutes of the reverse tendering duration, then the duration
of the reverse tender will be extended for additional 15 minutes
(Bid Received time + 15 minutes) to enable other bidders to
participate further. Such extensions will continue as long as
there is no bid received in the last 15 minutes.

viii) After the completion of reverse tendering, the system will


calculate the total price of the bid.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 9


SECTION - II : INSTRUCTIONS TO BIDDERS
TABLE OF CLAUSES

Clause Topic Clause Topic


Number Number
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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 10


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, Mangalagiri,
Guntur here in after referred to as " the purchaser", will in no case be

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 11


responsible or liable for these costs, regardless of the conduct or outcome
of the bidding process.
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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 12


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.

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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 13


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.
(ii) Cost of 4 years Comprehensive Maintenance Contract as defined in the Clause
18 of the Special Conditions of the Contract.

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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 14


(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 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 Returns- PAN & TIN
copies
(iv) The details in compliance to the Qualification Criteria (Section VI).

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 purchaser’s satisfaction that the substitutes are
substantially equivalent or superior to those designated in the technical
specifications.

15. Bid security

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 15


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 online only.

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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 16


17. Format and signing of Bid.

17.1 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.

17.2 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 number:
49, IT Park, Mangalagiri, Guntur District- 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 03.00 P.M Hrs. on 20.03.2024.
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
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 17
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.

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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 18


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 20.03.2024 at 03.01 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 in to 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.
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 19
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.

24.7 Purchaser and/or Authorized representative of purchaser can do


inspection of manufacturing site/Assessment of manufacturing capacity.

24.8 In case of any discrepancy in documents submitted by the vendor


purchase can ask to produce the original copy of the same

24.9 The Preliminary Evaluations of the bidders are kept available at APMSIDC
website http://msidc.ap.nic.in

25. Deleted.

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. The comprehensive annual maintenance charges (inclusive of four
Preventive Maintenance visits and all distress calls in a year and costs
of all spares required during the repairs) for a period mentioned
against equipment at section V- (Schedule of requirements)
subsequent to free guarantee maintenance period mentioned against
equipment at section V- (Schedule of requirements).
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 (1) region of Andhra Pradesh to ensure
uninterrupted after sales service during warranty period shall be
confirmed. The details of service facility available / proposed to
be set up shall be furnished with their bid.
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 20
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.

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.
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 21
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

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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 22


(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;

(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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 23


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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 24


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,

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 25


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

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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 26


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

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 4 years after the 3 years warranty period and this 50% will be
discharged after completion of performance obligations under
maintenance services after 7 years.

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 4 years maintenance period after 3 years warranty 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.
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 27
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.

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

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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 28


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;

(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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 29


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 as specified at section V schedule of
requirements against each equipment 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 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
clause 5.1.3 (section-I of IFB) 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
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 30
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

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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 31


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

19.2 The supplier shall not assign in whole or in part, its obligations to perform
under the contract, except with the purchasers prior written consent.

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,
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 32
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 total contract value. 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 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 foreseeable. 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.


9.2J/APMSIDC/2023-24, Dt: 06.02.2024 33
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.

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


9.2J/APMSIDC/2023-24, Dt: 06.02.2024 34
30.1 The contract shall be interpreted in accordance with the laws of the union
of India and the legal jurisdiction is Hyderabad

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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 35


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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 36


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,
Guntur.
(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, 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.
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 37
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
purchaser’s 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.
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 38
11. Warranty (Clause 15)

11.1 In partial modification of the provisions, the warranty period shall be as


specified at section V schedule of requirements against each equipment,
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 guarantees of 95% shall be maintained out of total


usage period of the equipment by the end users during the warranty
period

11.5 All software updates, if any required, should be provided free of cost
during Warranty 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
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 39
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 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 total Contract value. 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
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 40
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.

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 number: 49, IT Park, Mangalagiri, Guntur District- 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 visit and all the distress calls during
the year and also include the probable cost of spares required

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 41


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.

19 Actions Against the Misconduct of the Supplier

19.1 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.

19.2 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.

19.3 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,

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 42


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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 43


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. 2020-21,
2021-22 and
2022-23
1 Group-A items 20 3 4 10,00,000 10,00,00,000

Processing fee: The participating bidders will have to pay tender processing fee
(non-refundable) of Rs. 29,500/- in the form of online only.

Note: Bidders who are having any pending court cases / legal disputes
against the APMSIDC before any court of law / authority, are not eligible to
participate in the tender. In this regard If any ambiguity arises, the decision
of tender inviting authority (APMSIDC) is final

1. To allow the authorized distributors duly obtaining an agreement/


MOU from the Manufacturer for binding on Post Supply Services i.e.
Warranty, CMC, AMC 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.
2. EMD shall be furnished in the form of Demand Draft/BG/Online drawn in
favour of Managing Director, APMSIDC, Guntur.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 44


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 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 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
Hyderabad and Andhra Pradesh should also be clearly stated.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 45


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.
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.

10 a) The Manufacturer, must have necessary quality certifications for both


processes and products such as ISO 9001 (Quality Management System for
Organization) and ISO 13485 (Quality Management System for Medical
Devices).

b) Full Quality Assurance System Approval certificate Management System


Certification for Medical Devices and their equivalent International Standards
certificates as BIS/Notified body CE/USFDA etc.

11. 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.

Note:

1. The bidder should submit the details of spares which are covered or
not covered under warranty.
2. The bidder should also submit the detailed price list for all spares.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 46


List of items

1. Group A items

Sl. No. Name of the Equipment Qty

1 Tube Sealer, Stripper with cutter 20


2 Refrigerator Component Centrifuge 20
3 Donor couch 20
4 Blood collection monitor 20
5 Autoclave 20
6 Microscope 20
7 Elisa reader and washer 20
8 Cell counter- 3 part 20
9 Minus (-)40 deep freezer 20
10 Minus (-)80 deep freezer 20
11 Laminar Air Flow bench 20
12 Platelet incubator with agitator 20
13 Refrigerated water bath (cryobath) 20
14 Ph meter 20
15 Air Conditioner 40
16 Plasma Expressor manual 20
17 Coagulometer 20
18 Blood Bank Refrigerator (2- 6Deg) 20
19 Hot air oven 20
20 Weighing machine 20
21 Dry Incubator 20

Note: All the bidders should quote each Items CMC price in attached
document will be given provision to upload the document after reverse
auction.
1. All the bidders are requested to quote the total value for all the items
as a single unit (Total items X Total Quantity = Total Value).
2. All the bidders should quote each Item price in attached document
will be given provision to upload the document after reverse auction.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 47


SECTION – VI

PRE - QUALIFICATION CRITERIA

(Referred to in clause 13.3 of ITB)

I. Terms of Qualification for Equipment:

The Authorized Distributor or manufacturer should have supplied similar


equipment as specified in the schedule of requirements to any Indian
Institutions, up to the following quantity in any one of the last three 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

 Performance statement along with required PO copies and its


corresponding end user’s satisfactory performance certificate
Section XI. The documentary proof will be a certificate from the
consignee/end user with cross-reference of order no. and date in the
certificate along with a notarized certification authenticating the
correctness of the information furnished.

 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

 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.

 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
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 48
a) The Manufacturer, must have necessary quality certifications for both
processes and products such as ISO 9001 (Quality Management System
for Organization)

b) Full Quality Assurance System Approval certificate Management System


Certification for Medical Devices and their equivalent International
Standards certificates as BIS/CE/USFDA etc.

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.

7. In past performance documents related to Trading will not be considered

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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 49


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) : ________________

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 50


Duly Authorized to sign bid for and on behalf of

_______________________________________________________

Section VII (B) - Model PRICE Schedules (available on e-procurement


Platform)

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 51


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.
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 52
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)

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 53


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.
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 54
SL BRIEF QUANTITY TO UNIT DELIVERY
NO. DESCRIPTION TO BE SUPPLIED PRICE TERMS
GOODS &
SERVICES

TOTAL VALUE:

DELIVERY SCHEDULE:

IN WITNESS whereof 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 ________________________________

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 55


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_____________________

_________________________
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 56
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 Orde Date Descri Quantity Valu Date of Remarks Has


placed by r No ption of e of completion of indicating the
________ of ordered orde delivery reasons Suppli
_ Item Items. r for late er
delivery, receive
(Full if any d full
address payme
of nt
Purchaser toward
) s the
suppli
es
made
Purchas Actual
e terms
1 2 3 4 5 6 7 8 9 10

Signature and seal of the Bid Signatory

__________________________________

__________________________________

__________________________________
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 57
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 the required items 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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 58


SECTION XI

B3- FINANCIAL CAPACITY OF THE MANUFACTURER

A. Details of Annual Turnover for Preceding 3 Years.

Year 1 Year 2 Year 3 Average


(2020-21) (2021-22) (2022-23) Annual
Turnover
Turn Over
(In Rs.
Crores)

B. Details of Net Worth

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


March 2023)

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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 59


SECTION XI

B3-A FINANCIAL CAPACITY OF THE DISTRIBUTOR

A. Details of Annual Turnover for Preceding 3 Years.

Year 1 Year 2 Year 3 Average


(2020-21) (2021-22) (2022-23) Annual
Turnover
Turn Over
(In Rs.
Crores)

B. Details of Net Worth

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


March 2023)

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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 60


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 comprehensive 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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 61


SECTION – XII -B

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


(to be submitted by Authorized Distributors) )

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 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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 62


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 :

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 63


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
2 EMD Online & Offline
3 Bid Form Section VII-A Online & Offline
4 List of items offered with Make and Model details without Online & Offline
prices
5 Manufacturers Authorization (wherever required) Online & Offline
6 Past Performance Details Format B1 along with supporting Online & Offline
documents
7 End-User Certificates or CA Certificate as per Format B2 Online & Offline
8 Financial Capability Details Format B3 for Manufacturer Online & Offline
9 Financial Capability Details Format B3-A Distributor Online & Offline
10 Details & proof of After-Sales Service facilities Online & Offline
11 Letter of authorization to sign the bids Online & Offline
12 Clause-by-clause commentary on technical specifications Online & Offline
13 Technical and Commercial deviations statements Online & Offline
14 Copy of the GST Certificate and Details of IT Returns- PAN / Online & Offline
TIN copies.
15 The Manufacturer, must have necessary quality certifications Online & Offline
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 & Offline
Management System Certification for Medical Devices and
their equivalent International Standards certificates
(BIS/CE/USFDA etc)
17 Memorandum of Articles Online & Offline

18 All the uploaded Technical bid, to be attested by a Gazette Online & Offline
Officer or properly notarized or self attested
19 General information about the bidder Online & Offline

20 Declaration Form Online & Offline

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 64


Sl. Document Description Documents to
No be submitted
21 DPIIT approval (If required) Online & Offline

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.

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 tenderer is subjected to be blacklisted and the EMD forfeited if he is
found to have mislead 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)
6. 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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 65


(On Firm letter Head) Annexure - I

ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE


DEVELOPMENT CORPORATION (APMSIDC)
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 the sticker affixed on all the key components of the equipment YES / NO
or on a conspicuous place in the installed room/storage area? (tick one)
Whether a digital Photograph of the installed equipment taken after YES / NO
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 66
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?
Short supply items, if
any
Remarks of hospital
authorities
Recommend to release payment The equipment is working
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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 67


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 /Name Purchase Order No:
of the equipment:
Make / Manufacturer Purchase Order
Date:
Model Purchase Amount
Serial no. Project Name
Date of Installation Location /
Department
Whether Equipment working satisfactorily without any problem for YES □ NO □
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 / service
Reported date date
Date

Present status of the equipment Working satisfactorily □ Not working satisfactorily □


Recommended to settle the final payment YES □ NO □
Recommend for trial run for one more month YES □ NO □
Performance of accessories
supplied
Further Training Required □ Not required □
Remarks of hospital
authorities
Three month performance certificate was issued on
(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:
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 68
Seal of supplier: Hospital Seal :
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:

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 69


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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 70


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

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 71


Annexure-VI

ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE


DEVELOPMENT CORPORATION (APMSIDC)

List of Spare Part

Equipment Name :

Make:

Model

Sl. No. Spare name Cost (inclusive of all


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

Signature :
Date :

Name of the
Firm and address :

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 72


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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 73


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.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 74


Technical Specifications
1. Tube Sealer, Stripper with cutter
Clinical Purpose: Blood Bag Sealer is a compact equipment to seal the Blood Bag
Tubing and cutting also.
Technical Characteristics: The system should be heavy duty and be able to seal the
blood bag tubing quickly and effectively. Should be simple to handle. System should
gently seal the tubing with on hemolysis using radio frequency. Should be capable of
making back seal of 2-6 mm thickness. System should run in both mains and battery
(more than 10htrs back up and charger). Back up battery should seal more than 500
seals on PVC-tubes in continuous mode.
Machine should be able to cut the blood bag also while sealing.
Should be for bench-top use, sealing trigger should be automatic. Preferably have
extended portable hand unit sealing had should be with coaxial cable of 1.5-2.0
meter. Should have indication lamps for “Sealing Process” on handle as well as
main unit. No warm up time should be required. Should ensure easy separation of
tube segments after the sealing Electrodes should be well protected by a cover.
Sealing Time: Should not be more than 2 seconds.
Settings: Manual
User’s Interface: Manual
Software and/or standard of communication (where ever required): Built in
Mobility Portability: Portable for use in camp
Power requirements: Input voltage 220-240V, 50Hz AC.
User’s care, Cleaning Disinfection & Sterility issuers: Specified in the manual
Product Certificate: CE Class II A /US FDA certified /BIS

2. Refrigerator Component Centrifuge


1. Floor standing refrigerated centrifuge with CFC free refrigerant and of 12 Blood bags
capacity.
2. Microprocessor controlled refrigerated heavy-duty floor Standing Centrifuge, for
Blood Component Separation using Blood Bags.
3. Programmable memory of at least 89 user centrifugation programs, which are freely
combinable with braking and acceleration curves. Key operated switch for protection
against unauthorized access and a non-volatile memory.
4. Display: Large LCD display, constantly displaying, run status, program number,
temperature, acceleration & deceleration profiles, RPM/RCF, Time and integral of
RCF for indication of Total force applied during the run.
5. Program and Display panel should be in the front of the Centrifuge for easy
accessibility & operations.
6. Selection of parameters: By Selection keys and change by potentiometric
adjusting/control knob.
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 75
7. Centrifuge chamber of medical grade stainless steel, easy to clean.
8. Rotor type: Swing out rotor, with auto-rotor recognition.
9. Max. Capacity - To accommodate either 6 X 2000 ml bottles or 12 single, double,
triple, quadruple and quintuple (with soft filter) blood bags of capacity 350 and/or
450ml of blood bags (Compatible with Terumo, Fresenius, JMS, Fenwal, Hindustan
Latex, Macu pharma and other common Blood Bag brands used in India).
10. Max. RCF: (Centrifugal force) 5000-6500 G (reachable with the blood bag bucket and
accessories)
11. Max. Speed: 4500 rpm.
12. Acceleration: 9 Acceleration profiles (in minutes: seconds).
13. Deceleration profiles - 9 Regular (R) & 9 Blood banking (B) breaking rates (in
minutes: seconds).
14. Temp. Control range: -20-degree C to +40 Degree C and with relative humidity of 15
to 90%. Microprocessor controlled rotor temperature with 1-degree C set
temperature, regardless of the centrifuge speed.
15. Counterbalanced lid with large access view port, with easy manipulation/handling.
16. Buckets: Swing bucket with two compartments partitioned, with stability pins for hook
adapter inserts.
17. Should provide additional/extra set of 6 cups for 12 bags - for spinning buffy bags,
450ml and 350ml blood bags of single, double, triple and quadruple.
18. Plastic inserts two compartments, regular.
19. Plastic inserts two compartments, with hook adapters.
20. Control & drive: High performance induction drive, motor.
21. Programmable time/Run time: 0-99 minutes with a minimum resolution time of
1minute. 1second - 999 minutes: 59 seconds. Continuous run is acceptable.
22. Electronic opening of lid - front to back opening design, counter balanced and
electronic opening of lid and manual emergency opening facility. Ergonomic Lid
handle for user comfort.
23. Safety features: Lid lock and interlock (with automatic lid lock & lid drop protection),
imbalance cut off and chamber steel armoured.
24. Automatic shutdown of centrifuge if rotor is out of balance with appropriate indicator.
25. Appropriate alarms should be incorporated for imbalance detection, lid interlock,
overly temperature and rotor over speed on being detected.
26. Operational requirement: Centrifuge chamber should be easy to clean and
accessible, especially to wipe clean the moisture condensate.
27. Suitable taring features & fine balancing weights should be provided for flexibility in
number of blood bags spun at a time.
28. Design: Stable, sturdy, torsion resistant steel design with medical grade stainless
steel rotor chamber. Easy to clean and corrosion resistant painting.
29. Dimensions (h x w x d) 973-813x1015 mm, with a reasonable tolerance of 5% plus
minus.
30. Weight (excl. rotor): 350 - 400 kg.
31. Power supply: 400 Volts 50Hz - Three Phase.
32. Should be supplied with a Suitable Stabilizer (line voltage corrector of appropriate
rating).
33. Should provide weighing balances for blood bags.
34. Noise level should be less than 60dB.
35. Certifications/Standards: ISO 9001, ISO 14001 accreditation, CE certified as Class II
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 76
A medical device by a notified body and transition declaration certificate for MDR
2017/745, MED/CERT to DIN EN ISO 13485-2003 and FDA registrations.
36. Equipment should meet electrical safety specifications such as that of IEC (Class I).
37. Warranty: 3 years (warranty applicable from the date of installation).
38. Vendor should perform regular calibration (two times annually) during the warranty
and AMC/CMC period.
39. Recommendations or warnings: Any recommendations for best use and
supplementary warning for safety should be declared.

3. Donor couch
Clinical Purpose: Blood Donor Couch is a completely automatic enveloping variable tilt
couch and specially designed to make which blood donation & apheresis donation safe
and comfortable
Technical Characteristics (specific to the type of device): Construction:
Variable positioning for either arm with comfortable wide arm-rest with swinging out as
well up and down moving facility. Reclining and upright body positions with a smooth
shifting to any position, one side should have supporting bracket for materials required
for blood collection. Ergonomically designed comfortable couch type for donor comfort
Mattress should be comfortably cushioned with elegantly thick washable upholstery.
Seat, back, rest and led rest size designed for donor comfort. Should have facility of
electronically remote controlled tilting in head low position and legs up position manage
donor reactions with in short time. Should be mobile with lockable wheels. Comfortable
working level for the operator.
Should be provided with two sets of donor couch covers

Lifting Capacity: Approx 200 Kg.


Settings: Manual
User’s Interface: Manual
Software and/or standard of communication (where ever required): Built in
Power requirements: Input supply 220-240V, 50 Hz
Accessories & spare parts : Complete with comprehensive set of spare parts and a
suitable capacity voltage stabilizer. The make rating model, description, specification
price, quantity of each item shall be furnished separately
Additional requirements: All equipment should specify Design qualifications, Installation
qualifications, Operational qualifications and Performance qualification, validation and
calibration reports should have traceability towards applicable national/International
standards. Performance, efficiency. Other factors such as distortion etc. as applicable
also furnished. Complete constriction. Details in respect of material specification.
Thickness, finish etc. finish etc. are to be furnished.

User’s care cleaning Disinfection & Sterility issues: Specified in the manul
Product Certificate: CE Class II A or US FDA certified
Quality certificate: ISO Certified

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 77


Electrical Safety: Equipment meets electrical safety specifications such as that of IEC
(class I)
Service contact clause, including price: Downtime: 48 hours or after penalty clause will
be active.
Local clinical staff/authorized officer on behalf of purchaser to affirm completion of
installation

Operating manuals, services manuals, other manuals: Necessary catalogues, technical


write up in English shall be attached with the offer both in hard and soft copies
Other accompanying documents: List to be provided of important spares and
accessories, with their part numbers and cost. Certificate of calibration and inspection to
be provided
Service support Contact details (Hierchy Wise; Including a toll free/and line number):
Should be available
Recommendations or warnings: Any recommendations for best use and supplementary
warning for safety should be declared

4. Blood Collection monitor


Clinical Purpose: The system is used to collect desired amount of blood from the
donor and automatically mixes blood uniformly with the anticoagulant in blood bag.
Technical Characteristics: It is meant for stationary and mobile use. Gentle end to
end mixing and control of collection time suitable for all blood bags.
Construction: LED indication on commencement of collection. LED indication and
audible alarm at the end of collection. Indication of time taken for collection
indication of blood flow with audio alarm when blood flow is higher of lower than
desired. Continuous display of collected volume flow and time during collection.
Automatic clamping clamping at termination of preset volume collection. Continuous
mixing of blood with anticoagulant during collection: 12-16 rpm. Equipment carry
case for BCM should be provided for portability input port cable with 15 Plug and six
way output terminal strip for two outlets. Volume settings Pre-selection of volume to
be collected. Tarring of bag volume before collection. Automatic storages and recall
of ser volume. Measure volume with best accuracy. Preset value: 350/450 mL.
Tarring Range: 0-600 g.
Settings: Manual
User’s Interface: Manual
Software and/or standard of communication (where ever required): Built in
Power Requirements: Input voltage 220-240V AV, 50Hz.
Battery Operated: Should operate on mains as well as rechargeable battery on
battery it should operate for a minimum of 5-8 hours
Voltage regulation: Suitable automatic voltage regulator/stabilizer meeting ISI
Specifications should be supplied.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 78


Atmosphere/Ambiance (air conditioning, humidity, dust…): The unit shall be capable
of operating continuously in ambient temperature of 10 to 40 deg C and relative
humidity of 15 to 90%
Additional requirements: All equipment should specify Design qualifications,
Installation qualifications, Operational qualifications and Performance qualification,
validation and calibration reports should have traceability towards applicable
national/International standards. Performance, efficiency. Other factors such as
distortion etc. as applicable also furnished. Complete constriction. Details in respect
of material specification. Thickness, finish etc. finish etc. are to be furnished.

User’s care, Cleaning Disinfection & Sterility issuers: Specified in the manual
Product Certificate: CE Class II A or US FDA certified /BIS
Quality certificate: ISO Certified
Electrical Safety: Equipment meets electrical safety specifications such as that of
IEC (class I) of class II type-B devices to protect against electric stock. Shall meet
IEC-60601-1-2-2001 (or equivalent BIS) General requirement of safety for
electromagnetic compatibility

Training of staff (medical paramedical, technicians) Optional (Depending upon scope


of work order): Training of users in operation and basic maintenance shall be
provided
Service contact clause, including price: Downtime: 48 hours or after penalty clause
will be active.
Local clinical staff/authorized officer on behalf of purchaser to affirm completion of
installation

Operating manuals, services manuals, other manuals: Necessary catalogues,


technical write up in English shall be attached with the offer both in hard and soft
copies
Other accompanying documents: List to be provided of important spares and
accessories, with their part numbers and cost. Certificate of calibration and
inspection to be provided
Service support Contact details (Hierchy Wise; Including a toll free/and line
number): Should be available
Recommendations or warnings: Any recommendations for best use and
supplementary warning for safety should be declared

5. Vertical Autoclave 2 bin


1.Should be fully automatic vertical autoclave
2.Pressure adjustable from 10 psi to 20 psi with an accuracy of +/-1 to 3 psi, with
automatic pressure control switch
3.Outer and inner chambers made up of stainless-steel SS 304
4.Should be provided with silicon/Rubber/Neoprene gasket

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 79


5.Lid should be stainless steel and should be fitted with Pressure Gauge
6.Safety Valve, Manual exhaust value. Vacuum breaker. Ports for calibration check
7.ISO/CE Certified
8.Size of the inner chamber – 40-50 CM (width) X 60-80 CM (Height)
General Requirements:
9.Warranty: Three (3) years warranty
10.Certificate to calibration and inspection from the manufacturer
11.Valid ISO 13485 and CE (Conformity European) and/or US(FDA) certificates /BIS
to be provided.
12.TWO Bin Capacity.

6. Binocular Microscope
1. Clinical purpose: Binocular microscope is simply a microscope that lets the viewer use both
eyes. The microscope has 2 eye lenses. The development of the double eye piece
microscope was adapted to reduce the eyestrain and muscular strain that typically results
from traditional microscopes

2. TECHNICAL CHARACTERISTICS: Technical characteristics (specific to this type of


device):
1. Body-Single mould sturdy stand, inclined Binocular body 30 °, 360º rotatable head.
2. Eyepieces-Highest quality 10 X/20mm wide angle anti fungus field eyepiece. Diopter
adjustment must be present on both eye pieces.
• Optional: one with pointer.
• Optional: Eyepieces to be secured with setscrews against unauthorized removal. Eyepieces
cannot be removed without a tool and will prevent eyepieces getting misplaced

3. Objectives-Parfocal, antifungus coated 4x, 10x, 40x and 100x (oil immersion) with semi
planner achromatic correction. Objective should be well centred even if their position on turret
is changed.
4. Optical system-Infinity corrected.
5. Stage - Double plate rackless horizontal mechanical stage preferably 100 x 140 mm with
fine vernier graduations designed with convenient coaxial adjustment for slide manipulation
preferably through 30 x 70 mm double slide holder.
6. Sub stage-Abbe condenser focusable, continuously variable iris diaphragm
7. Illuminator-Built-in LED light source with white light with intensity control and LED life of
more than 10, 000 Hrs.
8. Finish-A durable textured acid resistant finish.
9. Battreybackup : minimum 1 Hour
10. Nose piece: Backward tilted revolving nose piece suitable to accommodate four
objectives with click stop and rubber grip.
• Optional: objective secured against unauthorized removal. Objectives cannot be removed
without a tool and will prevent objectives getting misplaced

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 80


11. Focusng: Coaxial coarse and fine focusing knob, capable of smooth, fine focusing
movement sensitivity minimum: 300 micron; focusing stop for slide safety.
PHYSICAL 3. : Mobility, portability: Portable CHARACTERISTICS
ENERGY SOURCE (electricity, UPS, solar, gas, 4. water, CO2 ....)
1.Power Requirements: Input voltage- single/3-phase.
2 Protection: Should have over-charging cut-off with visual symbol.
3. Power consumption: Less than 2 W.

5.ACCESSORIES, SPARE PARTS, CONSUMABLES: Accessories (mandatory, standard,


optional); Spare parts (main ones); Consumables/ reagents (open, closed system): Should
provide with wooden storage box, dust cover, immersion oil.
6. ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS: Atmosphere/Ambiance
(air conditioning, humidity, dust ...)
1. Operating condition: Capable of operating continuously in ambient temperature of 10 to 50
deg C and relative humidity of 15 to 90% in ideal circumstances.
2. Storage condition: Capable of being stored continuously in ambient temperature of 0 to 50
deg C and relative humidity of 15 to 90%.

7. User's care, Cleaning, Disinfection & Sterility issues:

1. Disinfection: Parts of the Device that are designed to come into contact with the patient or
the operator should either be capable of easy disinfection or be protected by a single
use/disposable cover.

2. Sterilization not required


8. STANDARDS AND SAFETY: Certificates (pre-market,
sanitary, ..); Performance and safety standards (specific to the device type);Local and/or
international:
1. Should be FDA/CE/BIS approved product.
2. Manufacturer and Supplier should have ISO 13485 certification for quality standards.
3. Electrical safety conforms to the standards for electrical safety IEC 60601- General
requirements(or equivalent BIS Standard)
4. Certified to be compliant with IEC 61010-1, IEC 61010-2-40 for safety
5. Local and/or international: Manufacturer/supplier should have ISO certificate for quality
standard.

9. TRAINING AND 9.Pre-installation requirements: INSTALLATION: nature, values, quality,


tolerance:
1. Availability of 5 amp socket;
2. Safety and operation check before handover;
10. Requirements for sign-of: Certificate of calibration and inspection from the manufacturer

Training of staff (medical, paramedical, technicians):


1. Training of users on operation and basic maintenance;
2. Advanced maintenance tasks required shall be documented

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 81


WARRANTY AND MAINTENANCE: Warranty: 3 years Maintenance tasks: CMC 4 years 2
PM Visits Annually. All Breakdown calls to be attended within 24 hrs of registration. Service
contract clauses, including prices: 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;

5. Operating manuals, service manuals, other DOCUMENTATION: manuals: Should provide


2 sets(hardcopy and soft-copy) of:-
1. User, technical and maintenance manuals to be supplied in English language along with
machine diagrams;
2. List of equipment and procedures required for local calibration and routine maintenance;
3. Service and operation manuals (original and copy) to be provided;
4. Advanced maintenance tasks documentation;

5. Certificate of calibration and inspection, Other accompanying documents: List of important


spares and accessories, with their part numbers and cost;
6. Operating condition: Capable of operating continuously in ambient temperature of 10 to 50
deg C and relative humidity of 15 to 90% in ideal circumstances
7. Storage condition: Capable of being stored continuously in ambient temperature of 0 to 50
deg C and relative humidity of 15 to 90%.
8. Operating manuals, service manuals, other manuals will be provided in 2 sets (hardcopy
and soft-copy)
9. Service and operation manuals (original and copy) will be provided at the time of
Installation.
Service Support Contact details (Hierarchy Wise; NOTES free/landline number): Contact
details of including a toll manufacturer, supplier and local service agent to be provided; Any
Contract (AMC/CMC/add-hoc) to be declared by the manufacturer; Recommendations or
warnings: Any warning signs would be adequately displayed.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 82


7. Elisa reader and washer
Clinical Purpose: The system should be capable to wash flat, round and V bottom elisa plates and
strips. The system should be capable to read flat, round and V bottom elisa plates and strips
Technical Characteristics (specific to this type of device):
A) Washer:
The systems should be fully automated and easy to operate with B way mani fold
1) The system should be capable to wash flat, round and V bottom plates and strips.
2) The should have large display along with more than 40-50 program storage facility
3) The system should be having automatic calibration facility like well depth, well detection and
last row detection
4) The system should have warning facility for low liquid vacuum and pressure.
5) Should have specialty designed peristaltic pump to dispense 300-400uL in each well.
6) Aspiration should be through diagram pump while dispensing to prevent overflow residual
volume after washing should be less than 2µl per well
7) Should be supplied with waste bottle and rinse bottle to capacity 2 liter with tubing. Waste
bottle should have level sensor.
8) Would have option for washing cycies like long wash, short wash rinsing and priming
9) Should be supplied with plastic cover and optional accessories like extra wash bottle.
10) Cross wish aspiration, over flow washing, bottom washing.
11) Automatic manifold detection.
12) 8x12 channel manifold.
13) Equipment should be un-pressurized capable of using any bottle or container
14) Dispense volume 50-3000 µL increment.
15) Precision at 10µL <5% and at 100 µL <2.5%
16) System should be FDA approved/European CE certified /BIS
17) Manufacturer should be ISO 13485 certified
18) Company should have local based engineer.
B) Microplate Reader:
1) Fully Automatic Elisa Plate Reader.
2) 8 channel optics with 6 position filter wheel. Wavelength range 400nm- 800nm Must have 405,
450, 492 & 620 n.m. filter
3) Should have tungsten/LED lamp with lamp saver feature.
4) Parallel and serial port for External Printer
5) Printout of the full plate in matrix format
6) Microprocessor controlled
7) Should read Elisa Plate Horizontally A to H & Vertically 1 to 12
8) Multiple cavity hard coat interference, filters with 10nm half band pass.
9) Photometric Accuracy should be ±1% or better (NIST)
10) Resolution. 0.001-0.100.
11) Linear measurement range -0.20 to 3.0 absorbance unit.
12) Stability drift of no more than 005A in 8 hours.
13) Non volatile memory approximate 36 test with curve’s
14) Measurement mode: single & dual Wavelength reading (preferably 450 & 620 n.m)
15) Built in shaking with Programmable speed & time
16) System should be FDA approved/European CE Certified/BIS
17) Manufacturer should be ISO 13485 certified
18) Company should have local based engineer.
Settings : Manual

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 83


User’s Interface: Manual
Software and/or standard of communication (where ever required): Built in
Power requirements: Input voltage 220-240V, 50Hz
Other energy supplier: Compatible UPS to complete the ongoing procedure with a backup supply
for at least half an hour should be supplied along with the equipment
Accessories & spare parts: Complete with comprehensive set of spare parts. The make, rating,
model , description specifications price quantity of each item shall be furnished separately

Atmosphere/Ambiance (air conditioning, humidity, dust…): Cable of operating continuously in


ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90%
Additional requirements: All equipment should specify Design qualifications, Installation
qualifications, Operational qualifications and Performance qualification, validation and calibration
reports should have traceability towards applicable national/International standards. Performance,
efficiency. Other factors such as distortion etc. as applicable also furnished. Complete
constriction. Details in respect of material specification. Thickness, finish etc. finish etc. are to be
furnished.

User’s care, Cleaning Disinfection & Sterility issuers: Specified in the manual
Product Certificate: CE Class II A or US FDA certified
Quality certificate: ISO 9001:2008 certified
Electrical Safety: Equipment meets electrical safety specifications such as that of IEC (class I)

Training of staff (medical paramedical, technicians) Optional (Depending upon scope of work
order): Training of users in operation and basic maintenance shall be provided
Service contact clause, including price: Downtime: 48 hours or after penalty clause will be active.
Local clinical staff/authorized officer on behalf of purchaser to affirm completion of installation
Operating manuals, services manuals, other manuals: Necessary catalogues, technical write up
in English shall be attached with the offer both in hard and soft copies
Other accompanying documents : List to be provided of important spares and accessories, with
their part numbers and cost. Certificate of calibration and inspection to be provided

Service support Contact details (Hierchy Wise; Including a toll free/and line number): Should be
available
Recommendations or warnings: Any recommendations for best use and supplementary warning
for safety should be declared

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 84


8. 3 Part Differential haematology Analyzer
1. The instrument should be fully automated 3-part differential with 22 parameters offering
automatic start up, shutdown and sample analysis.
2. The instrument should be fully automated 3-part differential with at least 22 parameters
offering automatic start up, shutdown and sample analysis
• Either PDW SD or PDW CV or both PDW SD and CV to be there.
3. The instrument should have a throughput of 60 samples/hour
4. The instrument should have at least 4000 sample either inbuilt storage data or through an
external SD memory facility.
• SD card memory facility is needed.
5. The instrument should have colored LCD touch screen with intuitive menu icons for easy
Operation.
6. Instrument should have inbuilt printer to print the patient result.
7. The instrument should have in-built thermal printer and 5 USB interfaces for connecting
external printer, keyboard, mouse, barcode scanner. (OR) The instrument should have in-built
thermal printer, ports for connecting external printer, barcode scanner and touchscreen to
enter patient name and patient ID.
8. The instrument should have following analysis modes Manual - Open, Pre-dilute.
9. The sample volume maximum of 50 μl in manual mode, 20 μl in pre-dilute mode.
10. Minimum reagent consumption when instrument turned from sleep mode to ready mode.

11. Calibration option for RBC, WBC and Platelet in automatic mode only.
12. Instrument should have in-built Real time Inventory Management system to track usage of
reagents
13. Instrument should have facility to auto-dispense pre-defined volume of diluents in pre-
dilute mode.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 85


9. Deep Freezer -40°C
Clinical purpose: To freeze and store plasma.
Technical characteristics (specific to this type of device): Compression freezer with
CFC free refrigerant. Construction: Internal: Stainless steel (min. 22g) (S.S V2 A-
1.4301)
External: Solid outer Corrosion Resistant (at least 1mm thickness), CFC free
insulation Design: Upright Type, Mounted on Lockable Castor wheels
Door does not project at side when opened. The door should have minimum 100mm
Polyurethane/Silicon insulation with heated glass ware.
Insulation and gasket should be Polyurethane/Silicon insulation should be minimum
of 80 mm.
Internal Temperature Control: Electronic temperature control, Operating temperature
reachable lowest up to -45 deg C with setting accuracy of ±1 deg C whatever the
load, Fan air cooling, Automatic defrost within safe temperature range, Casing & door
should have insulation panel with polyurethane/silicon > 80mm thickness.
Refrigeration: Heavy duty hermetically sealed compressor air cooled cascaded
refrigeration system, maintains inner temperature below -40 deg C, Refrigerant CFC
free/ green gas.
External Ambient Temperature: Performs in an ambient temperature of +10 deg C to
+40 deg C Hold overtime: 2 hrs ambient temperature.
Cooling Down Time: A full load of plasma packs at +25 deg C takes a maximum of 5
hrs for all the packs to reach below -5 deg C, Temperature Monitoring: Digital
temperature (LED) display with 0.1 deg C graduation. Temperature recording device
Microprocessor control for operation with integrated audio visual temperature alarm
function with digital monitoring display. There should be a method to check alarm
system, Seven days inkless graphic temperature recorder with range of 0 deg C to -
50 deg C with supply of free charts for a period of warranty, Battery backup for alarm
and temperature recording device, Mounted on Lockable Castor wheels, Alarm
history: Temperature maximum and minimum, average temperature during alarm
period, time of duration of alarm, Desirable: Noise factor should not exceed 60
decibels. Should have compressor running time< 60 to 70%.

Capacity: As required by the blood bank (e.g. 200/400/600/900 plasma bags of 200
mL each)
Settings: Manual
User's interface: Manual
Software and/or standard of communication (where ever required): Built in
Noise (in dBA): Noise factor should not exceed 60 decibels.
ENERGY SOURCE (electricity,UPS,solar,gas,water,CO2..)
Power Requirements: Input voltage 220/240V 50Hz along with a line voltage corrector
of appropriate rating.
Battery operated: UPS backup 2 Hours

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 86


Accessories & spare parts: Complete with comprehensive set of spare parts and a
suitable capacity voltage stabilizer and UPS. The make, rating, model, description,
specifications, price, quantity of each item shall be furnished separately.

ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS


Atmosphere / Ambience (air conditioning, humidity, dust: Capable of being stored
continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to
90% Capable of operating continuously in ambient temperature of 10 to 40 deg C and
relative humidity of 15 to 90%.
Additional Requirements: Ail equipment’s should specify Design qualifications.
Installation qualifications, Operational qualifications and performance qualifications,
validation and calibration reports should have traceability towards applicable national/
international standards Performance, efficiency, other factors such as distortion etc as
applicable be also furnished Complete construction, details in respect of material
specification, thickness, finish etc. are to be furnished.

User's care, Cleaning, Disinfection & Sterility issues: Specified in the


manual/instructions must be specified.
STANDARDS AND SAFETY
Product certifications: CE Class II A or US FDA certified/BIS
Quality certifications: ISO certified
Electrical Safety: Equipment meets electrical safety specifications such as that of IEC
(class I)
TRAINING AND INSTALLATION
Training of staff (medical, paramedical, technicians) OPTIONAL (Depending upon
SCOPE of work order): Training of users in operation and basic maintenance shall be
provided
DOCUMENTATION
Operating manuals, service manuals, other manuals: Necessary catalogues,
technical write up in English shall be attached with the offer both in hard and soft
copies.
Other accompanying documents: List to be provided of important spares and
accessories, with their part numbers and cost. Certificate of calibration and inspection
to be provided. Standard Operating Procedures for Preventive Maintenance and
Calibration shall be provided
NOTES
Service Support Contact details (Hierchy Wise; including a toll free/landline number) :
Should be provided
Recommendations or warnings: Any recommendations for best use and
supplementary warning for safety should be declared
Warranty: 3 Years

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 87


10. Deep Freezer -80 degree Celsius
1. Upright (vertical) model of international standard (ISO 9001 or equivalent).
2. Capacity 450-600 litres.
3. Minimum Temperature up to – 86deg C. Temperature control should be guaranteed
at a min. ambient (surrounding) temperature of 30 deg C.
4. Temperature alarm (both visible and audible).
5. Minimum of 4 compartments with proper insulation of each. Preferable to have
individual insulated door for each compartment, which enables maintenance of
temperature in other shelves while one shelf is being opened.
6. Temperature stability for each shelf should be +/- 0.5 C of the set temperature.
7. Temperature homogeneity between the top shelf and bottom shelf
8. Should be +/- 3deg Cel of the set temperature.
9. Digital display of set and actual temperature.
10. Exterior made of 16/ 18 gauge Steel, 1.2 mm thick with powder coated paint to
resist scratch and rust. Interior should be made of Polished stainless steel which is
easily cleaned, eliminates potential for oxidation.
11. Security : provision of key lock on outer door to prevent unauthorized access.
12. Average power consumption should be less than 1000W.
13. Should work on 230V / 50Hz single phase electricity point.
14. Voltage stabilizer should be provided with the equipment (either inbuilt or add-on).
While the freezer is functioning, audible noise levels produced by it should not be
more than 55 db.
15. Demonstration of instrument prior to purchase of instrument.
16. Should be USFDA/BIS/CE / CSA certified product.
17. Should be ISO 13485 or other equivalent standards
18. Should be supplied with back up of at least 6 hrs with all necessary items
19. 3 years warranty

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 88


11. Laminar Air Flow
clinical purpose: Sterile hood for component separation
Technical characteristics (specific to this type of device): Floor model, Horizontal flow,
well lighted work surface, low vibration and noise, easy to move to anywhere due to
castor wheel provision.
Construction:
Cabinet Stainless steel sheet of 20 SWG lining.
Front panels- Removable transparent scratch resistant sheet of approximately 6 mm
thickness. Side panels: Fixed transparent sratch resistant sheet of approximately 6
mm thickness Work Table: Stainless steel sheet of 20 SWG lining.
Pre-Filters: Filtration efficiency of 98% for all types of particles of sizes 8 micron and
larger.
HEPA filters (fine filters): Filtration efficiency of 99.999% for all types of particles of
sizes 0.3 micron and larger
Housed in a frame with leak proof gaskets.
Motor Blower: Dynamically balanced and specially constructed to suit low noise and
vibration with adjustable speed
Motor shall conform to ISS or any international specifications.
Air Velocity: Should not be more than 100 from over the work area.
Lighting: Fluorescent tube lights with diffuser acrylic to get 120 decalux on work
surface, Ultra-violet light source shall be provided.
Manometer: Should be provided with appropriate manometer to measure the air
pressure.

Settings: Manual
User's Interface: Manual
Software and/or standard of communication(where ever required: Built in
PHYSICAL CHARACTERISTICS:
Dimensions: 1200mm X 600mm X 600mm
ENERGY SOURCE (electricity, UPS, solar, gas, water, C02 ....)
Power Requirements: input voltage 220/240V 50Hz, single phase. The equipment
shall be provided with both 5 Amp and 15 Amp plug units inside the cabinet
Protection: On line voltage corrector of appropriate rating as per standard
configuration.
ACCESSORIES, SPARE PARTS, CONSUMABLES
Accessories & spare parts: Complete with comprehensive set of spare parts and a
suitable capacity voltage stabilizer The make, rating, model, description,
specifications, price, quantity of each item shall be furnished separately.

ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS


Atmosphere / Ambiance (air conditioning, humidity, dust...): Capable of operating
continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to
90%.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 89


Additional Requirements: All equipments should specify Design qualifications.
Installation qualifications, Operational qualifications and performance qualifications,
validation and calibration reports should have traceability towards applicable national/
international standards. Performance, efficiency, other factors such as distortion etc
as applicable be also furnished Complete construction, details in respect of material
specification, thickness, finish etc are to be furnished.

User's care, Cleaning, Disinfection & Sterility issues: Specified n the manual
STANDARDS AND SAFETY
Product certifications: CE Class II A or US FDA certified/BIS
Electrical Safety: Equipment meets electrical safety specifications such as that of IEC
(class I)
TRAINING AND INSTALLATION
Training of staff (medical, paramedical, technicians) OPTIONAL (Depending upon
scope of work order): Installation, commissioning and trial run will be the
responsibility of the supplier.
DOCUMENTATION
Operating manuals, service manuals, other manuals: The firm shall positively submit
printed illustrated technical literature/leaflet including the model quoted by them. If
quoted model is modified version of their any standard model that also be indicated in
the offer.
Other accompanying documents: List to be provided of important spares and
accessories, with their part numbers and cost Certificate of calibration and inspection
to be provided. Standard Operating Procedures for Preventive Maintenance and
Calibration shall be provided
NOTES
Service Support Contact details (Hierchy Wise; including a toll free/landline number):
Should be provided
Recommendations or warnings: Any recommendations for best use and
supplementary warning for safety should be declared
Warranty 3 Years

12. Platelet Incubator and Platelet Agitator


1. Capacity : 48 Platelets Bags holding Capacity
2. Temperature ; 22°C
3. Oscillation : 60-75 cycles per minute
4. Temperature controller ; Micro controller based Temperature controller
5. Agitator : 230V AC induction motor with agitating mechanism
6. Outer body : MS powder coated
7. Inner body: AISI SS 304
8. Trays : Minimum 6 Removable Trays for easy handling
9. Chart Recorder ; Weekly circular Chart Recorder

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 90


10. Should have visual, audible indication for door open, high and low temperature
and power on.
11. Should have a battery backup of at least 2 hrs for indicators and alarms.
12. Temperature recording chart and ink pen for 5 years shall be supplied free of
cost
13. Should have safety certificate from a competent authority CE issued by a notified
body registered in European Commission / FDA (US)/BIS
14. Warranty: 3 years

13. Water Bath


Clinical Purpose: A water bath is a device used in the laboratories to incubate
samples in water maintained at a constant temperature
Technical Characteristics (specific to this type of device): Water Bath with
MICROPROCESSOR technology
1) Bright temperature display (LED)
2) Seamless, splash-proof keypad
3) Splash-proof mains switch
4) Audible and optical warning single for the cut-off function
5) Drain screw for conveniently emptying the both
6)Dry-running protection
7) Removable bottom plate
8) Working temperature range: room temp upto 100 deg C
9) Temperature stability: ±1°C
10) Display: LED
11) Display resolution: 1°C
12) Heater capacity: 200 W
13) Filling volume: 8 to 30 Liters
14) Ambient temperature 5 deg C to 40 deg C
15) Should have a stirrer
Settings : Manual
User’s Interface: Manual
Software and/or standard of communication (where ever required): Built in
Heat dissipation : 2000 W
Power requirements : Input voltage 220-240V, 50Hz
Accessories & spare parts: Complete with comprehensive set of spare parts. The
make, rating, model , description specifications price quantity of each item shall be
furnished separately
Atmosphere/Ambiance (air conditioning, humidity, dust…): Cable of operating
continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to
90%

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 91


Additional requirements: All equipment should specify Design qualifications,
Installation qualifications, Operational qualifications and Performance qualification,
validation and calibration reports should have traceability towards applicable
national/International standards. Performance, efficiency. Other factors such as
distortion etc. as applicable also furnished. Complete constriction. Details in respect of
material specification. Thickness, finish etc. finish etc. are to be furnished.

User’s care, Cleaning Disinfection & Sterility issuers: Specified in the manual
Product Certificate: CE Class II A or US FDA certified /BIS
Quality certificate: ISO certified
Electrical Safety: Equipment meets electrical safety specifications such as that of IEC
(class I)
Training of staff (medical paramedical, technicians) Optional (Depending upon scope
of work order): Training of users in operation and basic maintenance shall be provided
Service contact clause, including price: Downtime: 48 hours or after penalty clause
will be active.
Local clinical staff/authorized officer on behalf of purchaser to affirm completion of
installation
Other accompanying documents: List to be provided of important spares and
accessories, with their part numbers and cost. Certificate of calibration and inspection
to be provided
Service support Contact details (Hierchy Wise; Including a toll free/and line number):
Should be available
Recommendations or warnings: Any recommendations for best use and
supplementary warning for safety should be declared

14. PH Meter
PH Range 0 to 14 pH
PH Precision ±0.01 pH
Temperature Range 0 to 100 °C
ROSS Ultra Triode Temperature ±1.0 °C at 2 minutes when immersed at
Accuracy least 2 inches in solution
PerpHecT ROSS Temperature Accuracy ±0.5°C
(Requires PerpHect Meter)
Slope 92 to 102% theoretical Nernst slope
Isopotential Point pH 7
Internal Reference ROSS
Fill Solution (Gel-filled electrodes do not 3 M KCl, Cat. No. 810007
require fill solution)
Accuracy of Measuring pH 6.86 Buffer Accurate within 0.03 pH for buffer at 0 to
After Calibration at 25 °C 100°C using automatic temperature
compensation

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 92


Response Speed in 6.86 Buffer Between Response stable to 0.01 pH within 30
25°C to 75°C seconds
Response Speed Between 6.86 and Response stable to 0.002 pH within 15
4.01 Buffer at 25°C seconds
Product certifications: CE Class II A or US
FDA certified/BIS

15. AC 2 Ton (5 Star)


Branded AC 2 ton split 5-star rating
Warranty 3 years for compressor

16. Plasma Expressor Manual


 Should be Manual plasma Expressor
Should have Acrylic Plate & SS top SS ball mounted

17. Automated Coagulation analyzer (at least 4channel)


System: 1. fully automated random-access coagulation analyzer with multiple
measuring modes for clot based, chromogenic and immune turbidimetric tests.
2. it should be at least 4 channel & above
1. Test panel/ Assay: provisions for PT, APTT, FIB, TT, Extrinsic Factors & Intrinsic
factors (Factor 2, 5, 7, 8, 9, 10, 11, 12), ATIII,DRVT Screen & Confirm, Chromogenic
Protein C, Chromogenic free Protein S and D-dimer.
2. Test / Assay Principle: Clot Based, Chromogenic & Immunoturbidimetric Assay.
3. Main Detection Methodologies: Electromagnetic Ball method / Photo optical
Method / Optical Density for chromogenic &Immunoturbidimetric tests.
4. Light source: Two or more wavelength with optical clot waveform analysis/ optical
measurement
5. Sample handling capacity: Rack / drawer system with 25 sample tubes with
continuous loading facility. Any tube adaptationincluding paediatric Eppendorf and
pour-off. STAT any time and any position.
6. Reagent handling capacity: Minimum of 20 reagent position with continuous rack /
drawer loading.
7. Reaction cuvettes: Minimum 400 test cuvettes loading capacity with > 400 test
walkaway facility, and continuous loading of consumables during analyses.
8. Throughput of: 120 Test / hour for PT + APTT, PT+ APTT + FIB ?100 test / hour
9. Open system: for any coagulation reagents with at least 80 numbers of assay
definitions.
10. Assay Calibration: with multiple calibrations curve with automatic Dilution
options.
11. Quality control: Fully fledge QC program with Levey Jennings charts, Westward
rules modules.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 93


12. Operating interface: Icon based touch screen software.
13. Maintenance: Fully automated task with less than 10 minutes per day.
Maintenance free fluidic and optical system.
14. Alarm system to detect any error in the system/ operation.
15. UPS with backup suitable for the machine.
16. Machine should be working in at least two reputed lab/medical college.
17. Machine should be working in at least two reputed lab/medical college.
18. Should have safety certificate from a competent authority CE issued by a
notified body registered in European commission / FDA (US) / STQC CB certificate /
STQC S certificate or valid detailed electrical and functional safety test report from
ERTL.
Warranty : 3 years warranty from date of installation

18. Blood bank Refrigerator (2- 6º C)


1. Clinical Purpose: A refrigerator for storing whole blood or red cell packs in a blood
bank
Technical Characteristics (specific to this type of device): Construction:
Compression type refrigerator that uses R290 CFC refrigerant gas.
Internal: Stainless steel (min. 22g)
External: Solid outer Corrosion Resistant (at least 1mm thickness)
Drawers: (Suitable stabilizer to be provided with free of cost) Roll out type, Stainless
steel scratch resistant material. The separators, if provided in the drawers, should be
such that blood bags are held in a vertical position with the label side visible Glass
door does not project at side when opened. Insulation and gasket should be of
silicon or polyurethane. Polyurethane/Silicon insulation should be minimum 80mm
thickness Door opening audio and visual display alarm Door locks should be
available interior lighting or illumination auto defrosting
Temperature Range: 2 deg C to 6 deg C and adjustable with setting accuracy of
±0.1 deg C with set temperature of 4 deg C. User parameter setting: set point high
alarm point, low alarm point, buzzer of time
Internal Temperature Control: Electronic Temperature control, range +2 deg C to +6
deg C with setting accuracy of ±1 deg C whatever the load, Fan air cooling
External Ambient Temperature: Performs in an ambient temperature of +10 deg C to
+40 deg C
Hold over time: A full load of blood packs at +4 deg C (±1 deg C) takes at least 30
minutes to rise to above +6 deg C. internal temperature hold over time in case of
power failure should be at least 1.5 hrs.
Temperature Monitoring: Digital temperature (LED) display with 0.1 deg C
graduation, Temperature recording device, Microprocessor control for operation with
integrated audio visual temperature alarm function with digital monitoring display
independent safety thermostat to avoid negative temperatures. Atleast 2
temperatures sensors: Sensor for temperature monitoring shown on front display,
sensor for managing use of compressor.

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 94


Temperature recording device: Battery backup for alarm system indicating unsafe
temperatures. (should be in temp monitoring section). Seven days graphic
temperature recorder with range of -0 deg C to +20 deg C with supply of free charts
for a period of one
Alarm Systems: Should have door open alarm and power off alarm
Capacity: As required by the blood bank (e.g. 200 and 400 blood bags)
Settings : Manual
User’s Interface: Manual
Software and/or standard of communication (where ever required): Built in
Power requirements : Input voltage 220-240V, 50Hz along with a line voltage
corrector of appropriate rating
Protection: A line voltage corrector of appropriate rating will form part of standard
configuration. Suitable stabilizer to be provided with free of cost
Accessories & spare parts: Complete with comprehensive set of spare parts and a
suitable capacity voltage stabilizer. The make rating model description specification,
price, quantity of each item shall be furnished separately.
Atmosphere/Ambiance (air conditioning, humidity, dust…): Capable of being stored
continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to
90% capable of operating continuously in ambient temperature of 10 to 40 deg C
and relative humidity of 15 to 90%
Additional requirements: All equipment should specify Design qualifications,
Installation qualifications, Operational qualifications and Performance qualification,
validation and calibration reports should have traceability towards applicable
national/International standards. Performance, efficiency. Other factors such as
distortion etc. as applicable also furnished. Complete constriction. Details in respect
of material specification. Thickness, finish etc. finish etc. are to be furnished.

User’s care, Cleaning Disinfection & Sterility issuers: Specified in the manual
Product Certificate : CE Class II A or US FDA certified /BIS
Quality certificate: ISO Certified
Electrical Safety: Equipment meets electrical safety specifications such as that of
IEC (class I)
Training of staff (medical paramedical, technicians) Optional (Depending upon scope
of work order): Training of users in operation and basic maintenance shall be
provided
Maintenance Tasks : 4 years CMC
Service contact clause, including price: Downtime: 48 hours or after penalty clause
will be active. Local clinical staff/authorized officer on behalf of purchaser to affirm
completion of installation
Operating manuals, services manuals, other manuals: Necessary catalogues,
technical write up in English shall be attached with the offer both in hard and soft
copies

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 95


Other accompanying documents: List to be provided of important spares and
accessories, with their part numbers and cost. Certificate of calibration and
inspection to be provided
Service support Contact details (Hierchy Wise; Including a toll free/and line
number): Should be available
Recommendations or warnings: Any recommendations for best use and
supplementary warning for safety should be declared
Warranty : 3 years warranty from date of installation

19.HOT AIR OVEN


1. Microprocessor based digitally controlled equipment suitable for daily usage.
2. Should have double walled construction, special high quality insulated steel.
3. Facility for adjustable shelves, 10 removable shelves to be provided.
4. Size of inner chamber approx. 55x55x70 cm approx. with internal lighting facility
(more than 200 Litres)
5. Insulated door fitted with heavy hinges, mechanical door lock.
6. Temperature range 30-2500C, digitally temperature setting accuracy
7. Temp sensor and display for temperature (LCD).
8. Forced uniform air circulation, Digital safety thermostat.
9. Delayed start and stop function, high quality heating element
10. Supplied with cord & plug, operate at 220V/50 Hz AC supply
11. All consumables required for installation and standardization of system should be
provided free of cost
12. Should have all the accessories required for the functioning of the equipment.
13. CE/BIS/USFDA mark or other equivalent quality certification
14. User/Technical/Maintenance manuals in English to be supplied

20.Weighing Machine
Conformity to IS 9281 (part 1 and Yes
Part2)1979, IS 9281 part 3 and part 4 with
latest amendment
Conformity of mother and child weighing Yes
scales to ICDS standards
Measurement Range shall be upto 120 kg Yes
or more
Graduation/ Resolution (100 g Minimum) Yes
Accuracy (gms) + 100 gms
Warranty (Years) 3
Type of Material of weighing scales powder coated ms
Performance Parameters Class III
Class of Accuracy of weighing Scale Yes
Measurement Range shall be upto 120 kg Yes
or more
Graduation/ Resolution (100 g Minimum) 5 second

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 96


Reading Time (It should be less than or Yes
equal to 5 sec)
Tare Feature Yes
Anti-skid features Lithium Battery
Type of Battery LCD
Type of Display PH/TH blood c
Dimensional and Material Parameters 300X300X25
Dimensions (L x W x H) 3 kilograms
Weight of the Mother Child Weighing 2.8
Scale (including batteries) without packing
Thickness of sheet in mm Yes
Additional Features Yes
All Vital parts made of rust proof materials Yes
Instructions for use, training, maintenance Yes
and troubleshooting in English, Hindi and
any other regional language as required by
buyer appropriately illustrated with
pictograms
Carry Bag of standard quality Yes
Packed in a carton box which should be of Yes
sturdy quality and provides adequate
protection of the goods while in
transportation

21. Incubators
The temperature should be controlled by the microprocessor based digital
temperature controller with LED display along with provision for manual thermometer
recording
Inner chamber capacity: 120 L
Temperature range ambient to 80°C
Interior chamber: Stainless Steel for easy cleaning and decontamination, rust free
Digital display of temperature and time
Timer: 1 minute to 24 hours and hold position
Heating and natural convection for homogenous temperature distribution
Temp. Accuracy +/-1°C
Inner chamber should have transparent, glass door for the observation
Minimum two adjustable shelves
Power 230+/-10V;50Hz
The equipment should be ISO 13489 and CE (conformity European) and/or
US(FDA) Certificate/BIS.
General Requirements:
Warranty: Three (3) years warranty
User/Technical/Maintenance manuals in English to be supplied.
9.2J/APMSIDC/2023-24, Dt: 06.02.2024 97
List of important spare parts and accessories with their part numbers
Certificate to calibration and inspection from the manufacturer
Attach original manufacturer’s catalogue and specification sheet.
Photocopy/computer print will not be accepted. All technical data to be supported
with original product data sheet.
Satisfactory working of quoted model from institutes of repute.
Valid ISO 13485 and CE (Confirmite European) and/or US(FDA) certificates to be
provided/BIS

9.2J/APMSIDC/2023-24, Dt: 06.02.2024 98

You might also like